Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2008-R0033 - Contract - Acosta Drilling Company - Well Field Improvements - 01_24_2008 (3)
Resolution No. 2008-R0033 January 24, 2008 Item No. 4.18 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a unit price public works construction Contract by and between the City of Lubbock and Acosta Drilling Company of Lamesa, Texas, for Bailey County well field improvements per RFP 07-733-BM, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 24th day of ATTEST: _ Q�2��� — Reber: a Garza, City Secretary APPROVED AS TO CONTENT: January DAVID A. MILLER, MAYOR k Thomas L. Adams, Deputy City Manager/Director of Water Utilities APPROVED AS TO FORM: &o' Don andiv r, A orney o o nse DDres/AcostaDri Iling08UPconRes January 8, 2008 , 2008. No Text RFP # 07-733-BM, Addendum # I City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 - PH: (806) 775-2163 FAX: (806) 775-2164 littp://pui-chasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # I RFP # 07-733-BM BAILEY COUNTY WELL FIELD IMPROVEMENTS November 9, 2007 November 15, 2007 @ 8:00 A.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected --' by this addendum, shall remain in effect. 1. New Electric Motor Specification - To REPLACE Section 02670 2.7F Submersible Electric Motor 1. The motor shall be a heavy duty canned (or wet wound) type of NEMA design with outside diameter compatible with pump/motor sizes given on Sheet C-102 of the drawings. The motor shall be capable of continuous operation under water at the specified conditions outlined above. A suitable thrust bearing shall be incorporated in the lower end of the motor adequate to receive the entire hydraulic thrust load of the pump unit plus the weight of the rotating parts regardless of the direction of rotation. The motor shall have a 1.15 service factor, and suitable for use on 480volt, three phase, 60Hz electrical service. Electrical motor shall be Sand Fighter as manufactured by Franklin Electric or approved equal. 2. The motor leads shall be of sufficient length so that they may be spliced above the bowl assembly and the leads shall be protected by a type 304 stainless steel cable guard held in place with stainless steel banding. As the motor lead exits the top of the cable guard, it shall be properly protected to prevent damaging or cutting the lead by the cable guard. All requests for additional information or clarification mast be submitted in writing and directed to: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to bmacnair@mylubbock.us . THANK YOU, CITY OF LUBBOCK Bruce MacNair Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Citv of Lubbock Public Works Contracting Officer if anv language, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP # 07-733-BM-AdI CITY OF LUBBOCK SPECIFICATIONS FOR BAILEY COUNTY WELL FIELD IMPROVEMENTS RFP #07-733-BM Contract #8140 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY hU://pr.thergproductioncoml2any.com/ Phone: (806) 763-7770 "A City of Planned Progress"' CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK REQUEST FOR PROPOSALS FOR TITLE: BAILEY COUNTY WELL FIELD IMPROVEMETS ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 07-733-BM PROJECT NUMBER: 9103.9241.40000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 07-733-BM Bef re submitting your proposal, please ensure you have completed and included the following: 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal 2. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. �( Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. X Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 4. Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. DOCUMENTS REOUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING: 1. _K Complete and submit the "Contractor's Statement of Qualifications".. 2. Cl Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. n 3. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 4. �J Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 5. A/7 Complete and submit the List of Sub -Contractors. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. j7Ca 5� (Type or Print Company N ) City of Lubbock Public Works Contracting Office In an effort to better serve our suppliers, the City of Lubbock Public Works Contracting Office is conducting the following survey. We appreciate the time and effort expended to submit your offer. Please take an additional moment to complete the information below. If you have any questions or need more information, please call (806)775-2163. City of Lubbock RFP #07-733-BM HOW DID YOURECEIVE NOTICE OF THIS REQUEST FOR PROPOSALS? Lubbock Avalanche Journal? Yes No The Daily Commercial Record? Yes No From Plan Room or other type of service? Yes No Did you access the City of Lubbock website to search for bids? Yes No Facsimile or email from RFP Depot.com? Yes No Did you download from your home computer? Yes No Did you download from your company computer? Yes No Requested a copy from Lubbock Public Works Contracting Office? Yes No Are you a member of RFP Depot? V_ Yes No Other: THANK YOU. �(0.5�fi Djk (Type or Print Com y Name) INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. PROPOSAL BOND WITH POWER OF ATTORNEY OR CERTIFIED/CASHIER'S CHECK 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when proposals are due) 5-1. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 5-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 5-3. SAFETY RECORD QUESTIONNAIRE 5-4. SUSPENSION AND DEBARMENT CERTIFICATION 5-5. LIST OF SUBCONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. CURRENT WAGE DETERMINATIONS 12. SPECIFICATIONS NOTICE TO OFFERORS NOTICE TO OFFERORS RFP #07-733-BM Sealed proposals addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 8:00 A.M. on November 15, 2007, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "BAILEY COUNTY WELL FIELD IMPROVEMENTS" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 8:00 A.M. November 15, 2007, and the City of Lubbock City Council will consider the proposals on December 6. 2007 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 proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform 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 thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on October 30, 2007 at 10:00 A.M., in the Municipal Building Training Conference Center. Room TCLO1. 1625 13th Street, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.theret)roductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made payable to The City of Lubbock, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. I Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Public Works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to offerors.. Each offerors 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. