Loading...
HomeMy WebLinkAboutResolution - 5684 - Contract - Westmar Inc - Permanent Methane Vent Construction - 10_09_1997RESOLUTION NO.5684 Item #65 October 9, 1997 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract, attached herewith, by and between the City of Lubbock and Westmar, Inc., of Whitesboro, Texas, to install and furnish all materials and services as bid for the Permanent Methane Vent Construction, and any associated documents, which Contract shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 9th day of October , 1997. 414dz� WINDY SI ON, MAYOR ATTEST: /6jr4"-- &tt-� Kay ' Darnell, City Secretary APPROVED AS TO CONTENT: tcf�L Victor Kilman, Pur hasing Manager APPROVED AS TO FORM: Anita Burgess, City Attorney da/ccdoa/weatrnar.res amber 2, 1997 1 I 1 CITY OF LUBBOCK SPECIFICATIONS FOR PERMANENT METHANE VENT CONSTRUCTION BID #97227 co CITY OF LUBBOCKrt Lubbock Texas V I r i a CITY OF LUBBOCK r INVITATION TO BID ..a FOR r TITLE: PERMANENT METHANE VENT r ADDRESS: LUBBOCK, TEXAS s f i C BID NUMBER: 97227 PROJECT NUMBER: 5515.8107 r C CCONTRACT PREPARED BY: PURCHASING DEPARTMENT 4 i INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR UNIT PRICE CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE t 7. CONTRACT 8. GENERAL CONDITIONS OF THE CONTRACT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS r- 11 11. SPECIAL CONDITION r I, r f C p NOTICE TO BIDDERS NOTICE TO BIDDERS BID #97227 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the i` office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on the 18th day of September,1997, or as changed by the issuance of formal addenda to all planholders, to fumish all labor and materials and perform all work for the construction of the following described project: "PERMANENT METHANE VENT CONSTRUCTION" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 18th day of September.1997, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder 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 bidder 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 $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of 13 or suPenor, as the rating of the bond company is a factor that will be considered in determination of the lowest responsib a bl idder. Bidders 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 bid 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 bid submitted as a r. guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. l It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local �. conditions under which the work is to be done. It shall be understood and agreed that all such factors have been 1 thoroughly investigated and considered in the preparation of the bid submitted. 1 Attention of each bidder 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 Manager of the City of Lubbock, which document is sppecifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., 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. 7 7� r F F I The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids 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 -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KIL AN PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 162613th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)775-2167/Fax (806)775-2164. r l: 4 P" r r V t r GENERAL INSTRUCTIONS TO BIDDERS �5 1 M 3 . C� I ■ 7 a 9 Ell P GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall fumish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the PERMANENT METHANE VENT CONSTRUCTION. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. Ail bidders 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. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. BIDDER INQUIRIES All written requests for additional information or clarification concerning this bid must be addressed to: HOLLY HOLDER PARKHILL SMITH & COOPER 4010 AVENUE R LUBBOCK, TX 78412 PHONE(806) 747-0161 FAX (806)747-7146 TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 28 (TWENTY EIGHT) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. r 7. 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. 8. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 9. ' GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 10. PLANS FOR THE CONTRACTOR The contractor will be furnished two sets of plans and specifications, and related contract documents for his 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. 11. 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 bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder 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 bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX 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. F 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. ` 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractors 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 r" 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 cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by r7 Contractor to the satisfaction of the City of Lubbock, Texas, at Contractors expense. t h ' 14. 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 Contractors 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. 15. ASBESTOS -CONTAINING AND ENVIRONMENTALLY HAZARDOUS MATERIALS There shall be no asbestos -containing or environmentally hazardous materials identified by the E.P.A. or O.S.H.A. used or installed in any category of work under this Contract Three sets of MSDS sheets for each product installed in this project are required to be submitted with the project close-out documents r� 16. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life r"' or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or I corporations engaged in similar type of construction activity. �. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractors intention to use explosives, and such notice shall be given (` sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 17. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder 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. I. 0 18. 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) 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 coverage's shall be submitted prior to contract execution. The Insurance certificates furnished shall name the City as an additional Insured. A Worker's Compensation Coverage statement from the Contractor to the effect that no work on this particular project shall be subcontracted will be accepted as an alternative. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor 19. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which 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 bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these 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 weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (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. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owners 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 Owners Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owners Representative. 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. 20. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his �-» classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten 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. r„ 21. PROVISIONS CONCERNING ESCALATION CLAUSES t Bids submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered. 22. PREPARATION FOR BID r The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and 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 price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing �. agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidders name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. t 23. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: r• (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidders Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. i (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. { 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. 24. QUALIFICATIONS OF BIDDERS The bidder 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 bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. a r r BID SUBMITTAL BID SUBMITTAL UNIT PRICE BID CONTRACT 7 Whitesboro Texas PLACE: ' r" 9-17-97 DATE: PROJECT NUMBER: BID #97227 - PERMANENT METHANE VENT CONSTRUCTION G Bid of Wes tmar , Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) l Gentlemen: r The Bidder, in compliance with your invitation for bids for the construction of a Permanent Methane r" Vent Construction having carefully examined the plans, specifications, instructions to bidders, notice to bidders 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 r set forth therein and at the price stated in Exhibit "A". The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the y accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit c[ "A" of this bid. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 28 (TWENTY EIGHT) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $50.00 (FIFTY DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the 7 bidding. t The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. r i t The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee -that bidder Will -enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Two Thousandve n re Dollars ( ► ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. +�eA-1 Authorized Signature Marsha G. Westerman (Printed or Typed Name) Westmar Inc. Company RR 4, Box 141 Address Whitesboro, Grayson City, County 6 2 7 3 Texas State Telephone- 9 0 3 _ 5 6 6Q3d62 Fax: 9 0 � 7 3F7` (Seal if Bidder is a Corporation) ATTEST: _eaw' Secretary y F WMI r wEST�x, nvc. Rt. 4, Box 141 Whitesboro, Tx 76273 (903)-564-6302 (903) 564-7367 Date September 17. 1997 Customer Reference Bid # 97227 QUOTATION Quotation No. 97266 TO: Victor Kilman, Purchasing Manager City of Lubbock Municipal Building, 1625 13th Street room L-04 Lubbock, Texas, 79401 Gentlemen: �.. 'Westmar, ]nc.is pleased to submit this quotation in response to your inquiry which is referenced herein. This quotation is subject to only those terms and conditions of sale wbieb are set Forth on the rr cm side of this page. Any pwrhaw orderpursvani to this quotation shall not result in a contract until a wcxic order contract or other document authorizing the work is accepted and acknowledged by Westmar, Inc. This quotation is firm for 30 days. To drill and complete the ten (10) Permanent Methane Vent Construction, Project Number 5515.8107 for the City of Lubbock Landfill Gas Remediation Project on the KING' S PARK PHASE III Landfill in Lubbock Texas. The total quote for the project will be $35,131.00. This lump sum price includes the equipment, labor and material to install the ten wells as per the specifications and plans prepared by the Purchasing Department. Westmar, Inc. Is a Women Owned Minority Business Enterprise. The price does not include surveying, dewatering, erosion control, dust control, permits, standby time or waiting on orders. The cost for standby time or for drilling at 2 verticle feet per hour or less due to leachate or obstructions in the hole will be invoiced at $280.00 per hour. There is one hour r^ of decision time per well included in the quoted price. If a well is abandoned for any reason beyond the control of Westmar, Inc., then the charge for abandonment will be $40.00 per foot. If you need any additional information, please do not hesitate to call. cc: MPA files Westmar, Inc By: F "EXHIBIT A" PROPOSAL CITY OF LUBBOCK KING'S PARK PHASE III PERMANENT METHANE VENT CONSTRUCTION BID NO. 97227 September 17, 1997 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID - VENT NOS. 1 THROUGH 10 1. 245 Drilling 24" Minimum Diameter Methane Vents V.F. Nos. 1 through 10 from Ground Surface to Bottom of Hole including deposition of cuttings in a City provided roll -off container, hydrated bentonite and soil/bentonite mix, at a unit price per vertical foot: Fifty Two Dollars and Eighty Cents ($ 52.80 $ 12, 936 The total amount for Item 1 consists of: MATERIALS: $ 1,18 5.0 0 LABOR: $ 11,751.00 2. 5 Handling, hauling and disposing of incidental Tons asbestos containing materials that are encountered during the drilling of the vents, in accordance with all applicable federal, state and local regulations at a. unit price per ton: One hundred Fify One Dollars and No Cents ($ 151. 0 0 $ 755 The total amount for Item 2 consists of: MATERIALS: $ —0— LABOR: $ 755 2202-97 - 1 - { Item Quantity No. & Unit Description of Item and Unit Price Total Amount 3. 145 6-inch PVC Casing, as specified, at a unit price V.F. per vertical foot: Fourteen Dollars and Seventy Cents ($ 14.70 $ 2,131.50 The total amount for Item 3 consists of: MATERIALS: $ 1,16 2.0 0 LABOR: $ 969.50 4. 175 6-inch PVC Screen, as specified, at a unit price V.F. per vertical foot: Eight r, Dollars and Thirty Cents ($ 8.30 $ 1, 452.50 The total amount for Item 4 consists of: MATERIALS: $ 664.00 LABOR: $ 788.50 5. 30 Gravel Filter Pack (Quantity based on 24" •� Tons diameter hole), Furnished and Placed in Vents, as specified, at a unit price per ton: Ninty Three r Dollars C ' and Twenty Cents ($ 93.20 $ 2, 796.00 .: The total amount for Item 5 consists of. MATERIALS: $ 1,19 4.0 0 LABOR: $ 1,602.00 F 2202-97 - 2 - V Item Quantity No. & Unit Description of Item and Unit Price Total Amount 6. 10 Furnish and Install Protective Steel Collars with Each 8-inch PVC Sleeves and Vents and all necessary fittings including concrete sealing block, as specified, as shown on the plans at the unit price each: Seven Hundred Fifty Dollars and NO Cents ($ 750.00 ) $ 7, 500.00 The total amount for Item 6 consists of: MATERIALS: $ 3; 9 0 3 0 0 LABOR: $ r 7. 27 Furnish and Install 20-foot section of PVC Each Header pipe and fittings in a gravel encased trench, as specified, as shown on the plans at the unit price per each: Two Hundred and Eighty Dollars and NO Cents ($ 2,80;00 $ 7,560.00 ) �. The total amount for Item 7 consists of: MATERIALS: $ 2,514.00 LABOR: $b,04b.00 Breakdown of Materials and Labor Incorporated into the Project, 10,622.00 • Total Materials to be incorporated into Base Bid, $ • Total Labor, superintendence, equipment, supplies, etc., as necessary to construct 24,509.00 Base Bid. $ Total Base Bid (All Items 1-7) $ 35,131.00 SUBMITTED on September 17 1997. . l � 2dA4!L,'it//mil AUTHORIZED SIGNATURE w ATTEST SIGNATURE p`s 2202-97 - 3 - r� 7, AMWEST SURETY INSURANCE COMPANY WOODLAND HILLS, CAUFORNIA BOND NO. 0707493 PREMIUM BBSU BID DATE 9/18/97 PUBLIC WORKS BID BOND Know all men by these presents: That we, LIESTMAR, INC. (hereinafter called Principal), as Principal, and AMWEST SURETY INSURANCE COMPANY, a corporation (hereinafter called Surety), organized and existing under the laws of the State of Nebraska and authorized to transact a general surety business in the State of TEXAS , as Surety, are held and firmly bound unto 6 CITY OF LUBBOCK (hereinafter called Obligee) in the penal sum of FIVE percent( 5 ) of the bid amount, but in no event to exceed TWO THOUSAND AND 00/100 Dollars ($ 2,000.00 ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and r., assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the l r Principal has submitted or is about to submit a proposal to the Obligee on a contract for DRILL AND COMPLETE LANDFILL PASSIVE VENTS CONTRACT# 9722T i LUBBOCK, TX r NOW, THEREFORE, if the contract is awarded to the Principal and the surety has been provided with sufficient proof by Obligee of f acceptable financing for the project, and the Principal has, within such time as may be specified. (but in no event later than 60 days after such award), entered into the contract in writing, and provided a bond with surety acceptable to the Obligee for the faithful .• performance of the contract; or if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in the bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by the bid, then thisobligation shall be void, otherwise to remain in full force and effect. 7 SIGNED. SEALED AND DATED THIS DAY OF. .. i i 17TH DAY OF SEPTEMBER, 1997 VESTMAR, INC. Prinopal Name By: signature AMWEST SURETY INSURANCE COMPANY c By: 22! LANNIE MCCLAIN Attorney -in Fact LIST OF SUBCONTRACTORS } Minority Owned Yes No 2. !' 3. 4. 5. r 6. l 7. 8. 9. 10. a e 4 too 6 r PAYMENT BOND r r r BOND C14ECK BEST RATING jj IICENS i AS DATE=1 5L- 10/07/97 TUE 16:48 FAX 903 564 7367 WESTRAR.M. 16002 SEAT BY; s-LrITER. sEWELL co =10- 7-37 3: 1 IM DALLAS. TX_ 9u3 564 367:r 1/ 3 STATUTORY PAYMEMr BOND PLIAMMM SMTM =W MI(s) SUED NO 1341360 (COWM49M MORE THM UUM 10WJU,LfAEKBYTKEEMPR9SMM. that ', ac- imp kcipvK6)j and —TX minaftr cWLed ft S�Woftff 8 A aMhddg%V OW Loki Its City elf 1 gibbod; (harshinror dated me Nool In lbd Strm farther %wnwAv4Wtd. Me said PAndpW end Soso bW ftmnWft mid U=Friw*% ociftmig i BCUb=L W1==0_* Und 8SM1948. 10k* =4 "MOYI &Z* byftW PW4ft- MMEAS, Ow PftcipW Iwo cftemd Itgo a GorWn wrMan. m*vdVM 1ho Otftme� da5d the of cowxxn TM (10) PEMMNT mmmmm vnzrr cousimucTion XT y7m KXXW - FApX PHA III LANDFILL. BID 1 97227 d Said P&MIOW corder � lowUMin ndbakra Gard conbvp c f* osom� a bond liri I a' mouritof Dad ovftod wtuch cmtad Et bmby refamw b and nwido a pot herad ns Silly and to the aurm wkent as Ojed Q1wm9w NQW.-MMEFORMTHE CONUMON C'H- THS 0BUISAMON IS UUCH, Old NUM COW P6iV*W G1mU pw all knwta voWng IaWr" OwWW to h1m or a oub=kacWr In Ow mum ubm ofthe wank pzA&d for In of pMxt ftri. This ob4ofm sW be void; cMw*im to mmzn is fiid imm and PRMDM, HOWrzVM 0Wftbond.-mfts=Amd pmvw4fAft.jpMWWnsof Seem 2253 M (a)cfft mm GomamentCode. W4 69 rolm1mm m this Lu%d " todoWanMed lawmadw=vftem kowlsbmareat 168 tom Santa odiwd As IF ft wm cDoWd at kmA Weh -IN WTNEBS MWqMF. the MH F;�idpmf (s) wd Sun*M haVe *Wked MWMIW ftmtwoMt1& DV LST jigy Cj - OCTOBER, INESV KURXTY 3WSUM"CE COMAW I=. aw - BY, r F16-07-97 16:39 RECEIVED FROM:983 564 7367 P­ 2- 10/07/97 TUE 16:49 FAX 903 564 7367 WESTMAR, INC. 10003 " SENT BY, SLEEPER_ SEWELL g CO :10- 7-97 3.1TP1i = DALUS. Tx- MI 564 7367:= ^_/ 3 f t�T M* unde�i�d t3�Qt' MW t�t=wb that k rl to in d* gWif day M In 'fib, and t10Myl de ignews aOMUM COMa an gved teosWadin Lvbbo&&urtV0v whm any miphe to dadnn0.red and on Whom Wrvieaim-MW ba had in magem wWn adOfftft ewe 4mW , i� svrx �;tst� cu. OW 1lT�0A7iR-29-FAL'1` 1 ApproVW As to form' City of Lubbecx Cjty�fftey r ' Note: •tf aknad.by an ON&= of the CCrm =W ftm rutW b0 onlg6v o dAN A'debawft t : lhat tti pe�r� leetx fatty ba eigrt t tyW'�mticni. If n *by OnAltotrw to FMAwe nrwd bwM copy of pmw d F 10-67-97 16:39 RECEIVED FROM:903 564 7367 P-03 1 1 1 • g 11• 1� „u4YI�1Ni.i MWI nJnJ yl.,l .,,•p,«. �Ln ,9ea N.p«4-0•I: •y• Id, IJI ',r.�l.l,i. i,lil,i,i,',l� •� J.11 �y-� .�+� ry « l - I w.i4 i t-: wi ,.�.._. I.I..«,... , W a" -='--I r 1: t; i�%�: �Lt' p.. 4. w ltia•�'• .KJ�)„,....... �'": t I. ... I�.- ¢ f::. "tea'•"Ir .,.. ..._.__-_---. 1,11V �Id� ^ � a Z � D�_ ME omiumCN DATF. 8-25-99 FUrowan >µn OU�Q777197 RD CAR F p[ Thie document Is printed an white paper cunuining the artificial watermaflied logo (AS ) of Amwesl Surety lnsuraneo Mmpnny (the "Campuny') On the flont and brown sectitlty paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in oo*nction with any other POA. No representations or wairm sties regarding this FOA may be made by any person. This FOA is governed by She lawn of the Stele of Callfomia and is only valid until the expiration date. The Company shall not he liable on any limited POA which is fraudulently produced. forged or otherwise distributed without Iho permission oce fthe Compmry Airy party eonmed about the validity ofthis POA or an accompanying Cnngrany bond shouid call your local Amwcst branch office at (972) 503�435 KN iW A L BY TI]TSP. PRESEN"41halAmwest Surety insurance Company, a Nebraska carporatinn (the "Company"), does Hereby make, constitute and appoint: VIVM t:AMPBELL GAiL A. IIARRAZA 1.ANNIEMCCLAIN DEVERLY BAYFS DANIEL D. WALDORF r AS LrhiPLOYF ES OF AMWE S'T SURETY INSURANCir W 1 its true and lawful Altornoyin•fict, with limited powct and autlioriry for and on behalf of the Company thereto ifa seal is required on bonds, undertakings, rccognIra nces, roinsurancc agrocmcnt far a Miller A the nature Ihercof tts follow, Bid Bonds up to $**5,000,000.00 Contract (Pcsf4 mrmee % Payment), Court, Subdivlalon 1+*5,000"0.00 Meuse do Permtt Rands up to S*65,000,000.00 Miaceltaneous Bonds up to S**S900,W0.00 Sm-Ii Butineas Adtnintistratirm [.uarentecd $ands up fo S**1,250,000.00 and to bind the company theroby. This appointment is made under and by 1, the undersigned sctxctary of Amxost Surety Insurance Company, itNo-TATation farce and of cLt and has not been revokod and furthermore, that the ' ens f the Road provisions ofthc By-li.aws of the Company, are now in full force an Bond No. 1341360 Signed it: sealed thi. 1 oL OCTOB ifni awm the seal of tfus company or nther written obligations in Wtch are now in full forte and effect. IFY that this Power of Attorney remains in full on this Power of Attorney, lad that rile relovant 9r ,Z�./ ' Karen G. Cohen, Secretary t * 0 R +Il all tM 11E M tt {ijtkOff0N5 OAkwu DIRECTORS +i +► +iF +It # +It # +Y +k This POA Is signed and soalod by facsimile under d by auth o 07111F,t. utions adopted by The Board of Uitectors of Amwest Surety lnsuri mm Company of a meeting duly held on f�ccetnher 1975: RESOLVED, that the Ptrsklent or aanY a dent, in u wrt sooectary or any Assistant Secretary, may appoint attarney0ri-factor agents with annhority as defined or limited in the ins m i cl tmentbw case, for and on behalf of the Company, to cxmito and deliver and affix the seal of the Company to bonds. undertaking , n' anoos,M ip ohlig s ofall kinds; and said off irons may remove any such attnmey-in-fact or agent and revoke any POA previously smnl rxon. 1tri4('11.VM FURTHER, that an un I gal a suretyship obligation shall be valld and bind upon The Cumpmry: (i) when signed by the Prosidcnto any V st and %and scaled (if a seal be required) by any Secretary or Assistant Sceytary; or (ii) when signed by the President or any ent ary or Assistant Secretary, and eouniemigned and sealed (ifa seal be required) by a duly authorispdatuxncy-iu-factorag o (ill) when duly oxoeutod and scale (tf ■ requir one or more attorneys -in -fact or agents pursusat to and within the limits of the authority ovidonoed by the power of attomry is pany to such person or persons. RESOLVED FURTI iFR. that the si no of any authefmcd officer and the Beal of the Company may he afftxcd by facsimile to any POA or certification dw=f tmtuuixingthe execution and deli cryofeny bond, undettaking, recognizance, or other suretyship obligations of thecompury; and such signature and seal when soused shall have the game force and effect as though mmmJal ly affixed. IN WMIRSS W1UMBOF, Amwest Surety insurance Company has caused Huse presents to he signed by its proper officers, and Its corparata seal to be horcunlo ■f£utc+d this 141h day of l)eeerriber, 1995, John L Savagepreafticirt Karen G Cohen, Seeretary State ofcalifornis County ofLos Angeles On December 14, 1995 before me, Peggy D. Lofton Notary Public, personally appeared John L Savage and Karen G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidrA=) to be the porann(s) whose name(s)is/are subscribed to the within instrument and acknowledged to me all that be/slieltlwy executed the same in his/her/their authorizod eapacky(ios), and that by his/hcrhhoir siknaturt(s) t irtr�entihereraon(tJ. or -the !k u nn eh ofvAlchdro r9mnfsl acted, executed the instrument „.n. canna WiTNF.SS hand and official seal, PE=Lt,0f= N CotrwrrWknFdAc —1 Signattae (Seal) 11MArtlWft tirlly•a,a�� . Lofton. Notary Fabliki tiny CCarmua. DO" Asp 6.CIO 19'74 Y t 1995 t� 1 a I p• * Nri F10-01-97 11:17 RECEIVED FROM: P-04 i l: PERFORMANCE BOND ro I 7 I r t STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars ($ ) 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 _ day of , 19_, to 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 l if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 19 Surety r' • By: 7, (Title) Principal By: (Title) By: (Title) By: (Title) r The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety .By. (Title) Approved as to Form City of Lubbock By: City Attorney • Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. I CERTIFICATE OF INSURANCE F 09/23/97 TUE 16:49 F.kl 903 564 7367 WESbUR,INC. From: Cert ficAte Dept To: irlL:. WesWW Date: 9123X7 rime:16:35:10 10002 rage 2 of 2 EffnFIC ILi 'xTs THIS CEIMFICATE IS ISSUED AS A UATTER OF II KHMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE sineper Solron tk Company 12222 Yor>t Dr_ HOLDER. THIS CERTIFICATE DOES NOT AUEIID, EXTEND OR ALTER IM COVERAGE AFFORDED BY THE POLJCIM BELOW_ COMPANIES AFFORDING COVERAE= salts 800 Daps TX 7SM-2231 c(.vrAt17 A PROGRESSM COMPAIJIES ru cwu='�rlr 0 LMION INDEIlUWK T4)MP WESTIIAR DiC RR 4 BOX 141 iNHrMSBORO TX 78279 t:-�rlvarrr C TX WORKEFZ COMP Iles FUND 1:,L1cN17 D GREAT AMEIRIGAIJ / CFi�UMP P,15 is S'ta ar_R-►.=r 1 H.ve e>=Eri I,.rLl>=o Yv'YrtE rr,e toouc: vEFIOD -1ogCATED, MOTYA-.M'-TaND1r4G 11W REOUIRE&ENT, TEFL' OR COPMM01 OP Rr4 GOr4TRA-CT OR OTHEA DOCLPAEtIr WITH RESPECT TO YtocH TH13 Z;MF1CtT: MAY BE 133UED OF MAY PERT; Pl, THE Ir43UFFJvrE AFFORDED BY TH_ POLICIES DEWRIBED HMFJPI 13 =EJECT TO ALL THE T=51Lt, xaU=KTJ= AtjD =MITIONZ OF Ur-4 PCLICIC=. LIR.arr ;ter.; MAY HAVE BEEN REDUCED BY PAID CLAII-r- 'ITFE O�lfiPlfiGE F'Ol.CT MtUBEil Y EFiSC7 vE QBTE IVUA3S.Y1 POLrOY E> pmhT10i DATE R,tADC:`, :1 �$ amu;Lu;dLn*t GL10101050 03;00;9i 04!OGIDB !