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Ow" %zczt ". BRUCE MACNAIR PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO OFFERORS I GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish BAILEY COUNTY WELL FIELD IMPROVEMENTS per the attached specifications and contract documents. Sealed proposals will be received no later than 8.00 A.M. CST November 15 2007 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP # 07-733-BM, Bailey County Well Field Improvements" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Bruce MacNair, Public Works Contracting Officer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory nre-nronosal meeting will be held at 10:00 A.M., October 30, 2007 in the Municipal Building Training Conference Center, Room TCLO1, 1625 131Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at http://www.RFPdel2ot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most Public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the proposals are received, and if no such notice is received by the Public Works Contracting Officer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If _ proposer does not notify the Public Works Contracting Officer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed _ that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. F 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your proposal is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Bruce MacNair, Public Works Contracting Officer City of Lubbock Public Works Contracting Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 or 806-767-2275 Email: bmacNair(i7mylubock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within 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). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper _ prosecution of the work contemplated by the Contractor. 19 20 21 22 23 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted 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 or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 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 Contractor's 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. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of (' Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the 7 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: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show - he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh -day following the payment of wages, file with the at 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. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the 3 form shall be correctly filled in and the proposer 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. �_ 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for (description of the project). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the j service specified therein in a satisfactory manner. The proposer may also be required to give a past 9 history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time - specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA i_ The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 40 % Price. 32.2 40% Contractor qualifications. Complete and submit the "Contractor's Statement of Qualifications." City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 10% Safety Record Questionnaire. 32.4 10% Construction time. The estimated budget for the construction phase of this project is 950,000. Proposals shall be made using the enclosed Proposal Form. 10 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 11 TEXAS LOCAL GOVERNMENT CODE 4 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS 1 § 271.116. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS. (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL P-1 PROPOSAL SUBMITTAL UNIT PRICE PROPOSAL CONTRACT DATE: MT PROJECT NUMBER: RFP-07-733-BM - BAILEY COUNTY WELL FIELD IMP I ROVEMETS Proposal of br i, It, IL (hereinafter called Offeror) Cr To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of aBAILEY COUNTY WELL FIELD IMPROVEMENTS having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with thb plans, sp6cific-atigns, pod contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated Item Quantity No. & unit Description of Item Total -Amount BASE PROPOSAL 1. 1 LS Mobilization/Demobilization including insurance, performance bond, payment bond move in/move-out related costs. TOTAL ITEM Ar A AL (11.4 Price Amounts shall Who. in both words and nwnow,. W can ofTW4�pancy. the amount shown in words shalt g6vem) 2. 1 5 HP Add/deduct for the price of the PUMP/MOtOT in the event that field changes should result in a change in horsepower of the pump/motor. The increase/decrease shall .be measured and paid for in 5-HP increments. 9"N i'l., </H.P( 4� TOTAL ITEM #2 JeVem. 64- S :-j�W a. — 0. C� C-) — (Unit Price Amounts shelf be shown in both words and numerals. in cis* ofdiscrcMcy, ft amount shown in words "I govern.) SUBTOTAL BASE PROPOSAL, ITEMS #1 - #2: MATERIALSF TL§W..d J;.P 4� 4 OCJ!9/ S& $ LABORTeP4 A-t. -,. 4"A //,t 36V. 00 tug SUBTOTAL BASE PROPOSAL ITEMS #1 - F vc T4vujo- 4JSe)t4r A44 4 760, 60 *-Si-4.Z (Unit Price Amounts AWI be shown in both words and numerals. In can of discrepancy, idamGuni shown in words sluff govem.) Offeror's Initials 1 Estimated J Item Quantity- No. & Unit Description of Item Total Amount WELL 1 (COL 263R) 1 LS Fluid pit excavation and remediation including equipment and labor. TOTAL ITEM #1-1 Chu&T"1---J F,"& �•�.rc1rc c1 , rlatr.S -- $ ���dc5.at� r1 5( '�� 31'-10 .0C, (Unit Price Amounts shall be shown in both words and numerals. In case or discrepancy, the amount shown in words shall govern.) t 1-2. 180 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and logs, equipment and labor, for the vertical foot price.04 TOTAL ITEM # 1-2: AQV l ci fS d" 2! `d f r J /S ^ $ 3-51. Ud NF1 7 a o , d d 0 _ (Unit Price Amounts shall be shok in both words and numerals, to cage of discrepancy, the amount shown in words shall govern.) 1-3. 93 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #1-3:F;C?v APW I V 3i X CCN�S %0 NFet 73 1, (Unit Price Amounts shall be shown in both words and ru n�in case or discrepancy, the amount shown in words shall govern.) 14. 90 VF 12-inch stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot TOTAL ITEM cc $ �$7• �Q :NF(�q Z10 .14 =::) (Unit Price Amounts shall be shown in both w ds and numerals. In case of dis repancy, the amount shown in words shall govern.) - 1-5. 