&LxAAL41CREG.;TE f 2.000,000 C��7vtCCI4.C+►+'R;I I1ABUTY uuvM MAN!© =ur DL PROC 5• JHC:;F .fi 5 1.000,000 PER.E,qia a Aov IN.1LIFr s 1 ,000.000 EAC!I •]GCURREI�G= f1.000.000 _-:rt c1"�� % r.GNm:, rc Al; r`F,JT FIRF aAklhSE f/,Iw . to k.1 i V UME.V'i;nra.nL+rs:,o EX:QLU. AUT-LKINLE U-ClU1' ANY AU'i? 07039313-1 02! 07! 07 03!07198 cc-W-wfi :al .;IP L YT $ 1 , 000,0G0 AIL C46NEG -117^: X H v=— '4n— h'fi1L1' IIiURr � " 1•" "Q � RCD Au--M rii�.(?1ti11F.•L' C,IJT%J:i P;L471NJi111Y fFsy iV.li►1:) � Pc*'WrTY D;AVu: i G-R=&C LIAM ITY AUTO C" Y . FA 5 AP:Y zLrm -JTHG T Kr A M- s EW.0%1 uZzIUr; W.0 krrI lRRj:PZr. 5 tys¢;ELL- rr,!RI. i�g,REd;TC 3 S -:T$1 TKAN LIP3W'1I A 1'-RU Ye-PV.ERLI 443 an: -VOW uAv"In 1SFODD178366470430 D4r30197 04/30/08 X .1 TM AgY 1IL31:s iei: l=EiSX AI;I;ICFJ:T i 500-DUL hr Fwwwlury INCL ��R��L�:r..•t: Lnrlt tFfir:EP�ACL. RLA;L = ONEVE PVJ±Y LRAT 3 500.000 t:-IxiWSe. L E:.E;�L_7CE 5 500.000 4 h OCUTRACTCRS 2WIFLIOT TIU957510201 03!29!07 03!29!98 LEMM EWIR04T 200,000 DEDUCTIBLE Soo .tu ✓W OF -.-PMt :PG:UJJ.I /JP::iiJcrIR:LG„nra u:!�L �T• "+= *97227 Y a: LuSSOLK IS A[IDITIONAL INSUiJZ) GI WIERAL AND AURWBILE LIASLITT FIE: I r-RK PERR3WkD BY INSURED. __...... ....... ...... iTIFICAT>l:HDLDER :.::.....:... �::•.:.. .......... .. .... _.. - :....; 1.1. °:C�1]JITION StilLILLi ;rIT it T!•IC AjRr✓< D-SCRIBED ?JUGI°S R Z-AWPI- V eENAE THE CITY OF LUBBOCK OFFICE OF PWCHASING EVWA"l Ix:r lllW(L5_K, THE b�Ultr. (;rArAAIV vriLL tMl ttvlrt Tt WIL ._10 o;ra Wni rl EH WTILE TO 1PZ CEPIT r;;TE Iir!LDLP 041= T +THE UE'T, PO Box 2= UIBBOCK TX 79457 oLrr FALURE T! MVL:{IK-H W-'Tr_: WALL IMPOSE NO CCU. iTFlx t,R IJAftLfT: -7 aM' Y.rc1p I1P.'+P! T[IF COA/Fifrl, I75 gr,EPIYc CIA fi-wr::rxln(tvP rLG� REETE 7-11098! MAINNILLM E ACDD CORPORKTIGN :4 a. 09-23-97 16:40 RECEIVED FROM:903 554 7367 P-02 SE r BY:SLEEPER, SER'Eu- & CO ; 9-30-97 ; 3:57M ; DAL.LtAS, TX-+ 8067752164;# 4/ 4 AA ovnw Paoouc «.. �• Bleeper Sewell 6 CA m w Not DT. Smte 6o0 D01laa TX 7mi-m THIS t R11FICATE i8� ISSUED AS A MATnM OF WFORMATIOi ONLY ANQ CODAS NO RMM UPON THE t EMMATE iiOLDEEI THIS CERil1�CATE DOES NOT AMEND, EXTENT}12M ALiER THE COyEF1AGE AFFORDED BY 7HE POLICIES BEt�lt. COMPRI ES AFFORDlIfl COVERAGE COWMY A FR MIGSWE COW'ANIES REi! COWMY 6 LEGION a@ELIINTYMIJUP RJR A BOX 1TIAM 41 WHRESBORO TX 76273 cauaAMY TX WORKERS COMP INS FUND COIJRW D GREAT ANERICAN ! CRrJW' 1` OipD .H5 is To" YY! D RUTS WI�POLICY a#IDICATED, Non%VFGTANDTIG ANY W-QuREMENT, TERM OR CONDITION OF ANY CONTRACT OR 0' M O=AF-NT' WITH RESPECT TO WtGH TFIS CERTWCATE MAY BE MSIJED OR WAY PERTAIN THE NSURANTE AFFORDED BY THE FOLEGIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TE104 EXCLLWONs AND CONDITIONS OF SUCH PO OU. UNITS 3HUWN MAY HAVE SEEM REDUCED BY PAID CLAIMS. LR M OF INSURANCE PO= NUtfIBER UI IM DATE WTtW LINTS B OE?IERAL UAE4ITY fa1.101oloe0 03/06/97 04106/0 GENERAL ADOREUn t 2.000,000 X GOWV l= GEHGK LIABILITY i PRODUCTS - fDOTAPIOP Am t 11000,000 ctAlus MADE MX OCCUR PERSOMiL t ADV FUMY i 1,00 00 11; OCCURRF ICE t , i no CWHER'9 A 417N tACTO1iS PROT FIRE DAME ( ON kil t r M® EXP (Aft 4m parm4 i U,CLUXED A Aura~aoeltEluBvn ANY AUTO 07039613 1 03l07/07 031071p6 CORMM =OLELAUT i 1,000,000 GODLY LY awfly _ ALL OWNED AUTOS X sarmras Lcm Au BOOZY LV Y era i HM AUTO= X NUMMNED AUTOS PROFQIFY o"GE t CAA= LLAUM AUTO ONLY • EA A=ENT t OTTffR TRAM AUTO ONLY; y" AMY AUTO t t •cGE88 L ffy EACH O=RREHCE i ADGFMTF j UMBRELLA Roam i OTHER IM tmNRE A fOFM C wOFKM OCUPENSATM AND EAFLar<ER, twuty THE PROPMETOt etGl PARTNE LVVEOUTIYE OFFICERS ARE REXCL OTAM TSF000178366970430 04/30187 04/30169 x FL EACH A=04 i 600.000 IL DLSEW • KLICY FUR 4 600,000 EL DISELIE • EA l9APl01EE i 500,000 D OOt TIACfQ,;S EQJIPJW TII,t0SWO201 03/20/07 02/20/98 LEA8ED ECUIR NT 200,000 DEDUCTIBLE 500 (c BID 007227 CITY OF LUBEE= IS ADDITIML INSM QI GENERA!. AM AU aMILE LIABILITY TtE:TVCW PE1 FCMED BY INSUF0. �c d_+ Iµj. ... 1p ? a .._'• «sl' ..: MO ' t IaM4 7." 061 ` 4d j� SIe:YIilG Iu d'r�P9$� SiOM ANY OF THE ABOVE DE9CR M POLIC>FS W GMMLEO BEFORE THE CRY OF LUGS= OFRCIE OF PURC2IAWIQ E!U'INl = DATE THETTEOF, THE ISSIRMS CWANY WU tnEAVOR TO VAL 10 DAYS WUTTEN N01XE TO THE IT3iTIPICATE HOLDER NAMED TO THE LEFT, Io 130)( 2m LUBBOCK TX 78457 BUT FAILURE TO VAJL SUCH NOTICE & LL Wom NO CWJUTIm OR LMIAM OF ANY!RID UPON THE COMPANY, ITS AfiENTS OR REPRfs@ITATWM WN011M Ri ME NTA7IYE WLIJAIuI E• SLEEPER t-lim 02tu4 _"i r J'.., wnl{x.i"�!i ' N N S ,n„wI rr ! rn'R. "''urn•"' tli'y': .� _ � Mr�dy.41f ��.a. M•' nr��^lrx ,� • � �pw'; r„ i * • ` . d ? 99-30-97 15:53 RECEIVED FROM:9724197555 P•04 M� r F F SENT BY:SLEEPER, SEWELL & CO : S-30-37 3:54PM err-au-ar WS1 2142652620 SENT BY:CRIJW INS. SFRVICPS 8-30-97 15.24 bt-texas, Inc. 795srt2amhlet�4apTtreCucr!IDSN��I'�,4►1ia-icy�? Tema /5231 j�:I'l:r�tr��d'?�;pJ.r.#�z:��f.: •:af:;s rir..d+1 ,ly Lsc•s,:� �..�;ya d Dow ai uzancs D.4LLAS, TX- 80677521644 # 3/ 4 P.02 R-516 Job-489 CR[ Aid i NS. SERY I CES-+ 5724187555:9 2/ 2 BINDER Crump Group &near No. 028640 Inwcord,a���Nrith r in race�I anal :n ndWaee The slat =ta m%k is raw soplltation. buwu= it etrctxed as f mowc lau„rcr(t): MIL • aMl ey tnsursvr_e Uumpany Anianed PobMta) or CallfiMMW flumbats):MC0000.1A66 mmc of tvaw d: UESTMAR . ING . Mo`='ai nddresc RR 4 BOX 14 L UHITESBORO, TEXAS 76279 ninda period rrom: GalPtL11Abvr 24. 1997 1141 A.M. Th: November 24, %997 Izoi A.M. Standard Mme at the amu= as stated abarrA u the 6atfoa of prayerty or Inc yMM insurtd. TAIs bhWel .rill be lermirmttd ltp,n abt:very or In ual pancytin) or Canifirstets) issued. Cb,,M, COMMERCIAL UMIRREL_LA LVIN�ti0iAffl-F6t'Zr'TPIMARIES Cmulbitmu and/or E:dusiou SxR t 42-%,000 EXCLUSIONst UM/UIMI PROFEGSIOkAI.1 CROSS SU1161 kFAI & PERSONAL. CCC; ERICA/COSkA1 A6601..UTE POLLUTION(SIGHFO) i ABREST05; SUBSIDE:NCEs PUNITIVE. DANA3ES; LEAD; EMT'LOYMFNT REL.ATEQ PRACTICES. FOLLOW FORM: PERSONlAL. INJURY & AUTU 6/96 UMBRELLA EDITION OTHERt CONTRACTORS LIMITATION; OIL. IN13USTRIFS LIMITATION; ('W" EXCL. F'FYD/E/X); UNIMPAIRED ACAS, UARRANT A RATED U/!. CARRIERS U/L. RE;Q: CGL-$iH/$2H; PROD �IA11-s1M1/t iris AU10.- *1Ms EMPLOYERS L.IAA1 $500/:500/5001 D/E/X/-$iMliil /b1M TAXACLC RATE TAX FEE DESCRIPTION AKOIJN 1 1616.00 .0405 78.313 Airy lxr."Y Fee 1.50. 00 1616.00 .OG1b 2.42 TOTAL: 60.130 150.00 f?om Period From: SePtember 24, 1997 IMAM. To: March A, 199S 120 A.M. Stnadwnd Tb u u the aadmt at need abentm ttu kx%tkm of oropmy or inwreti(s) inwm& mi"Imanm EEanud Premium: 1,466.00 $ J. 4a . 00 4 10 .00 j 15J . 00 fh)et: S (30.00 Rate of Aai,xw c : FLAT Perominm R..;." wodurrdl8irottr: Sleeper, Sewell & Caml)any 12222 Mrrit nrivfa Eulta b00 all as TX 752Ci1 -?.231 Cstn•mted Exposunt: ay: _21 ( A.-. 406- Orel Ka fat• CiuweTbtlan: Thin Dtnrur may hr rarxrUrd hY thr. tnauzvd by rune r&&r eLereof to Cruuw hteurnuce S6vicm of Tema. Inc. or arw of lta autlaerwa d revrcvairtathce. or by uaaipat[ try dump trww.truI SrrvWm o17ezJa. Inc. lYrtttCn rlattcc eta utlrt lvhen tlieftaite[ t[Dr aufceliarloa aahaU be eMcthra. Tll1i IMMA 2=6 ■l>MZR Casotpt tam rJL?6t71l rso 91Wn camcd p,caslum mumt he paid far On tb. /Let i,.a.+raner has t.,on i» &Drat. Tots Wder May bc caneened by Crump trmuranne %cmicer orrelaa. Inc. by taaAtrag to the tenured at the Address Stated on this bindrr. wtlttpr random at-Ung who. ad tma tbau tee I lei days tlae tufter, such canccVation shall be effective. 'lbe na3f11rg Ot ttofis~r as aruresaial ahu0 be sutllcdent pruaf.d+satltr. llaltvc y of ouch WMEen AQUCe ettha by ilia insured or 1iy Crump haburance SenSces of Tuae. Inc.. abAn be equivalent to aa+uUnl. 19L lt,.+rveoLof&oneellauan b'ytho isaMured. the c.%Tned ptr. nium min M avmputed ahnrt-rate to nccordait-=with the cumpany'a customary sbml-ndr uable. aalljeat to a mkihnuna prcantum if aypltcable. eaut If cancrlla-d by the Insurertsl. tha aamcd prc.mtom will be computed pco rxta. ris. Moder b ao4jett am dw terra, eandhimm and atlpr[dlum on Ih m-=w 4& F. 09-30-97 15:52 RECEIVED FROM:9724197555 P•03 F r f r CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract r I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have ¢ been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by r contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this c bid/proposal. r. Agent (Signature) Agent (Print) F Y Name of Agent/Broker: _ Address of Agent/Broker: City/State/Zip: r.. Agent/Broker Telephone Number: c Date: I~ CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: NOTE TO AGENT/BROKER If this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)775-2165. BID #97227 - PERMANENT METHANE VENT CONSTRUCTION 7 L rn CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 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: r t� F F REQUIRED WORKERS' COMPENSATION COVERAGE 'The law requires that each person working on this site or providing services related to this construction project must (see reverse) 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)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) 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; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) 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 (H) 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. No Text i CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS CONTRACT, made and entered into this 191' day of September,1997 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Westmar, Inc. of the City of Whitesboro, County of Grayson and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and Contracts hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: r a BID #97227 - PERMANENT METHANE VENT CONSTRUCTION - $35,131.00 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 the Contract t The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. r` r IN WITNESS WHEREOF, the parties to these presents have executed this Contract in Lubbock, Lubbock County, Texas in the year and day first above written. ATIfEST: Secre APPROVED AS TO CONTENT: '42 : n /JP 1� . ner's Representative APPROVED AS TO FORM: ��ea Attomey ATTEST: Corporate Secretary, &4k4Lm1-- ,,J MAYOR ' CONTRACTOR: WESTMAR, INC. COMPLETE ADDRESS: Westmar, Inc. RR 4, Box 141 Whitesboro, Texas 76273 a GENERAL CONDITIONS OF THE CONTRACT t r 4 is 1 I r F GENERAL CONDITIONS OF THE CONTRACT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit WESTMAR, INC. who has agreed to perform the work embraced in this contract, or to his 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, under whose supervision these contract documents, including plans and specifications, were prepared, and RICHARD BURDINE, ASSISTANT CITY MANAGER, who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this Contract. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Contract, Statutory Bonds (if required), General Conditions of the Contract, Special Conditions of the Contract (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 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. 7. WRITTEN NOTICE P• 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 him who gives the notice. r r l 8. WORK 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. 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 with two copies of all Plans, Profiles and Specifications without expense to him and he 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 of quality of the executed work and to determine, in general, If the work is proceeding in accordance with the contract documents. He will _ not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. — 13. LINES AND GRADES All lines and grades shall be fumished by the Owner's Representative whenever 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 his 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 Owners 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 him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. t r 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY r' Unless otherwise specified, it is mutually agreed between the parties to this Contract that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that 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 this contract. He 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 Owners Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. �- The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. w, 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 the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Contract, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Contract 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 six (6) days make written appeal to the Owner's Representative for his decision. 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 his absence and all directions given to him shall be binding as if given to the Contractor. 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. PON The work, from its commencement to completion, shall be under the exclusive charge and control of the s. Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any r subcontractors, or any of his 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 himself 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 effect the work under this contract. No verbal Contract or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. I 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, 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 him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the ^ Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable 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 work is in preparation or progress. Contractor shall ascertain the scope of any observation which 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 work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any 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 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 bome by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. r r, Neither observations by the Owner or Owners Representative, nor inspections, tests, or approvals made by Owner, Owners Representative, or other persons authorized under this Contract to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. r' 22. DEFECTS AND THEIR REMEDIES i, It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the 7 work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owners Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS t The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either T' 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 any actual loss occasioned by such change, due to 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 bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction 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 actual field cost of the work, plus fifteen (15%) percent. ° In the event said extra work be performed and paid for under Method (C), 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 9 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, Owners Representative, or by them agreed to. Owners 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 Owners 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 him for his 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 he should receive compensation or an adjustment in the construction time, he shall make written request to the Owners 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 Owners 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). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the bid, 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 Owners Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owners Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 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 Owners 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 his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC 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 r l 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 I municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any r. character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning ,'" lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. r• The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an ! Independent Contractor; inclusion of this paragraph in the Contract, 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, r are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his 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 r.. Texas and satisfactory to the City. Proof of coverage shall be fumished 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 within ten days after being notified of such award. The Insurance certificates furnished shall name the City as an additional Insured. A Worker's Compensation Coverage statement from the Contractor to the effect that no work on this particular project shall be subcontracted will be accepted as an alternative. It shall be the contractors responsibility to provide to the owner all proof of coverage Insurance documents Including workers compensation coverage for each subcontractor. A. Comprehensive General Liability Insurance 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: Premises and Operations 7Explosion & Collapse Hazard ` Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $2,000,000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance 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 nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's — . _ or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor'slperson's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor' in 406.096) - 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 { r Poo 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; r 1 (d) obtain from each other person with whom it contracts, and provide to the contractor. r I (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 (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the _ contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractors failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental — entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (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 bome 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 bid 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. i^ : r µ (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 i days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the 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: 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 G 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." r I r "Call the Texas Workers' Compensation Commission at 5121440-3789 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 (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 language in subsection (e) (3) of this rule; (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the -- contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 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 The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. FAny and all communications between any party under this paragraph must be in writing. 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 Contract with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner 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 harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 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 effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. 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. r33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this Contract. r F 34. TIME FOR 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 contract 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 on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractors total compensation, the sum of $50.00 (FIFTY 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 calendar day that the Contractor shall be in default after the time stipulated — for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change 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 of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his 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 bid; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owners 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 Owners 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. EXTENSION OF TIME The Contractor agrees that he has submitted his bid 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 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owners 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. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owners Representative for such an extension as requested by Contractor. The Owners — Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. — 0 Pot L 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. 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 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 jA specifications, plans and other contract documents are intended to show clearly all work to be done and material t to be furnished hereunder. Where the estimated quantities are shown 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 bids offered for the work. 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, r„ payment shall be for the actual amount of work done and materials furnished on the project. I 39. PROTECTION OF ADJOINING PROPERTY 7 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 Contract, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor r agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury ` to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity 7 shall not apply to any claim of any kind arising out of the existence or character of the work. 40. PRICE FOR WORK r" 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 �.. bid attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive S such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS r No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. F 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 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; said statement shall also Include the value of all sound materials'delivered on site of the work that are to be fabricated into the work. 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 this Contract. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owners Representative written notice that the work has been completed or substantially completed, the Owners Representative and the Owner shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owners Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owners Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the Contract, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31 st day after the date of certificate of completion, the balance due Contractor under the terms of this Contract, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which maybe required in the special conditions (if any) of this contractor required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owners Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. 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 after written notice by the Owner or the Owners Representative, Owner may remove and replace it at Contractors expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he 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 substantial completion. The Owner or the Owners Representative shall give notice of observed defects with reasonable promptness. a , 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. r (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. 1 (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. F48. TIME OF FILING CLAIMS 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) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Contract, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the L work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide 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 Contract. 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 F 51. BONDS The successful bidder 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 bidder 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 $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 52. 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. 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and home by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his 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 his 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. 55. 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 he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. CURRENT WAGE DETERMINATIONS Resolution No. 51-'1 March 14, 1996 Item #19 RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public i works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and is WHEREAS, such wage rates were established by Resolution No. 719 enacted February 1 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by Resolution No. 2502 enacted January 8, 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the 'j current prevailing rate of per diem wages; NOW THEREFORE: + BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. 7 Passed by the City Council this 14 th ATTEST: &e,- I a& Betty M. J on, City Secretary APPROVED AS TO CONTENT: '-7)6w av�- Mary AndrVws, Managing Director of Human Resources APPROVED AS TO FORM: i a old Willard, Assistant City Attorney HW:da/ccdocs/pubworks.res February 14. 