90 VF Furnish and install gravel pack, as specified, including material, equipment, and labor, i complete in place, for the unit price per vertical foot /� r TOTAL ITEM #1-5: Fdr:t 60114r 3 4= Z e ro C 1/0 UGC /VF( Q V (Unit Price Amounts shall be slfown in both words and numerals, In case of discrepancy, the amount shown in words shall govern.) i 1-6. 90 VF Furnish and install cement grout, as specified material, equipment, and labor, complete in place, for the unit price per vertical foot. , ilU TOTAL ITEM # 1-6:. ` " %lae4 ae-e" -L 7tut. 4y e t ur -A • $ oi.1.7 a! NF( A SGO ) (Unit Price Amounts shall be shown in bothfwords and numerals. In &se of discrepancy, the amount shown in words shall govern.) t 1-7. 24 HR Bail well for purpose of cleaning and development including equipment and labor, at a unit price per hour. + . TOTAL ITEM #1-7: ONE: ]^weji t/ Fire 11s/S $ 00 ' .S00iHRe3;.0 (Unit Price Amounts shall be shown in both words and nun s_ In case of discrepancy, the amount shown'in words shall govern) t I -8. 1 LS Furnish and set test pump and motor for developing and testing well. TOTAL 1"I EM #1-S: is ltlaNr'rd '00 //* fS ----- $ pU.an /LS(' �O0. dy ) (Unit Price Amounts shall Vshown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) Offeror's Initials 1 2 I t E t { r Estimated Item Quantity No. & Unit Description of Item Total Amount WELL I WOL 263R) - CONTINUED 1-9. 36 HR Developing, pumping, and testing at a unit price per hour. TOTAL ITEM #1-9: QjVr, 14-Ad► e( 4- / t re.. iV Ftrt aU$ IASdo /HR� (Unit Price Amounts shall be shown in both words and numerals. I case of discrepancy, the amount shown in words shall govern.) 1-10. 1 LS Construct concrete sealing block and slab including materials, equipment and labor, complete in place. Xh � c/l%11 $ Q Go ) TOTAL ITEM #1-t0:5eveN I�o�;�� 7► r r* s/S— $7,6�• eO!L ( 7 6 0 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 1 LS Furnish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow. TOTAL ITEM #1-11:Ektl'"s 7ywvs.w� oNE Fiwdtd♦�ryhfYiltrK $//,Ip�»f�LSI� ) c+c, (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepency, the amount shown in words shall govem.) r 1-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe fittings, valves, and flow meter, complete in place. TOTAL ITEM # 1-12:5'tre- Tt,,,. (%ta.44► Qir /14 f 5 $ 7,2c3o, ao /LS(IFO t Gb. coo) ((:nit Price Amounts shall be shown in both words and numerals. In cave of discrepancy, the amount shown in words shall govern.) 1-13. 1 LS Construct steel, removable and intruder -resistant well building, concrete foundation, pad, electrical rack and electrical conduit, as specified,. including materials and labor, complete in place, for the lump sum price per well. TOTAL ITEM #1-13:3elit Item 11W.Saud o l/4► e I � wt% ccc,.o(j (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, Ore amount shown in words shall govern.) TOTAL: WELL 1 ITEMS #1-1- #1-13: y �� ♦ rTY dye cr-�ljs , MATERIALS:nrrH� W6 �Z1631 r ;S LABOR1,rt r�va flous. 1 lt.. a r+Y0Ae_ 4L r�►feG 6retw1S . 05' 0M� U 3 TOTAL: WELL 1 F �►7 ITEMS #1-1 - 11-13)FIj sevw J e+s'� hr`rt /�t.�t/rt�i Frff} -y I�'b ' I! $ 7/ 5 S pZ • c�it� (Unit Price Amounts shal�wn in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) J t 9fferor's Initials 3 Estimated Item Quantity No, & Unit Description of Item Total Amount WELL 2 (COL 262-R) 2-1. 1 LS Fluid pit excavation and remediation including equipment and labor. TOTAL ITEM #2-1: CWE- T/el►srrk J Fb VC- NI,« jre-4� ho 1/4,5 —$ /11�.au /LS61500• 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) 2-2. 200 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and logs, equipment and labor, for the vertical foot price. TOTAL ITEM #2-2: _ P, F-f' tJ F-o r' & 1I4 If-5-------- $5y, Cl ;'VF('�/o, 800 - 0 0 ) (Unit Price Amounts shall be s �m both words and numerals. In case of discrepancy, the amount shown in winds shall guvcrn. 2-3. 129 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM 92-3: Feffy Four bollar 4- F-c+v e-r Afe•wlr. $ yy. �/$' iVF(65r (o tt yY ) (Unit Price Amounts shall be 1hown in both words and numerals. In c& of discrepancy, the amount shown in words sharl govern.) 24. 75VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #2-4: ONE l{., 4-1-tS rX i S1X1✓ Seer Cr--4r, $,160.6 T NF( of r 050 . ,1S ) (Unit Price Amounts shall be shown in both words sAd numerals. in case of discrepancy, the amount shown in words shall govern.) 2-5, 75 VF Furnish and install gravel pack, as specified, including material, equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM #2-5: l-,44 *,SAf D01/4r-s ----- $ 0',00 NF( 3 r (aG6, 00 (Unit Price Amounts shall be st own in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2-6. 125 VF Furnish and install cement grout, as specified, including gravel fill tube, material, equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM 92-6: 7we&,-/y Do l A t-J it. r er.- c•w,is -- $ 20-90 NF �L t 5-0c, :00 ) (Unit Price Amounts shall be shown ifi both words and numerals. In case or discrepancy, the amount shown in words shall govern.) 2-7. 24 HR Bail well for purpose of cleaning and development including equipment and labor, at a unit price per hour. 10- TOTAL ITEM #2-7:ON�..,�•�-� 1- Twtwr-�,l $1AYj00 IHR 1 E rz 000. a0 ) (Unit Price Amounts shall be shown in both words and numerals. n rase of discrepartq, the amount shown in words shall govern.) -8. 1 LS Furnish and set test pump and motor for developing and testing well. TOTAL ITEM #2-8: Fl;jh-t- YYA,�rt Z A& r S —$ rlbo IS(boo, 00 ) (unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) Offeror's Initials fl i 4 f 1 r i_ F Estimated Item Quantity No. & Unit Description of Item Total Amount WELL 2 (COL 262-R) - CONTINUED 2-9. 361-IR Develop and test well at unit price per hour TOTAL ITEM #2-9:_OIUE N-*.-Ise/%cs 12 Siw 1HR (Unit Price Amounts shall be shown in both words and nurneralt In case ofdiscrepancy, the amount shown in words shall govern.) 2-10, 1 LS Construct concrete sealing block and slab including materials, equipment and labor, complete in place, for the lump sum price. j TOTAL ITEM #2-10:,5eutw0u0usou9 Six #v.A 0-4-* $7¢Qe,ou /LS(" cj*. 06 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) PA 2-11. 1 LS Furnish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow, for the lump sum price. TOTAL ITEM #2-11:IG WW %lo%jwJ F+uc N""" 1 fr'it�j/�•r Q 5(,t/,-0 ILS(tz/ S-(.;%od ) (Unit Price Amount shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govem.) 2-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe fittings, valves, and flowmeter, complete in place. TOTAL ITEM #2-12: 6CLie N Aousao4- %va 14,c� 1 �%//crs—$7r ,a ILS( T�acs.rc� ) (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 2-13. 