1996 2 E 1 ARCI1: V In City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Piping/Boiler 9.00 Insulator -Helper 5.50 Iron worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder -Certified 10.00 Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 r 4 f i EXHIBIT V " Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. r EXHIBIT D Prevailing Wage Rates Weekend and Holiday Rate r' The rate for weekend and holiday is 1 1/2 times base rate. t SPECIFICATIONS 7 CITY OF LUBBOCK, TEXAS KING' S PARK PHASE III PERMANENT METHANE VENT CONSTRUCTION Supplementary General Conditions and Technical Specifications SEPTEMBER 1997 ..:::::::::::::: . .::.............. ..:.............. .............. Parkhill, Smith & Cooper, Inc. .!€::11 .... Engineers ■ Architects ■ Planners 8, / 9 9? SECTION 00003 TABLE OF CONTENTS CITY OF LUBBOCK, TEXAS KING'S PARK PHASE III PERMANENT METHANE VENT CONSTRUCTION DMSION 0 - CONDITIONS OF THE CONTRACT 00805 Supplementary General Conditions DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01019 Contract Considerations 01025 Measurement and Payment 01039 Coordination and Meetings 01090 Reference Standards 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01600 Material and Equipment 01650 Facility Start -Up and Commissioning 01700 Contract Closeout DIVISION 2 - SITE WORK 02146 Permanent Methane Vents DIVISION 3 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03300 Cast -in -Place Concrete Not Required DMSION S - METALS Not Required 2202-97 00003 - 1 NUMBER OF PAGES 6 2 1 2 2 1 3 2 2 1 2 4 3 2 4 I �I DIVISION 6 - WOOD AND PLASTICS r ' Not Required ,.., DIVISION 7 - THERMAL AND MOISTURE PROTECTION Not Required T" DIVISION 8 - DOORS AND WINDOWS r Not Required DIVISION 9 - FINISHES r 09900 Painting DIVISION 10 - SPECIALTIES Not Required DIVISION 11 - EQUIPMENT Not Required DIVISION 12 - FURNISHINGS Not Required e DIVISION 13 - SPECIAL CONSTRUCTION r Not Required DIVISION 14 - CONVEYING SYSTEMS r Not Required r DIVISION 15 - MECHANICAL r, Not Required P ` DIVISION 16 - ELECTRICAL Not Required 7 2202-97 00003 - 2 NUMBER OF PAGES 4 pC''f ft APPENDIX A Table 1 Methane Vent, Approximate Vertical Dimensions Form 1 Vent Borehole Construction Log Form 2 Construction Log APPENDIX B Project Drawings NUMBER OF PAGES 2202-97 00003 - 3 f.. SECTION 00805 SUPPLEMENTARY GENERAL CONDITIONS PART 1 GENERAL The following paragraphs identify and describe changes to specific paragraphs in the General Conditions. 1.1 ADDITIONS, DELETIONS, AND REVISIONS 1.1.1 General Conditions "11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE", delete the entire paragraph and replace with the following: The Contractor will be furnished five (5) sets of the full-sized drawings and five (5) sets of the specifications for use during construction. This shall include all plans and specifications furnished to material suppliers and subcontractors but does not include executed contract copies. Plans and specifications for use during construction will be furnished directly only to the contractor. 1.1.2 General Conditions "13. LINES AND GRADES", add a second paragraph as follows: Benchmark locations and information furnished by the Owner's Representative are for initial construction layout and final construction verification. If a portion of the work fails and requires additional work by the Contractor, additional surveys will be provided by the Owner's Representative at Contractor's expense. The Contractor shall be billed directly for additional surveys by the surveyor at the rates being paid by the Owner. Failure of the Contractor to pay for additional surveys will result in a reduction of that amount from the final payment. 1.1.3 General Conditions "21. OBSERVATION AND TESTING", add a fourth paragraph as follows: The Contractor shall pay all costs for pre -construction testing called for in the Technical Specifications and for all failing tests during construction. The Owner shall pay for all construction testing except for failed tests. The Contractor shall be billed directly for failed tests by the testing laboratory at the rate per test being paid by the Owner. Failure of Contractor to pay for failed tests will result in a reduction of that amount from final payment. 1.1.4 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT", delete the first paragraph of this section. 1.1.5 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC", modify as follows: Delete the fourth sentence of the first paragraph, i.e., "The Contractor, his sureties... including attorney's fees." and replace it with the following: "The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents, including Engineer, and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any 2202-97 00805 - 1 subcontractor, their agents or employees, in the execution and supervision of said contract, and project which is the subject matter of this contract, on account of the failure of the Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, including Engineer, or employees including attorney's fees." 1.1.6 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows: A. Add the following paragraph after the first paragraph: "All insurance, as hereafter — specified, shall include a waiver of subrogation against the Owner, the Owner's agents, and the Owner's Engineer." B. In addition to the City, the Engineer is to be named as an additional insured on the Comprehensive General Liability Insurance, the Owner's Protective or Contingent Public Liability and Property Damage Liability Insurance, the Comprehensive Automobile Liability Insurance and the Excess or Umbrella Liability Insurance policies, and a copy of the endorsement doing the foregoing is to be attached to the Certificates of Insurance for such policies. C. The Engineer is to be named as an additional insured on the Builder's Risk Insurance Policy, as its interests may appear. 1.1.7 General Conditions "39. PROTECTION OF ADJOINING PROPERTY", modify as follows: Delete the last sentence of the paragraph, i.e., "The Contractor agrees to... out of the existence or character of the work." and replace it with the following: "The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any adjacent or adjoining property arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. " 1.1.8 General Conditions "53. SPECIAL CONDITIONS", modify as follows: Delete the paragraph and replace it with the following: "In the event any special or — supplementary general conditions that are a part of the contract documents conflict with any of the general conditions contained in this contract, then in such event the special or supplementary general conditions shall control." 1.2 Additional Paragraphs 1.2.1 General Conditions 56. CONSTRUCTION PROCEDURES AND SAFETY:" Owner's Representative and the Engineer shall not specify construction or service -related procedures and shall not manage, control or have charge of construction, nor shall Owner's Representative or Engineer implement or be responsible for health or safety procedures. Owner's Representative and Engineer shall not be responsible for the acts or omissions of Contractor or other parties on the project and shall not be responsible for construction means, methods, techniques, sequences, or procedures, nor for precautions or programs. All of these matters shall be the responsibility of the Contractor. Owner's Representative's and Engineer's monitoring or review of portions of the work performed under any construction contracts shall not relieve the 2202-97 00805 - 2 ' Contractor from its responsibility for performing the work in accordance with the applicable contract documents." Contractor shall defend, indemnify and hold harmless Owner, Engineer, their officials, officers, directors, consultants, agents and employees from and against all claims, damages, whether direct, indirect or consequential, losses and expenses (including but not limited to attorney's fees and court costs) connected with any illness, injury or loss to the person or property of Contractor, its subcontractors, suppliers, their employees and agents, or any other person, arising out of or resulting from Contractor's responsibilities under this paragraph; the foregoing shall apply notwithstanding the negligence of any person or entity indemnified r+ hereunder. Not withstanding the above, the Contractor will not be required to indemnify the Owner's Representative or the Engineer to causes arising out of the Engineer's negligent acts, errors, or omissions. r 1.2.2 General Conditions 57. RESIDENT PROJECT REPRESENTATIVE (RPR): General: RPR is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the rknowledge of and under the direction of Engineer. A. Duties and Responsibilities of RPR: 1. Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings. 3. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents, and assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on -site operations. b. Assist in obtaining from Owner additional details or information, when required for proper execution of the Work. B. Shop Drawings and Samples: Record date of receipt of Shop Drawings and samples. 2. Receive samples which are furnished at the site by Contractor, and notify Engineer of availability of samples for examination. I� F2202-97 00805 - 3 3. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the Engineer. C:. Review of Work, Rejection of Defective Work, inspections and Tests: , 1. Conduct on -site observations of the Work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. 2. Report to Engineer whenever RPR believes that any Work is unsatisfactory, faulty or — defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 3. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that Contractor maintains adequate records thereof; and observe, record and report to Engineer _ appropriate details relative to the test procedures and startups. 4. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to Engineer. D. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Engineer. Transmit to Contractor decisions as issued by Engineer. E. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor decisions as issued by Engineer. F. Records: 1. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. 2. Keep a diary or log book, recording Contractor hours on the job site, weather conditions, data relative to questions or Work Directive Changes, Change Orders or -- changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. — 3. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment. _ 2202-97 00805 - 4 t o t G. Reports: 1. Furnish Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 2. Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. 3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from Contractor and recommend to Engineer Change Orders, Work Directive Changes, and Field Orders. 4. Report immediately to Engineer and Owner upon the occurrence of any accident. H. Payment Requests: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values. Work completed and materials and equipment delivered at the site but not incorporated in the Work. I. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forwarding to Owner prior to final payment for the Work. J. Completion: 1. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor j" a list of observed items requiring completion or correction. i 2. Conduct final inspection in the company of Engineer, Owner, and Contractor and t prepare a final list of items to be completed or corrected. 3. Observe that all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance. K. Limitations of Authority: Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by Engineer. 2. Shall not exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's superintendent. F2202-97 00805 - 5 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or sample submittals from anyone other than Contractor. 7. Shall not authorize Owner to occupy the Project in whole or in part. 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by Engineer. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2202-97 rr i f SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SECTION INCLUDES j A. Work covered by Contract Documents B. Contractor use of site. r C. Owner occupancy. 1.2 RELATED SECTIONS 1 A. Section 00700 - General Conditions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS " A. Identification: City of Lubbock, Texas "Permanent Methane Vent Construction". B. Location: King's Park Executive Golf Course. C. Verbal Summary: Without force or effect on requirements of the Contract Documents brief description of the Project is as follows: Base Bid: ■ Ten (10) permanent methane vents ■ Asbestos Containing Materials Handling and Disposal ■ Mobilization and Drilling ■ Drilling Logs ■ Casing and Well Screen Installation ■ Gravel Pack ■ Sodium Bentonite ■ Bentonite Slurry ■ Required Testing ■ Protective Steel Collar and Vent Installation ■ Painting Exposed Surface ■ Concrete Seal and Pad PIN ■ Header Pipe Installation l 1.4 CONTRACTOR USE OF SITE rA. Limit use of site to allow Owner occupancy. B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. 1.5 OWNER OCCUPANCY A. The project is located on a privately owned proposed golf course under construction. As a result, the Owner will occupy the site during construction and conduct construction operations. 7 2202-97 01010 1 B. Currently construction operations consist of fill placement and earth moving by track dozer. C. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. D. Schedule the Work to accommodate this requirement. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2202-97 01010 - 2 . r f SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL 1.1 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.2 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. B. Section 01600 - Material and Equipment: Product substitutions. 1.3 APPLICATIONS FOR PAYMENT A. Submit four copies of each application to the Engineer. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. 1.4 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2202-97 01019 - 1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL The unit price or lump sum price bid on each item, as stated in the proposal, shall include mobilization as well as furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid prices on the various items. 1.1 DRILLING The total depth of the wells, as authorized by the engineer, from ground surface to the bottom of the well will be measured for payment per vertical linear foot complete and in place. This price shall include cost of drilling and logging the well through all materials encountered to final depth as directed by the Engineer; the cost of materials and placement of the bentonite/soil mixture and the hydrated bentonite, and for disposing of the excavated materials at the City of Lubbock Municipal Solid Waste Landfill, as directed by the Owner. 1.2 ASBESTOS HANDLING AND DISPOSAL The construction activities will occur in an old caliche pit that did not restrict disposal activities. Therefore, certain special wastes may be present. These special wastes could include asbestos (friable or non -friable) containing materials (ACM), medical waste, vacuum truck waste and dead animals. The contractor will be responsible for all material testing, air quality testing and monitoring, material handling and containment, employee safety, hauling, and disposing of all asbestos containing materials at an appropriate site, in accordance with all applicable federal, state and local requirements. Payment will be made for the actual number of tons of ACM that are disposed of at an approved site. Contractor will provide laboratory test results, manifests and weigh slips from the approved disposal site as documentation of the number of tons of ACM disposed. 1.3 CASING AND WELL SCREEN The actual amount of casing and well screen installed in the well will be measured in accordance with the specifications. Payment for the casing will be made under two items as follows: Payment for the actual amount of casing placed in the vent will be made at the contract unit price per linear foot for 6" casing. This price shall include all costs of furnishing and setting the casing as specified. Payment for well screen will be made for the actual length of well screen at the contract unit price per linear foot for 6" well screen. This price shall include all costs of furnishing and setting the well screen as specified. 2202-97 01025 - 1 1.4 GRAVEL FILTER PACK The actual number of tons of filter pack placed in the vent will be determined by weighing. The filter pack gravel delivered to the site will be weighted at the landfill's truck scale located at the entrance. Following vent completion, all excess gravel will be picked up at Contractor's expense and weighed to determine amount of rock not used. Payment will be made for the actual number of tons of filter pack placed in the vent at the contract unit price per ton. This bid price shall be complete compensation for furnishing the filter pack, loading and unloading, providing the pipe and other equipment required to place the filter pack as specified, furnishing weight tickets on the materials and other incidental costs. Estimated quantities for filter pack in the bid form include excess material that could be necessary due to voids in the bore hole created by the solid waste. 1.5 STEEL COLLAR AND VENT INSTALLATION The protective steel collar and vents constructed under this contract, and as shown on the drawings shall be paid for at the unit price bid for furnishing and installing steel collar and vent as well as the concrete sealing block in accordance with the plans and specifications, per each, complete in place. 1.6 HEADER PIPE INSTALLATION Each vent shall include the cost of two to three 20-foot long PVC header pipe(s) and fittings in a trench as detailed on the plan. Cost to include trench excavation gravel placement, pipe installation, complete and in place, per each. 1.7 FINAL CLEANUP The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction materials, final grading of all trench surfaces and construction sites, and in general preparing the site of the work in an orderly manner. The cost of cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2202-97 01025 '- 2 d 1 t SECTION 01039 r" COORDINATION AND MEETINGS r PART 1 GENERAL 1.1 SECTION INCLUDES itA. Coordination. , B. Field engineering. Pam C. Site mobilization conference. 1.2 RELATED SECTIONS r A. Owner's General Conditions. 1.3 COORDINATION CA. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction r elements, with provisions for accommodating items installed later. { B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. 1.4 FIELD ENGINEERING r A. Control datum for survey is that shown on Drawings. B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. r' 1.5 SITE MOBILIZATION CONFERENCE r A. Engineer will schedule a conference at the Project site prior to Contractor occupancy. ! B. Attendance Required: Engineer and Contractor's Superintendent. C. Agenda: r- 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 7 4. Temporary utilities provided by Owner. j 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. 8. Procedures for testing. 9. Procedures for maintaining record documents. PART 2 PRODUCTS Not Used �., 2202-97 01039 - 1 PART 3 EXECUTION Not Used END OF SECTION 2202-97 01039 - 2 SECTION 01090 r REFERENCE STANDARDS PART 1 GENERAL 4 1.1 SECTION INCLUDES r f A. Quality assurance. B. Schedule of references. r 1.2 RELATED SECTIONS A. Owner's General Conditions. p 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. r B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. 1.4 SCHEDULE OF REFERENCES ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 TNRCC Texas Natural Resource Conservation Commission Box 13087 Austin, Texas 78711-3087 PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 7 F2202-97 01090 - 1 �I i i t SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Construction progress schedules. D. Proposed products list. E. Shop drawings. F. Product data. G. Manufacturers' instructions. H. Manufacturers' certificates. I. Contractor's Asbestos Certification. 1.2 RELATED SECTIONS A. Owner's General Conditions B. Section 01400 - Quality Control: Manufacturers' field services and reports. C. Section 01700 - Contract Closeout: Contract warranty, manu-facturer's certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the! Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required identifying all changes made since previous submittal and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 9 2202-97 01300 - 1 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Revise and resubmit as required. C. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. Submit in a reproducible form. B. Submit the number of reproductions which Contractor requires, plus three copies which will be retained by Engineer. C. Drawing size shall be minimum 81k x 11 inches and maximum of 24 x 36 inches. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit — supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. 2202-97 01300 - 2 1.11 CONTRACTOR'S ASBESTOS CERTIFICATION A. Provide documentation that contractor is certified in the identification, handling, hauling and disposal of asbestos containing materials. Certification should be from federal and state agencies. B. Should contractor choose to utilize Sub-contractor(s) for the asbestos abatement, provide letter of agreement and certification for the Sub-contractor(s). C. Submit certification with bid proposal. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used 2202-97 END OF SECTION 01300 - 3 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. 1.2 RELATED SECTIONS �.. A. Section 01090 - Reference Standards. B. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. C. Section 01600 - Material and Equipment: Requirements for material and product quality. 1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Perform work by persons qualified to produce workmanship of specified quality. 1.4 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing as necessary during construction. B. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. �- C. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. r- D. Retesting required because of non-conformance to specified requirements shall be { performed by the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor. I PART 2 PRODUCTS Not Used F F 2202-97 01400-1 PART 3 EXECUTION Not Used END OF SECTION 2202-97 01400 - 2 n t FSECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL I A SECTION INCLUDES A. Temporary Utilities: Electricity, water, and sanitary facilities. B. Temporary Controls: Barriers, water control, protection of the Work, and security. C. Construction Facilities: Progress cleaning and removal of utilities. 1.2 RELATED SECTIONS Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY ELECTRICITY ` A. Provide temporary electric feeder from the existing electrical service as needed for Contractor's operations. I B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required by Contractor's operations. Provide flexible power cords as required. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code, 1.4 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. 1.5 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.6 BARRIERS Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. 1.7 WATER CONTROL ` A. Grade site to drain. Maintain excavations free of water. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. �,., 2202-97 01500 - 1 1.8 PROTECTION OF INSTALLED WORK Protect installed Work and provide specialprotection where specified in individual specification Sections. 1.9 SECURITY Project site does not have control fences to prevent unauthorized entry. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose of on existing working face, as directed by Owner, at intervals as required to maintain clean site. 1.11 REMOVAL OF UTILITIES Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART.2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2202-97 01500 - 2 r SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. �.. C. Storage and protection. D. Product options. 1.2 RELATED SECTIONS A. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS Products mean new material, components, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged w condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. !" 2. Promptly inspect shipments to assure that products comply with requirements, r quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, �^ disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the r construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with �.• seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide S. ventilation to avoid condensation. Store loose granular materials on solid flat surfaces in a well -drained area. Provide cover to stockpile to prevent windblown contaminants from mixing with the stockpile. Granular materials shall not be stored on bare ground or asphalt surfaces. 2202-97 01600 - 1 C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. ^' 1.5 PRODUCT OPTIONS Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2202-97 a Fill SECTION 01650 4 FACILITY START-UP AND COMMISSIONING r PART GENERAL r 1.1 SECTION INCLUDES A. Starting systems. r' B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.2 RELATED SECTIONS A. Section 01700 - Contract Closeout: System operation and maintenance data and extra r- materials. 1.3 STARTING SYSTEMS A. Submit a written report that equipment or system has been properly installed and is functioning correctly. 1.4 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of Substantial Completion. B. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. C. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. PART 2 PRODUCTS x C Not Used PART 3 EXECUTION r^ E Not Used END OF SECTION i 2202-97 01650 - 1 E. SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Project record documents. D. Warranties. 1.2 RELATED SECTIONS Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.3 CLOSEOUT PROCEDURES r A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. Dispose of on working face as directed by the Owner. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Submit documents to Engineer with claim for final Application for Payment. 2202-97 01700 - 1 a 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Submit prior to final Application for Payment. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2202-97 01700 - 2 F SECTION 02146 PERMANENT METHANE VENTS PART 1 GENERAL 1.1 DESCRIPTION These specifications describe the construction of methane vents in an existing solid waste landfill. The new vents will be drilled at the specific site location designated on the plans. Vent installation shall be performed by a qualified, licensed monitor -well driller, experienced specifically in the installation of landfill methane wells and/or vents. r. From available data, it is estimated that the boring depth of each new vent will vary between 18 to 33 f feet and that each vent will require between 12 and 27 feet of well screen. See Appendix B, Project Drawings for planned dimensions for vents. 1.2 SUBMITTALS A. Manufacturer's affidavit for casing and screen. B. Gradation, abrasion test and soundness test for filter pack. C. Commercial well casing centering devices. D. Vents. 1.3 SPECIAL WASTE (� A. Note, the cell in which the vents are to be installed are in an old non -regulated landfill. l Therefore, certain special wastes may be present. These special wastes include asbestos (friable or non -friable) containing materials, medical waste, vacuum truck waste, and dead animals. It is the contractors responsibility to follow all OSHA worker safety rules in dealing with this material. PART 2 PRODUCTS 2.1 CASING MATERIAL 6. A. Polyethylene (PE) Pipe 1. ASTM D 1248, Type III, Class C, Grade P-34, Category 5. 2. PPI rating of PE-3408. 3. Cell Classification: ASTM D 3350, 345434C. 4. Hydrostatic Design Basis shall not be less than 1600 psi (11.03 MPA) as per ASTM D 2837. 5. Minimum Standard Dimension Ratio (SDR): 17. B. Fiber Reinforced Plastic (FRP) Pipe 1. ASTM D 2996 and ASTM D 2310, Type 1, Grade 1 and Class F cell limits. C. PolyVinyl Chloride (PVC) Pipe 1. ASTM F-480 2. Schedule 40 3. Cell Classification - 12454B 1; r 2202-97 02146 - 1 l 4. Flush threaded ends 5. O-ring joints 2.2 CASING MATERIAL FITTINGS A. Polyethylene (PE) Pipe - Same type as casing material, 2.1.A. _ B. Fiber Reinforced Plastic (FRP) Pipe - Same type as casing material, 2.1.B. C. PolyVinyl Chloride (PVC) Pipe - Same type as casing material, 2.1.C. 2.3 WELL SCREEN MATERIAL A. Polyethylene (PE) Pipe - 1. Same as casing material, 2.1.A. 2. Perforation: Minimum two rows of slots spaced 180° apart and alternating sides, 1/4" wide slots, 6" to 8" in length, 12" on -center, minimum perforated area z 10 times casing cross -sectional area. B. Fiber Reinforced Plastic (FRP) Pipe 1. Same as casing material, 2. LB. �- 2. Perforation: Minimum two rows of slots spaced 180° apart and alternating sides, 1 /4" wide slots, 6" to 8" in length, 12" on -center, minimum perforated area ;,- 10 times casing cross -sectional area. C. PolyVinyl Chloride (PVC) Pipe 1. Same as casing material, 2.1.C. 2. Perforation: Minimum two rows of slots spaced 180' apart and alternating sides, 1 /4" wide slots, 6" to 8" in length, 12" on -center, minimum perforated area z 10 times casing cross -sectional area. 2.4 HEADER PIPE AND FITTINGS A. PVC Pipe - Same as casing material, 2.1.C, except push on gasketed joints, SDR 26. B. Perforated Pipe, ASTM D 2729. 2.5 FILTER PACK Filter pack for the wells shall be river -run washed gravel, meeting the following gradation requirements: SIEVE % RETAINED 3" 2% 1-1/2" 30% 1 " 85 % 1h" 99% The gravel shall be composed of tough, durable particles which will not exhibit more than 18 percent loss in five cycles when the magnesium sulfate soundness test in ASTM C33 is 2202-97 02146 - 2 F f C. performed. The gravel shall be washed with clean uncontaminated water at the source to remove fines prior to shipment to the site. 2.6 HYDRATED BENTONITE Place hydrated bentonite, at the thickness shown, on top of the gravel filter pack. Combine four (4) to five (5) pounds of bentonite powder, by weight, with 5.0 gallons of water. Water used in the mixture shall be free of oil and other organic material with dissolved minerals of less than 2,000 mg/l. 2.7 CLEAN SOIL BACKFILL Place clean native soil backfill, at the required depth, on top of hydrated bentonite. Soil will be free of roots, limbs, garbage, stones, etc. 2.8 SOILBENTONITE MIX Place soil/bentonite mixture, at the plan thickness. Mix clean soil and bentonite at a ratio of 4:1 soil to bentonite up to the ground surface. Slope surface around vent 6 inches per foot away from vent. 2.9 PROTECTIVE STEEL COLLAR AND VENTS A. Protective Steel Collar I 1. ASTM A53, Type E or S, Grade B. 2. Schedule 40 B. Vent 1. Pul-Air Stationary Ventilator, as manufactured by Penn Ventilator Co., Philadelphia, PA. 2. Galvanized Steel 3. Provide Insect Screen. PART 3 EXECUTION 3.1 DRILL CUTTINGS Contractor will encounter a mixture of solid waste, at various stages of decomposition, and cover soil during the drilling process. Contractor will be required to remove all waste r• cuttings from the construction area, and deposit them in to a City of Lubbock roll off container that will be brought on site by the City. �.., 3.2 METHANE VENT CONSTRUCTION A. Drilling Drill with equipment which is of sufficient size to drill the vents to the required depth and diameter. Drill and case each vent in a workmanlike manner. The variation in the plumbness of the vent shall not vary more than one-half of one degree from truly plumb at any point tested. Contractor to make checks of the hole while drilling is in progress to maintain the proper alignment and plumbness of the bore. F2202-97 02146 - 3 From the ground surface to bottom of each planned vent, the bore hole shall be drilled not less than 24 inches in diameter. B. Drilling Log Immediately after completion of the drilling, the vent shall be cased, gravel pack treated, sealed and cleaned as specified herein. A careful log of each hole drilled shall be performed by the driller. Form 1 and Form 2 in Appendix B will be jointly completed by the driller and the Engineer. The driller shall cooperate with the Engineer in obtaining measurements for the forms. C. Casing The Contractor shall furnish and set all casing and well screen required for the construction of the vent. The well screens shall be directly connected to the casing. The screen shall be of the length indicated in Appendix B, Project Drawings. The Engineer may adjust the well screen length installed during construction. Install casing plumb. Check casing alignment by lowering a 20-foot section of PVC pipe, with an outside diameter 1/2" smaller than the inside diameter of the casing, into each casing. The 20-foot section of pipe should move freely through the entire length of the casing. Correct the plumbness should the pipe not meet the above requirements. As soon as the casing has been set, cage the vent and record the caging data. D. Setting The solid casing and well screen shall be set as soon as drilling is completed and shall extend from the down hole interval shown on the drawings to approximately 48-inches above the top of the surface. The casing shall be set truly vertical. Well casing and screen shall have approved centering devices spaced 120 degrees apart at intervals not exceeding 30 feet along the length of the screen and casing. E. Filter Pack As soon as the casing has been set, the space between the casing, screen and the wall of the vent shall be filled with the specified gravel by methods approved by the Engineer. The method shall be such that the gravel is uniformly placed around the casing and screen to the desired thickness. The process shall be continued until the gravel is one (1) foot above the well screen. A two -foot thickness of hydrated bentonite shall be placed on top of the gravel filter pack by methods approved by the Engineer. The bentonite thickness shown on the plans is the hydrated thickness. 3.3 PROTECTIVE STEEL COLLAR AND VENT Install the steel collar around the sleeve and casing as shown on the Drawings. Fill the annular space between collar and sleeve with a non -shrink grout. Weld the vent to the collar. Coat steel with paint as specified. 3.4 CONCRETE SEALING BLOCK After completion of the well, a concrete surface foundation shall be constructed in accordance with the plans. The top of well foundation shall be given a smooth, neat finish with trowel and light brush. The slab will be constructed so as to drain away from the protective casing cover with a minimum slope of 1/4-inch per foot. 2202-97 02146 - 4 SMN & COOPER, I LLSBOCK TEXAS crry OF LUBB= KING'S PARK PHASE III LOCATION MAP Prpjed M.—W A K HOLDER Drawn 4 VASQUEZ Pm)ed Number 01-2202-Or Date SEPTE]yBER WO 8 Fqu,a Numbs 1 z IF l!... • _ �a/� VJ W O n 1= g CM yy_ ....ij •...a..ii.••.i...• 2 Iti'' J z Q �i c y a {y i1 N 111 _ .J... �WjJ > Y ulaq uollel°yiap �agwn{y °a U Se CL S 0. ¢ EC o I -1 0 1 a` Q o , r r .y ........... .......... ........................ .. ....£..-............ f / . f UD co - .w < � L ...1....._.... ....................._ .. -.--. _ .-..-..--_ - - r -__ ___--== f-_== - - - _.`-_................ - _.. - _ �_ - - 1„ i _ — _�:.:..,-...j ...... .......:.._ ,.. .., ., r:,,...,,,-.. - �-i .,..:, ..:.., +.-,_ _.,. ..-.. �-<,....�»...._.:..� .,.... ,..,-, ..: ..-w..-... .,.-...._ w.....-.........,:.: ; ..,.,...... -�..a, � ...,.....`�\ ...,..... � fit;.-.:.... .. ............. ........ _._ ._.. ...... f� �/ / ! / Q ♦♦\ ♦♦ \ ♦\\ :f it f � �. • f tD I � * �\ / r! ++1 `5Ip Ln 4 I i rn � I I I / I I {{ I t ,---------' -- — _ r I I E - r ♦ ♦ ♦ \ / d Y , 1 Illlll \\ �Y) ` � � / 55 45 1 r` 1♦ 1 4 4 54 r v � v v v ♦ v I I I I I 11 ..,,,,„ E 1 I I I 1 4 4 1 r \ ' \? Y" Oz � II 5 II I `\ ♦ I IN '�Y 5 � b,"""eee666 f.\` �5 , `\ \� 1 _ � _ _ -" ._ _ _ - _ _ _ 5 t 1 f •'"l '/ 1t4 fi��"�6..:i� t� fr} �_7 t•"�� \' �.. `/ l � `♦�♦ ____' I _ Y r1�J 1/ / /7 / � � � r. .. 5 ,1 1 t l r ! { I I ZOZZ-Z-A\S1NJA\L6-ZOZZ\.LOld\ :N „0-,l=„9 NIJOf M 60:4! L6-20--60 SMN & COOPER, I LLSBOCK TEXAS crry OF LUBB= KING'S PARK PHASE III LOCATION MAP Prpjed M.—W A K HOLDER Drawn 4 VASQUEZ Pm)ed Number 01-2202-Or Date SEPTE]yBER WO 8 Fqu,a Numbs 1 z � K h Wof 0 E ....a..ii.u.i...• 1''\\\\\\\\�t' Z VlT zQ �i rn c ae {y J i > Y °Wq uoI}dl°yYep �agwn{y °a U S 0. ¢ EC o I -I I a` Q o / r i U-1 fb . / , ♦ s s r // i s y� ..... ... � � r / 1 � *�. • ham. E�� `. � �v ! €�............ ... ... .... ..........t..... .......... _ / c. w .` ........ ... ......-................. .. ._ ...°ew� 1 _ _ _��:.:..�-,,......, .,. •,.-:.-_ ,.. .., ., r;,,,, ,,,,,,, , �-i .,..:, .•:.., +.-:_ _.,: ..-.: �.<,.... »...._.:..� ..... ,,: v, ..: ...w..-... .,......_ w.....-...._,�..,:.., ; ..,.,...... -'..a, � ...,.....`>r\ ...,..... � fit;.-.:.... �........ ...,. .. ............. ........ -._ ._.. ...... rl� s / // f r/ Q `♦\ ♦\ \\\ ff f { Y f 1 \ Ln 10 +1 q}€ 7 \ 4 \ f l s i Y S r ! r r Ems\ I O O I ���111 I 1 I 1 rr�ji rrr rr jr .. s715t _ _—_'-"_—_'__ O C� ♦ ♦ ♦ 1 / d Y / 1 Ijl � / Y\ �\ \ ♦\ F I i I } E} E �e all O \ 5 � 5 f l 1 5 1 ♦ M \\ # 5 \ i ----------------- 'J' �- \'♦ ``mac -I \ Y.,, -.._ _ - ........... .. . .... � � _--3 4._ .�__- ice_ .. ...,.,............. .-........ ...,...._ _.... .. .. 5 S t �1 I _ s ! I 3 L`k 1 ZOZZ-Z-A\S1NJA\L6-ZOZZ\.LOld\ :N „0-,l=„9 NlJOf M 60:4! L6-20--60 3.5 CLEANING UP After completion and testing of the vent, the Contractor shall remove all debris, including excess gravel, from the site, fill all slush pits, drainage ditches and grade around the site, leveling all materials taken from the vent during drilling, so that the area is left in a neat condition. END OF SECTION F. 2202-97 02146 - 5 7 SECTION 03100 CONCRETE FORMWORK r' I PART 1 GENERAL 4 1.1 SECTION INCLUDES A. Formwork for cast -in place concrete. B. Form accessories. C. Form stripping. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.3 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. r C B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 - Construction and Industrial Plywood. 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. " 1.6 SUBMITTALS A. No submittals required this section. 1.7 QUALITY ASSURANCE .-• f A. Perform Work in accordance with ACI 347. 