1 LS Construct steel, removable and intruder -resistant well building, concrete foundation, pad, electrical rack and electrical conduit, as specified, including materials and labor, complete in place, for the lump sum price per well. TOTAL ITEM #2-131kawit�n►s 1io..st.rt.c( [b/14r,5---�-"""� $ iy0VC.*3LS( Z74&70, oy ) (Unit Price Amounts shall be shown in both words and numerals_ In case of discrepancy, the amount shown in words shall govern.) TOTAL: WELL 2 got ITEMS #2-1 - #2-13: MA'fERIALS:Fft "71--1W1 54 A-44 ay FI►..r Qllliri J-21,14le 04t {-hs 5� 1 f?it q. 6 LABOR:1Ar_ 14 rc J�ous.. evE x-kil 4 Ti-h. It.,- I e'"ke tro,41_$ 3 51 TOTAL: WELL 2 f . ITEMS #2-1 - #2-13>E_ j!y t l rw c� ���f f%w �� 3e• •N 1-ft)( jkkm Otis 8-71 sp ? - (Iv 9 (Unit Price Amounts shal be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) WELL 3 (COL 260-N) 4 3-1. 1 LS Fluid pit excavation and remediation including equipment and labor. TOTAL ITEM y3 (Unit Price Amounts shalt be shown in both words and numerals. In case ofdiscrepancy, the smount shown in words shall govern.) Offeror's Initials E .. 5 Estimated ' Item Quantity No. & Unit Description of item Total Amount WELL 3 (COL 260-N) - CONTUWED 3-2. 190 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and logs, equipment and labor, for the vertical foot price. �-- TOTAL ITEM #3-2: F. F 4Ty Ilk r S -^-- 55r -00 NR /Uf 260. 0, } 1 (Unit Price Amounts shall be sho4n in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3-3. 93 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #3-3: Fly , ek j Ce-.)Js. $5A-S7 NF(! �•y� ) Y (Unit Price Amounts shall be sh6wa in both words and nuirierAs. In case of discrepancy, the amount shown in words shall govern.) �j. 3-4. 100 VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #3-4:601E 14 ,A94J- F- r* S;K F $ f 59.5 v / VFf I I, 6 cS�C� --Do (Unit Price Amounts shalt be shown in both words ind numerals. In case o discrepancy, the amount shown in words shall govern.) 3-5. 100 VF Furnish and install rave! pack, as specified, including material, equipment, and labor, g P P� g q complete in place, for the unit price per vertical foot. TOTAL ITEM #3-5: f s 34,0y /VFjrd�+ 600,00 ) (Unit Price Amounts shall be shovfn in both words and numerals, In case of discrepancy, the amount shown in words shall govem.) 3-6. 90 VF Furnish and install cement grout, as specified, including gravel fill tube, material, equipment, and labor, complete in place, for the unit price per vertical foot. h TOTAL ITEM #3-6: T4.tw,1-�✓ sewd Alkrs �S�4 l°rZli' Cm`sls . 07,7V ,IVF( zt.fdo •2r-)) (Unit Price Amounts shall be shofwn in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) 3-7. 24 HRS Bail well for purpose of cleaning and development including equipment and labor, at a unit price per hour n TOTAL ITEM #3-7: �IUE 9t,,.ti[' 14- lwr�. 're- L &rjg-- $ ia6—,e-0 :'HRS&OUb - Gy ) i_ (Unit Price Amounts shall be shown in both words and nume s. In case of discrepancy, the amount shown in words shall govern.) 1 3-8. 1 LS Furnish and set test pump and motor for developing and testing well _t n � TOTAL ITEM #3-8: yt7� w.,�rat'� [,td l% r-S ' $ 1-6 'Ls( $06, 60 •—� i (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wards shall govern.) i t 3-9. 36 HRS Develop and test well at unit price per hour. 1 TOTAL ITEM #3-9: OA)E �`^+�r"` ♦ 1 �" �bc A/%o.S — $ I XSrJu ! 4RS( y S-bu,- r (unit Price Amounts shall be shown in both words and nuniefals. In case of'discrepancy, the amount shown at words shall govern.) l - -J — Offeror's Initials l_ r 6 fi � i I 1 f- Estimated Item Quantity No. & Unit Description of Item Total Amount WELL 3 (COL 260-N) - CONTINUED 3-10. 1 LS Construct concrete sealing block and slab including materials, equipment and labor, complete in place. TOTAL ITEM #3-10: SN ( ,.&. j S S 7. (o A.,LS( 7. (cio, oo ) (Unit Price Amictutts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem,) 3-11. 1 LS Furnish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow. TOTAL ITEM #3-1 NrK Jal,—$Zg11'W (�?j 9$/ , dU ) (Unit Price Amounts shall be shown in both words and numerals. in d4e of discrepancy, the amount shown in words shall govern) 3-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe, fittings, valves, and flowmeter, complete in place. TOTAL ITEM #3-12:5f ilck) 710 r s►ov 1 7;-- DWe r r -- 0(7,2 • �y ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3-13. l LS Construct steel, removable and intruder -resistant well building, concrete found. - pad, electrical rack and electrical conduit, as specified, including materials and complete in place, for the lump sum price per well. TOTAL ITEM #3-13 :,W"c" J � &J s•" Dd ii4 $ /7,c — /LS( P/ 7. Cs[t D oU ) (Unit Price Amounts shalt be shown in both words and numerals. In case of discrepancy, the amoum shown in words shall govern.) TOTAL: WELLS ITEMS #3-1 - #3-13: MATERIALS i otaE '11d-J- � E� I d -t4t ers j 7"*4 c4u4.$ /, (?8 yr r 2C) LABORM wr 71-s..ra F'vc,. di-A-1 it ur,,6r % Allw j- Znrot,/c $ 34 f 5 S2 . o U r TOTAL: WELL 3 / ITEMS #3-1 - #3-1314kfy %'If It-_� 6- l>�+ -- •l�►f � t�I A4V 1- llr�ru� a�N�J • $ �� I � �� • 1U (Unit Price Amounts shill be shown in both words and numerals. In caae o(discoeparicy, theAmount shown in words shall govern.) WELL 4 (COL 213-RI 4' 1. 1 LS Fluid pit excavation and remediation including equipment and labor. TOTAL ITEM #4-1:0VET10%S&&9 FrG Al/alr.5--s(rSoa,.- "LS(/, S-Oc3, 00 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amountshown in words shell govern.) 4-2. 230 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and logs, equipment and labor, for the vertical - foot price. ` TOTAL ITEM 94-2: ''t i=t 4 Euu r 00 j/4: S �—"" - $ 5L/,� 1VF6 Zg �) (Unit Price Amounts shall be shov#i in both words and numerals. In carve of disco pancy, the amount shown in words shall govem.) Offeror's Initials 7 Estimatedc Item Quantity No. & Unit Description of Item Total Amount WELL 4 (COL 213-R)- CONTMED 4-3. 93 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. �-- TOTAL ITEM #4-3: �"t FfV 7Wy -4- F,' F-fY $eVre4 [cA IS•.._NF(�yj��9• oo (Unit Price .amounts shall be own in both words and nume ls. In case of discrepancy, the amount shown in words shall govem.) 44, 140 VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #4-4:OA)F— Ytmgu 4 Fir- y �o 4' N,"t+y titwe tr& $1 1- ?3 NF(A I t yto , A9 � (Unit Price Amounts shall be shown in both words Ind numerals. In case of discrepancy, the amount shown in words shall govern.) 4-5. 140 VF Furnish and install gravel pack, as specified, including material, equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM #4-5: T W'C r- S $ 24.00 NF u , 4 C ' (Unit Price Amounts shall be shown inhoth words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4-6. 90 VF Furnish and install cement grout, as specified, including gravel fill tube, material, ' equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM #4-6: %wtA. fV 'i tte^4 DotLars d- $27.7r< NF( J., TCIG (Unit Price Amounts shall be sh n in both words and numerals. In cast offiliscreparicy, the amount shown in words shall govern.) 4-7. 24 HRS Bail well for purpose of cleaning and development including equipment and labor, at a [alit price per hour TOTAL ITEM #4-7: 0"C 4--iXtr.Z der -'Tv-�Fir4 —$ RS( 3'0CV'� + (Unit Price Amounts shall be shown in both words and numerals. In cast of discrepancy, the amount shown in words shall govern.) 4-8. 1 LS Furnish and set test ptunp and motor for developing and testing well. TOTAL ITEM #4-8: ra�tf $ C14'Oti !LS(�a 00 i (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4-9. 36 HRS Develop and test well at unit price per hour. .s;. $1� u' iHRs(�yi S ,o TOTAL ITEM #4-9:0IJE ��>� .� vt � 00 " �7t.K,., F � ,�,J/ (Unit Price Amounts shall be shown in both words and numeral - in case of discrepancy, the amount shown in words shall govern.) 4-10. 1 LS Construct concrete sealing block and slab including materials, equipment and labor, f complete in place.,__ j TOTAL ITEM #4-10: Se°w 110usa-1 jig $ 7.4aw- ;'LS('0� (Unit Price Amounts shall be shown in both words and numerals In case of discrepancy, the amount shown in words shall govern.) ! 1 1 i Offeror's Initials t 1 8 r t t f • 1 ' Estimated Item Quantity -' No. & Unit Description of Item Total Amount WELL 4 COL 213-R CONTINUED 4-11. 1 LS Furnish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow. TOTAL ITEM #4-1lAby a. Allow - (Unit Price Amounts shall be shown in both words and numerals. in case ofdiscrepancy, the amount shown in words shall govern.) _ 1 4-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe, fittings, valves, and flowmeter, complete in place. TOTAL ITEM #4-12: �'� A- vsw 7w-,a $ ! U*,eo /LS( 7, ,1fiG .G� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) >. 4-13. 1 LS Construct steel, removable and intruder -resistant well building, concrete foundation, pad, electrical rack and electrical conduit, as specified, including materials and labor, complete in place, for the lump sum price per well. TOTAL ITEM#4-13tCkt,-jft:'N �tot.as�. ,%��//Rr $/7000.tsu/LS( /7r000.au } (Unit Price Amounts shsii be shown in both words and numerals. In case of&crepancy, the amount shown in words shall govern.) TOTAL: WELL 4 ITEMS #44 - #4-13: MATERIALS: FiElle i3l�sla (■or �Kt{t /{t.�s4 �!* � T1ar C y. $ ��� % �' • Yy LABORI&r�j f!!, - 76-j" Ere !ice J fad✓ C;i�j'f da lit.r-r --$ 3W' . oU TOTAL: WELL 4 ITEMS #4-1 - #4-13/Vtv�r Srt[ j�.�.u�c1 J'"ii rre > � t Strtvt,/ 4- , r',44eewl�Ls 9 6 . J 70 • /{Q (Unit Price Amounts shill be shown in both words and numerals. In true of dis , the aniluunt shown in words shall govern.) WELL 5 (COL 270-N) 5-1. 1 LS Fluid pit excavation and reme/diation including equipment and labor. ±' TOTAL ITEM #5-1: 006 _tor. sarZ f ) e—g-j'4G A11015. S/rCX)'0G /LS(/• S-00 t u ) (unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) r_ 5-2. 180 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and Iogs, equipment and labor, for the vertical foot price. TOTAL ITEM5-2: E Fj,/.f alt&t5 7•00 :'VF(f1 220.0y I (Unit Priee Amounts shall be own in both words and numerals. In cute of discrepancy, the amount shown in words shall govern.) 9 0 w16A1EdV1---.Offeror's Initials Estimated' Item Quantity No. & Unit Description of Item Total Amount WELL 5 (COL 270-N) CONTINUED F 5-3. 103 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. I TOTAL ITEM #5-3: tar4y mllo100ffor.iPSGvct,t .4 Cf"J5_ $ IV,70 11 R. 1U } (Unit Price Amounts shall b shown in both words and numerals. Inc& of discrepancy, the amount shown in words shallgovern.) 5-4. 80 VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #5- FFf,1 MI►e c c $159. 6 3 /VF �% U .9 (Unit Price Amounts shall be shown in both words nd numerals. In case a discrepancy, the amount shown in words shalt govem.) 5-5. 80 VF Furnish and install gravel pack, as specified, including material, equipment, and t_{2 labor, complete in place, for the unit price per vertical foot. AA r^9 TOTAL ITEM #5-5: Flr f)( F-Iy e- Ua 11ca.5 $ �� Q ,NF( 9V3t G W . o0 } (Unit Price Amounts shall be s1fown in both words and numerals. In case of discrepancy, the amount shown in words shall govern_) 5-6. 100 VF Furnish and install cement grout, as specified, including gravel fill tube, material, equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM ff5-6: TWP"-f 4 F; Vr- 10a 1(Q r a (Unit Price Amounts shall be shoGn in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5-7. 24 HRS Bail well for purpose of cleaning and development including equipment and labor, at a unit price per hour. TOTAL ITEM 95-7:CWr— ►t4re, $1.251 to /HRS( Gd0' oo } (knit Price Amounts shall be shown in both words and itunkils. In case of discrepancy, the amount shown in words shall govern.) 5-8. 1 LS Furnish and set test pump and motor for developing and testing well. TOTAL ITEM #5-8: d-rt A-t— ,�c�c� 0(3 11u r S $ �W -G° /LS( 0,$60 0 ) (Unit Price Amounts shall in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 5-9. 36 HRS Develop and test well at unit price per hour ter �.... TOTAL ITEM #5-9:9 olVr A.X Z J. 4 e,j& ry1- AA c—$ 11r, °y %TIRSIf��� (Unit Price Amounts shall be shown in both words and nu . In case of discrepancy, the amount shown in words shall govem,) S i 5-10. 1 LS Construct concrete sealing block and slab including materials, equipment and labor, t complete in place, for the lump stem price. t 17 ``�� � rLSFA7 d, G TOTAL ITEM #5-lO:IXww �uter� �i�t: ++aelrc� �t!%%�, $7r r�pU V ) (Unit Price Amounts shall be shown in both words and numerals- In case ofdiscrepancy, the amount slmwn in words shall govern.) i r Offeror's Initials 10 Estimated Item Quantity No. & Unit Description of Item Total Amount WELL 5 (COL 270-N) CONTINUED *_ 5-11. 1 LS Furnish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow, for the lump sum price, TOTAL ITEM #5-1Nr(k',0 %) +s.. %jtktG / ,,. � �' .'^+ ! ae.er► -$ l3' 527-&/L s(/,Z?•& `-3 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy. the ametmt shown in words shal(govem.) 5-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe fittings, valves, and flowmeter, complete in place. TOTAL ITEM #5-12:5e-e . 71-1,,S Z 2 /LS,( 7,2cu,ca j J(Unit Price Amounts shall be shown in both words and numerals. In cave of discrepancy, the amount shown in words shall govern.) 5-13. 