1.8 DELIVERY, STORAGE, AND HANDLING r A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. t 2202-97 03100 - 1 1.9 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate this Section with other Sections of work which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 FORMWORK ACCESSORIES A. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS A. Earth forms will not be permitted. 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. D. Align joints and make watertight. Keep form joints to a minimum. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. 2202-97 03100 - 2 f r F B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings " which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Locate and set in place items which will be cast directly into concrete. r` B. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. r B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish ,( concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. F 2202-97 END OF SECTION 03100 - 3 r SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL I A SECTION INCLUDES A. Wire fabric and accessories for cast -in -place concrete. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. D. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. E. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. F. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submittals not required for this section. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate with placement of formwork and other Work. PART 2 PRODUCTS 2.1 REINFORCEMENT A. Welded Steel Wire Fabric: ASTM A185 Plain Type. 2202-97 03200 - 1 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. — B. Chairs, Supports: Sized and shaped for strength and support of reinforcement during concrete placement conditions. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of any splices with Engineer. Minimum splice overlap shall not be less than two wire fabric openings. -- PART 3 EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION - 2202-97 03200- 2 1 4� f SECTION 03300 CAST -IN -PLACE CONCRETE PART GENERAL 1.1 SECTION INCLUDES A. Slabs on grade. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork: Formwork and accessories. B. Section 03200 - Concrete Reinforcement. 1.3 REFERENCES A. ACI 302 - Guide for Concrete Floor and Slab Construction. B. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. C. ACI 305R - Hot Weather Concreting. D. ACI 306R - Cold Weather Concreting. E. ACI 308 - Standard Practice for Curing Concrete. F. ACI 318 - Building Code Requirements for Reinforced Concrete. G. ASTM C33 - Concrete Aggregates. H. ASTM C94 - Ready -Mixed Concrete. I. ASTM C 150 - Portland Cement. J. ASTM C260 - Air Entraining Admixtures for Concrete. K. ASTM C494 - Chemicals Admixtures for Concrete. L. ASTM C309 - Curing Compound, Type 2, White Pigmented. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Mix Data: Provide mix proportions of water, cement and aggregates. C. Product Data: Provide data on admixtures, cement types and bonding agents to be used. D. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. D. Conform to ACI 306R when concreting during cold weather. 2202-97 03300 - 1 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate erection of concrete formwork and placement of form accessories. PART 2 PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C 150, Type I - Normal, Type II - Moderate, Portland type. All cement shall be from the same manufacturer unless otherwise approved by the Engineer. B. Fine and Coarse Aggregates: ASTM C33, Size No. 67. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type D - Water Reducing and Retarding; No calcium chloride in admixture. 2.3 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: ^ 1. Compressive Strength (7 days): 2,100 psi. 2. Compressive Strength (28 days): 3,000 psi. 3. Slump: 3 to 5 inches. 4. Air: 3 to 6 percent. D. Use set retarding admixtures during hot weather only when approved by Engineer. E. Add air entraining agent to normal weight concrete mix. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01039. B. Verify requirements for concrete cover over reinforcement. C. Verify that reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. 2202-97 03300 - 2 r 7 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement and embedded parts are not disturbed during concrete placement. 3.4 CONCRETE FINISHING r A. Provide formed concrete surfaces to be left exposed with smooth surfaces free of honeycombs, aggregate breakout, and fins. B. Steel trowel and brush top surfaces of slabs. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. Once laitance has disappeared from slab surface and finishing is complete, apply curing compound according to manufacturer's directions. Apply curing compound to formed surfaces after forms are stripped. 3.6 FIELD QUALITY CONTROL A. Field inspection will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Tests of cement and aggregates may be performed by Owner to ensure conformance with specified requirements. 3.7 PATCHING A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. C. Patch imperfections as directed. 3.8 DEFECTIVE CONCRETE 2202-97 A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. 03300 - 3 r 3.9 SCHEDULE - CONCRETE TYPES AND FINISHES A. Surface slabs: 3,000 psi 28 day concrete, Type I or Type II cement, troweled and brushed finish. END OF SECTION 2202-97 03300 - 4 4 1 j SECTION 09900 PAINTING PART GENERAL 1.1 WORK INCLUDED A. Surface preparation. B. Surface finish schedule. 1.2 RELATED DOCUMENTS A. Contract General Conditions. B. Contract Special Provisions. C. Section 01300: Submittals. D. Section 01400: Quality Control. E. Section 01600: Material and Equipment. 1.3 RELATED WORK A. Section 02146 - Permanent Methane Vents. 1.4 REFERENCES A. ANSI/ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and I Related Products. 1.5 DEFINITIONS A. Conform to ANSI/ASTM D16 for interpretation of terms used in this Section. 1.6 QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with five years experience. 1.7 SUBMITTALS A. Provide product data on all finishing products. B. Submit manufacturer's application instructions under provisions of Section 01300. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01600. B. Store and protect products under provisions of Section 01600. C. Deliver products to site in sealed and labeled containers; inspect to verify acceptance. 2202-97 09900 - 1 D. Container labeling to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing and reducing. _ E. Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in well ventilated area, unless required otherwise by manufacturer's instructions. F. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.9 ENVIRONMENTAL REQUIREMENTS -' A. Do not apply exterior coatings during rain, snow or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions. Do not apply exterior coatings any time during blowing dust conditions. B. Minimum Application Temperatures for Latex Paints: 65 degrees F for exterior; unless required otherwise by manufacturer's instructions. C. Minimum Application Temperature for Other Paints: 65 degrees F for exterior, unless required otherwise by manufacturer's instructions. 1.10 EXTRA STOCK A. Provide a one gallon container of each top coat color to Owner. B. Label each container with color, location (well cover or protective bollard). PART 2 PRODUCTS 2.1 :ACCEPTABLE MANUFACTURERS - PAINT AND COATINGS A. Glidden Coatings and Resins Division of SCM Corporation. B. PPG Industries, Inc., Coatings and Resins Division. C. Kelly -Moore Paint Co., Inc. D. Steelcote Manufacturing Company. E. Sherwin-Williams Company. F. Tnemec Company, Inc. G. Koppers Company, Inc. H. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. B. Coatings: Good flow and brushing properties; capable of drying or curing free of streaks or sags. — C. Accessory Materials: Paint thinners and other materials not specifically indicated but required to achieve the finishes specified, of commercial quality. 2202-97 09900 - 2 s; i . l 2.3 FINISHES r A. Refer to schedule at end of Section for surface finish schedule. PART 3 EXECUTION 3.1 INSPECTION 6 A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any �• condition that may potentially affect proper application. C. Beginning of installation means acceptance of existing surfaces. 3.2 PREPARATION A. Correct minor defects and clean surfaces which affect work of this Section. B. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt, and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. C. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Prime metal items including shop primed items. 3.3 PROTECTION A. Protect elements surrounding the work of this Section from damage or disfigurement. B. Repair damage to other surfaces caused by work of this Section. C. Do not paint over identification tags. D. Furnish drop cloths, shields, and protective methods to prevent spray or droppings from disfiguring other surfaces. E. Remove empty paint containers from site. 3.4 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish. D. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. E. Sand lightly between coats to achieve required finish. F. Allow applied coat to dry before next coat is applied. 3.5 CLEANING A. As Work proceeds, promptly remove paint where spilled, splashed, or spattered. B. During progress of Work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. 2202-97 09900 - 3 F 3.6 SCHEDULE - OF PAINTING AND COATING A. The kinds and brands of paint and number of coats required on the various surfaces shall be those listed below. Equal brands of paints such as Sherwin Williams, Mobil, Koppers, etc., will be permissible upon the Engineer's approval of the brand submitted. The types of paint are identified with Tnemec numbers. B. Well Protective Collars 1. First Coat: Series 4 Versare Modified Alkyd Primer, Gray or White, 2.5 mils dry film thickness. 2. Second Coat: Series 2H Hi -Build Tneme-Gloss Alkyd Enamel, BT21 Peridot, 1.5 mils dry film thickness. 3. Third Coat: Same as second coat. END OF SECTION 2202-97 09900 - 4 Im APPENDIX A ■ Table 1 MethaneVent, Approximate Vertical Dimensions ■ Form 1 Documentation of Well Construction ■ Form 2 Monitor Well Data Sheet I r r r TABLE 1 METHANE VENT APPROXIMATE VERTICAL DIMENSIONS Vent No. Approx. Ground Elev (msl) Approx. Bottom of Waste (msl) Bore Depth (ft) Screen Length (ft) Casing Length (ft) ' 1 3233 3212 18 12 14.5 2 3233 3209 21 15 14.5 3 3232 3210 19 13 14.5 4 3232 3211 18 12 14.5 5 3233 3205 25 19 14.5 6 3237 3201 33 27 14.5 7 3236 3202 31 25 14.5 8 3236 3203 30 24 14.5 9 3230 3207 20 14 14.5 10 3231 3208 20 14 14.5 ' Includes 10-feet casing above ground inside protective steel collar. Note: Due to subsidence on site, these numbers may vary. r L r� p t i~ f FORM 1 — Vt:N I t3UREHULE CONSTRUCTION LOU SITE NAME AND LOCATION I DRILLING METHOD: Boring No. DA' Start 7 4 VENT NUMBERI SURVEY DATAII VENT TYPEE PASSIVE SURFACE Mal TURBINE VENT - - EROSION LAYER TOP .CELL LAYER COVER Fr OII /BENTONITE CLEAN NATIVE SOIL BAC HYDRATM BENTMITE rr;•f r;%t� clbC4 PIPE AS t SPECInED +tom 1 h�'f: GRA%`EL FILTER PACK N.a. . RIVER -RUN • ri 4�rl.� j!�• GRAVEL) BOTTOM OF i • T T • • �' Soto • 14 7 r° e APPENDIX B Project Drawings N O N 15 6' CASING p iR 6' PERFORATED SCREEN WELL GRADED GRAVEL FILL WELL BORE DIAM. 24" l PAT;KHU, St,P.ITH & COOPER, INC. GROUND SURFACE „M SEE FIGURE 4 FOR DETAIL HYDRATED BENTONITE PWG VARIES STAINLESS STEEL. CENTERING GUIDES (LAIN. 2 SETS PER WELL) 6" CAP WITH WEEP HOLE CITY of LUBBOCK TYPICAL WELL KING'S PARK PHASE III CONSTRUC110N Project Number ngure LUBBOCK TEXAS 01-2202-97 Date SEPTEMBER 11197 3 10" STATIONARY VENTILATOR WITH 8" PVC SLEEVE INSECT SCREEN N e WELD VENT TO STEEL COLLAR ANNULAR VOID FILLED ::.. WITH NON -SHRINK GROUT WELD VENT 6' CASING TO STEEL COLLAR STEEL ao 10" STEEL. 8" PVC SLEEVE COLLAR COLLAR I NON -SHRINK EXTERIOR PAINTED GROUT AS SPECIFIED 6' DIAMETER 1 4' PER FOOT ' I 114" PER FOOT CONCRETE PAD 1 a M #4 ® 12 o.c.EW:� co 4' \ 6' PVC PERFORATED HEADER SDR 26 HYDRATED BENTONITE PLUG 6' CROSS 1-20' JOINT 6" PVC PERFORATED HEADER SDR 26 2e DIM. "—END PLUG W 3 CITY OF LUBBOCK TYPICAL CAL PASSIVE KING'S PARK ...PHASE III ] _ VENT CONSTRUCTION Project Number figure PARKHIIl, SMITH b COOPER, NC. LUBBOCK TEXAS ot-22o2-97 Dote SEPTEMBER 1997 _4 : TYPICAL VENT HEADER - TRENCH CONSTRUCTION PARKHW., SMITH d COOPM INC. CITY OF LUBBOCK i KING'S PARK PHASE III Proh!ct Number Figure LUBBM TEXAS 01-2202-97 ESEPTi�MBER 1997 5- I 1/4' WIDE SLOTS / I6' SCH. 40 PVC. / SCREEN z I `N ISO* I - I I I NOTES: 1. SLOTS MAY BE FIELD CUT 2 DO NOT CUT THROUGH A THREADED JOINT ie6.eeEe"e.„"e9 CITY OF WBBOCK .�L' TYPICAL WELL SLOT % KING'S PARK PHASE II Project Number Figure PARKHILL, SMITH & COOPER, INC. LUBBOCK TEXAS Date 01-2201-97 AUGUST 1997