1 LS Construct steel, removable and intruder -resistant well building, concrete foundation, pad, electrical rack and electrical conduit, as specified, including materials and labor, y complete in place, for the lump sum price per well. TOTAL ITEM #5-13:,5Cve-T','-J J Anwse:�� Qvl�ey�5 �— -$ /7,000•i-/LS( 17,oao (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL: WELL 5 ITEMS #5-1- #5-13: 4 MATF.RIALSI t-)FfY a e'5AjY4#14 d-AJVJ� Cew4S ''$ 3 3 r LABOR tr� , c I. . r A64 t' FAI 150"r Si r $ 3S, 'S'(Sy• �y� TOTAL: WELL 5 ITEMS #5-1 - #5-13 �rc V F.c �n /,�v,�� ,•% �i,< ,fir Y• s's 6 3 6 • s`ca (Unit Price Amountishallte sho* in both words and numerals. In case of discrej&ncy� t e amou�n words shall govern.) WELL 6 (COL 270-N) 6 1. 1 LS Fluid pit excavation and�remediation including equipment and labor. fj- TOTAL ITEM 96-1: M 96 4�� � cwt c rl.� A / $ /; LS(�%4ro o (Unit Price Amounts shall be shown in both words and nume:tals. In ease of discrepancy, the amount shown in words shall govern.) 6-2, 220 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and logs, equipment and labor, for the vertical foot price. r t �... TOTAL ITEM #6-2: 1"f t::�t/ S %. Y- f //at s $ Jry 6U ;yF( ¢//, aay . 00 � (knit Price Amounts shall be 3hovA in both words arxi nwnerals. In casepan of dtsereery, the amount shown in words- sha:I govern.) i Offeror's Initials 11 Estimated Item Quantity No. & Unit Description of Item Total Amount WELL 6 (COL 270-N) CONTINUED I' 6-3. 98 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. 40 TOTAL ITEM #6-3: F' F4 y ONE Q°(lor s J— S X C <+►��S , $5/, U(o NF(S 0o3 • rB" ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6-4. 125 VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot. TO -AT IT)M JrrJ 6- Ar. .�— •0IJ -� f i, � io,F( (Unit Price Amounts shall be shown in both words and numeraishn case of discrepancy, the amount shown in words shalt govern.) 6-5. 125 VF Furnish and install gravel pack, as specified, including material, equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM #6-5:.d t.)t'N.> ,/ Fts h'f ds611ir4-- F-At_. rem4 ., $ r28. $C) NF( 3,400,20 hall be sin 4. (Unit Price Amounts shall boib words and numerals. In case ogldiscrepancy. the amount shown in words shall govern.) 6-6. 95 VF Furnish and install cement grout, as specified, including gravel fill tube, material, equipment, /and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM #6-6: I v�r-►�V i K G6/Iors 1-%it� r�}/ l ow /rcr/ S — $14' 32 /VF( A � sou -YO ) (Unit Price Amounts shall be sh6wn in both words and numerals. In cast of discrepancy, the amount shown in words shall govem.).,.. 6-7. 24 HRS Bail well for purpose of cleaning and development including equipment and labor, at a unit price per hour. TOTAL ITEM#6-7: 00C 0,.P-0 . (Ld- 1t..•cej- hee AALs—$ i7,S;ou ,/HRSd3R000•00 ) (Unit Price Amounts shall be shown in both words and numerals. In cAe of discrepancy, the amount shown in words shall govern.) 6-8. 1 LS Furnish and set test pump and motor for developing and testing well. TOTAL ITEM #6-8: �t�k f' fives A, � AS 11y s 5-$ Irby'Oy ,/LS(' Y00, 60 (Unit Price Amounts shXX shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6-9. 36 HRS Develop and test well at unit price per hour TOTAL ITEM #6-9: Ull F R,&e(lw tf �4iewr�,t t�� hers—$ I z�'� 1HRS(ofyror/'Gd j (Unit Price Amounts shall be shown in both words and numerals. It/case of discrepancy, the amount shown in words shall govcm.) 6-10. 1 LS Construct concrete sealing block and slab including materials. equipment and labor, complete in place, for the lump sum price. TOTAL ITEM 96-10:5Q'vcO "� / & at g $ 7r6ao °b /LS�7, 6OO' o d ) (Unit Price Amounts shall be shown in both words and numerouus. in case of discrepancy, the amount shown in words shall govern.) Offeror's Initials 12 Estimated Item Quantity No. & Unit Description of Item Total Amount WELL 6 (COL 270-N) CONTINUED 6-11. I LS Furnish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow, for the lump sum price. TOTAL ITEM 46-11:1711wi+ A►•�►�-SS��vN 1�i ) (Unit Price Amounts shall be shown in both words numerals. In case of discrepancy, the amount shown in words shall govern.) 6-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe fittings, valves, and flowmeter, complete � in place. TOTAL ITEM #6-12:,ecru 1ho..y.�� 77z a ll�krs—$7i2c--+c-s /LS( .7ZOo_ qc ) (Unit Price Amounts shall be shown in both words and numerals. In lase of discrepancy, the amount shown in words shall govem.) 6-13, 1 LS Construct steel, removable and intruder -resistant well building, concrete foundation, pad, electrical rack and electrical conduit, as specified, including materials and labor, complete in place, for the lump sum price per well. TOTAL ITEM #6-13!,9'pe 7erAj (f ., Vw -Vd � i1u f S S 14 00oco/LSf/7' goo. O o ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL: WELL 6 ITEMS #6-1 - #6-13: { MATERIALSF+�( aa+ bare lo'kJod/,'6r /oewo4 d-7 66e*,ws S?j 31Y7. 37 LABOIdL4, 1A ec 7Mtw%►� ltye- /%�r�''Gf l J VjV I'"..r TOTAL: WELL 6 ITEMS #64 - 1.16-13Wimt At, -4e'J-%t+c r/r4 ��„ • W ��� `l I ?� 28' (Unit Price Amounts sAdl be s ownown i�words and numerals. In case of discrepancy, the am unt shown in words shall govern) WELL 7 (COL 269-N) 7 1, 1 LS Fluid pit excavation and//remediation including equipment and labor. TOTAL ITEM #7-1: ONE %/�u.S111 r _ �}w%+� �$ LF0C1,ccr /LS('I45-oo ,00 ) (Unit Price Amorous shall be shown in both words and numerals. In rase of discrepancy, the amount shown in words shall govem.) 7-2. 220 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and togs, equipment and labor, for the vertical foot price. TOTAL ITEM #7-2: FO-C $M06 ,VF(gf ��O•o0 (Unit Puce Amounts shall be shov6n in both words and numerals. In case of discrepancy, the amount shown in words shoal gl ovem.) 410�fferor's Initials 13 i Estimated Item (quantity No. & Unit Description of item Total Amount WELL 7 (COL 269-N) CONTINUED 7-3. 98 VF Furnish and install 12-inch nominal steel well casing including material, equipment,. and labor, for the unit price per vertical foot: TOTAL ITEM #7-3: r, F 14 nrUr rLrS 1 ix rep -A --- $ d- 1, O a /LS( Is_ , o 03. & F —i (Unit Price Amounts shall be sl own in troth words and numerals. -In case of discrepancy the amount shown in wards sha govern.) 74. 125 VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #7-4:OA1E 9vv&J Ff�r v 1u� �5=$ i5 9,1.O NF( /9115.0. (Unit Price Amounts shall be shown in both words and nufneraIs. in case of discrepancy, the amount shown in words shall govern.) 7-5. 125 VF Furnish and install gravel pack, as specified, including material, equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM #7-5 -- s;LW. 0 !VF(*3,60Q (Unit Price Amounts shall be s� in Oih words and numerals. in of discrepancy, the amount shown in words shall govern.) 7-6. 95 VF Furnish and install cement grout, as specified, including gravel fill tube, material, ��-- equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM #7-6: Xc'/o` y Six A-/Z.. --7Trr,(/_� .,- ayA, $X32. !VF(0ZtS-C'(7, S/Cl ) f (Unit Price Amounts shall be s own in both words and numerals. Inof discrepancy, the amount shown in words shall govern.) 1 , 7-7. 24 HRS Bail well for purpose of cleaning and development including equipment and Libor, at a unit price per hour. M TOTAL ITEM #7-7: QMC-- ds 4 7 trc 11./1 e%—S /HRS( 3,060- 6c ) (Unit Price Amounts shall be shown in both words and numeral In case of discrepancy, the amount shown in words shall govern.) 7-8. 1 LS Furnish, and set test pump motor for developing and testing well. //and TOTAL ITEM #7-8: i -41— N�Nt S A& %!4 dS `-- S R)b,OCI /LS( 0'9z' M ) AL (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7-9. 36 HRS Develop and test well at unit price per hour (.._.. TOTAL ITEM 97-9:0NE (Unit Price Amounts shall be shown in both words and numerals, In case ofdiscrepancy, the amount shown in words shalt govern.) 7-10, 1 LS Construct concrete sealing block and slab including materials, equipment and labor, complete in place, for the lump sum price. t TOTAL ITEM ,?7-10: 6Cve- afA.U.�- SiZC YWA' IJeA-Ir-s— $11ipOaA0 ",Ls( 0-7i `Ua -GC ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) I Offeror's Initials 14 Estimated Item Quantity No. & Unit Description of Item Total Amount WELL 7 (COL 269-N) CONTINUED 7-11, 1 LS Furnish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow, for the lump sum price. TOTAL ITEM #7-1141)(jktJ i•j--.26W &r3—$/G4_15ZANLS(0/61 rS.Z roc- ) (Unit Price Amounts shall be shown in both words and numerals. In of discrepancy, the amount shown in words shall govern.) 7-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe [_4 fittings, valves, and flowmeter, complete in place. TOTAL ITEM ,#7-12: 5cw RvyiG0%.t—J 7wc: gy kZ 1LAn. $7,2C /LS( z 2-des- (Unit Price Amounts shall be shown in huth words and munerals. in use of discrepancy, the amount shown in words shall govern.) 7-13. 1 LS Construct steel, removable and intruder -resistant well building, concrete foundation, pad, electrical rack and electrical conduit, as specified, including materials and labor, complete in place, for the lump sum price per well. .:s TOTAL ITEM #7-13:c,Y_Ycti%rrAj 71dc_1 fAr R $Aam— /LS(%%��,ao ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL: WELL 7 ITEMS #7-1 - #7-13: MATERIALS , Ff T G'j{ wt? k1se "G J Nl�y *0jt_+ S� �,, G .�9 9 Q/, 77 J T MF LABO irTtl�Tj#W%*vG / k,)re- #6.414-(�,J► /�yrJ-kF ✓� fe1v1� 3st Q�y, s� TOTAL: WELL 7 44LyiA;ra.wGfItt�fC;V+l�i/S�JC-TWya# � $ •' ` �I �f�o • Z ITEMS #7-1-#7-130& — (Unit Price Amounts sta� - be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) WELL 8 (COL 245-N) 8 1. 1 LS Fluid pit excavation and remediation including equipment and labor. TOTAL ITEM #8-1: /UE %�ov ttvt�C / ,%f r� $(LfvO�u /1 SjM/i �yp•ov ) �w �Q i (Unit Price Amounts shall be shown in both words and numerals. In case of &cpancy, the amount shown in words shall govern.) 8-2. 220 VF Drill 20-inch diameter water well from ground surface to bottom of well including ' state and district permits, reporting, and logs, equipment and labor, for the vertical foot price. TOTAL ITEM #8-2: L� t t+ tr / a !S------S A66 W 0 • dU ) (Unit Price Amounts shall be iihowrXn both words and numerals. In case of discrepancy, the amount shown in words shall govern') i. n92;rOfferWs Initials 1 r_ Estimated Item Quantity No. & Unit Description of Item Total Amount WELL 8 (COL 245-N1 CONTINUED 8-3. 88 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM 98-3, r_7 v, k %^t. W1V %-ryc rra.dS , $SY,1 — 1VF(!M7Y" (jC) ) I (Unit Price Amounts shall be hown in both words and nurnerall. In case of discrepncy, the amount shown in words shall govem) 8-4. 135 VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #8-4: G ter s� u $ (;S 3.1G VF(�2G t 4 G t 1 v) - (Unit Price Amounts shalt be shown in both wo�numerals. In �empancy, the amouru shown in words shall govern.) i 8-5. 135 VF Furnish and install gravel pack, as specified, including material, equipment, and labor, complete in place, for the unit price per vertical foot. TOTAL ITEM #8-5: tri#-y F« l jcrs d� Fif'►vs))L ce j — $3,5*•,%o NF /. 900100 (Unit Price Amounts shall be 1hown in both words and nu� case of discrepancy, the amount shown in words shalll"govem.) _ 8-6. 85 VF Furnish and install cement grout, as specified, including gravel fill tube, material, equipment, and labor, complete in place, for the unit price per vertical foot. f TOTAL ITEM 48-6: -7— E/ h r rw S —$ /X Y1 NFf .4-4 U ,08' ) (Unit Price Amounts shall be shuAvn in to�fiwords and numerals. n case of discrepancy, the amount shown in words shall govern.) 8-7. 24 HRS Dail well for purpose of cleaning and development including equipment and labor, at a unit price per hour. G� TOTAL ITEM #8-7: A7E tnr�a�sii' Ii e^,1rxc- LSl/arsr— S /25-06 /HRS( �', 00d, 00 ) (Unit Price Amounts shall be shown in both words and nurnfrals. In ease ofdiscrepncy, the amount shown in words shall govern.) 9-8. 1 LS Furnish and set test pump and motor for developing and testing well. TOTAL ITEM #8-8: E,5At V n, A e—j 0 %ie r .5 ---~ $ � Uo /LS('� O • ) (Unit Price Amounts shalt be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) , 8-9. 36 HRS Develop and test well at unit price per hour TOTAL ITEM #8-9:001F 7,-,-0 TI' F! rs $ /2Si0- ;HRS( q, -:1'00 OU ) f O'nit Price Amounts shall be shown in both words and nu(nerais. In case ofdiscrepancy. the amount shown in words shall govern.) t t 8-10. 1 LS Construct concrete sealing block and slab including materials, equipment and labor, complete in place, for the lump sum price. { TOTAL ITEM #8-10:jetrAj o,.c -54 fit-&A►-Z 06114(.S ---$ 76G0,c6LS( 7, low '60 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) i r Offeror's Initials _1/w—� I 16 i I t. 1 t_ Estimated Item Quantity No. & Unit Description of Item Total Amount WELL 8 (COL 245-N) CONTINUED 8-11. 1 LS Furnish and install submersible type well pump including bowl assembly, suction shrouds motor, column i base late and discharge elbow, for the lump sum rice. > pipe, plate, g � P P TOTAL ITEM 98-1 I,rls�., iiu 1 "' r 1[ ss$� �2%w/LS1�iy 2 c5� Gc� wsG� au� rlt..,���� Fk o , (Unit Price Amounts shall be shown in both words and numerals. In case ordiscrepancy, the Mount shown in words shall govern.) rij 8-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe fittings, valves, and flowmeter, complete in place, TOTAL ITEM 48-12:tNf ycj t Tko -►drv) �'t..cr .sr s� yrs�'S�2GCa,<+ �Ls(, 07, 2 Or, 0e+ ) s (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown io words shall govern.) 8-13. 1 LS Construct steel, removable and intruder -resistant well building, concrete foundation, pad, electrical rack and electrical conduit, as specified, including materials and labor, - complete in place, for the lump sum price per well. TOTAL ITEM #8-131,r%rrs.+ 7�ot,stw4 j`(r1 S $1�jCsmiso/LS( �7,CX�0 r OU 1 (Unit Price Amounts shall be shown in both words and numerate. In case of discrepancy, the amount shown in words shall govern.) TOTAL: WELL 8 ITEMS #84 - #8-13: MATERIALSS I1jY I WIVI 7L10 ill-4109 jVMWk Me �i�tf fit -,,v tao&$ 6o 2, 21 & 7 . LABOR" /. c/ ;or .+-tau d- 04 0 oU G 7(�� i�i%•r!� TOTAL: WELL 8 ITEMS #8-1 - #8-13W � asrMC !�{i tee S'.4yol - (P F , 7 e (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal govem.) ALTERNATE NUMBER 1.- WELL 9 (COL 258-R) A9-1. 1 LS i 1 Fluid pit excavation and remediation including equipment and labor, TOTAL ITEM #A9-1: u4s~yc �y �/ � -$ I,S�� o ILS( /,SGO r60 ) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 1 A9-2. 210 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and logs, equipment and labor, for the vertical foot price. TOTAL ITEM #A9-2: /So ) (knit Price Amounts shalt be sho in both words and numerals In can of discrepancy, the amount shown in words shall govern.) 1 _ Offeror's Initials 17 — t t Estimated ! i Item Quantity No. & Unit Description of Item Total Amount ALTERNATE NUMBER 1- WELL 9 (COL 258-10 CONTLNUED A9-3. 108 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #A9-3:F.r E,c A* ;&1l ,s d stwc..,t�! :{ (li6tl�—$ 7l' %` /VF(O g 3 3. 6 R, 1 (Unit Price Amounts shall be own i- moth words and numerals. In� discrepancy, the amount shown in words shall govern.) ^ A9-4, 105 VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot, _ TOTAL ITEM #A9-4:0t AryJ— 1 ✓tiW$ iti'F(i��oT5 C•' i (Unit Price Amounts shalt be shown in both words and nykerals. In case of discrepancy, the amount shown in words shall govern.) A9-5. 105 VF Furnish and install gravel pack, as specified, including material, equipment, andRL tabor, complete in place, for the unit price per vertical foot. - TOTAL ITEM #A9-5:714Yf.' c �4 [ uPµpc temh -$AA /VF�3, 600 - YS- ) � t (Unit Price Amounts shall be shown inboth words and numerals. in ease of discrepancy, the amount shown in words shall govern.) - A9-6. 105 VF Furnish and install cement grout, as specified, including gravel fill tube, material, and labor, complete in place, for the unit price per vertical foot. lequipment, TOTAL ITEM #A9-6:T-i?,.I V rce , t Co S A ski oNt_ Cew IS— /VFJO,kij "© G - od (Unit Price Amounts shall be shohn in both words and numrals. lif case of discrepancy, the amount shown in words shall govern.) A9-7. 24 HRS Bail well for purpose of cleaning and development including equipment and labor, f at a unit price per hour. TOTAL ITEM #A9n7:s aC'll) "a %�t�xth drd*at d nt h ive d "`"l�siS-- $ r•�S�u iNRS� �GbU • 1 (Unit Price Amounts shall s erepaney, the amount shown in words shall govern.) i A9-8. I LS Furnish and set test pump and motor for developing and testing well. VP— TOTAL ITEM #A9-8: S jdO C �!�� y4rverzz A'Air S, ---$ Bbo-w /LS(b. ) AL (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A9-9. 36 HRS Develop and test well at unit price per hour I , TOTAL ITEM #A9-9:(>0C .&1.14%, Ftjlr n. ----- $ jAS,ct) ;HRS( / (knit Price Amounts shall he shown in both wards an numerals. In case of discrepancy, the amount shown in words shall govem.) � [ A9-10. I LS Construct concrete sealing block and slab including materials, equipment and labor, complete in place, for the lump sum price. t TOTAL ITEM 9A9-10ZMg, /arrr &)e #,.w,A-1 4140— $ w JLS('07 ) 3 ` i R!nit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall guvem.) � F 1,--- OfferoCs Initials 18 t j i 1 � Estimated Item Quantity No. & Unit Description of Item Total Amount ALTERNATE NUMBER 1 - WELL 9 (COL 258-R) CONTINUED A9-11. 1 LS Fumish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow, for the lump sum price. y TOTAL ITEM #A9-11: A)t _j1a�s�N� o�G� �$ `L/41,00 /LS(�4 ,L4C1. a ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrep cy, the amount shown in words shelf govem.) A9-12. 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe fittings, valves,, and flowmeter, complete in place. TOTAL ITEM #A9-12: ucr., 7ltwswL 7C-nrr igt,,w�,� —$ 712oc.,t, S( fir Z�.t7U 1 (Unit Price Amounts shall be shown in both words and numerals. In cave of discrepancy, the amount shown in words shall govem.) A9-13. 1 LS Construct steel, removable and intruder -resistant well building, concrete foundation, 71 pad, electrical rack and electrical conduit, as specified, including materials and labor, complete in place, for the lump sum price per well. TOTAL ITEM #A9-13: s,5fyyo ,TCCAj 1%/tt- 0'00 � (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL: ALTERNATE NUMBER 1 - WELL 9 ITEMS #A94 - #A9-13: MATERIALStrJ% L tiCG �w--jC". � r w�e+►t� J e—A—V 71•�u LABORA- A - 7het.v / MA4141.1 f &4 awt d-054 fyF;w- C&45—$ 3S� , rf 2 $ ITEMS #A9-1ALTERNATE9 13 NUMBER rj-`7L-s, LL 9�t , $,0 y (Unit Price Amounts shall shown in both words and numerals. In case of discrepancy, the amount shown in words shah govern) ALTERNATE NUMBER 2 - WELL 10 (COL 188-N) A 10-1. I LS Fluid pit excavation and remedia/tiion including equipment and labor. TOTAL ITEM #A10-1:0IUG �or.-u-.c� 9i, �-+. &I— �ftl�f..�. $ ,1cu.co ILSfo—oc'" °� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) A 10-2. 240 VF Drill 20-inch diameter water well from ground surface to bottom of well including state and district permits, reporting, and logs, equipment and labor, for the vertical foot price. TOTAL ITEM 4A10-2: (11 nit Price Amounts shall be shown:shm"4 both words and n I jA!5 f . $ .ago `VF(�A! 60, au In case of discrepancy, the amount shown in words shall govem.) 19 Offeror's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount ALTERNATE NUMBER 2 WELL 10 (COL 188-N) CONTINUED - A10-3. 108 VF Furnish and install 12-inch nominal steel well casing including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #A10-AZ-W Ferry S )(s4l j S /VF(y�; (unit Price Amounts shall be sfiown in -both both words and numerats. In case of discrepancy, the amount shown in words shall govern.) A10-4. 135 VF Furnish and install 12-inch nominal stainless steel wire wrapped well screen including material, equipment, and labor, for the unit price per vertical foot. TOTAL ITEM #A10-4 "Arc �� $�5 rr�iw !VF(.t0r6r6 0 1& (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) _ A10-5. 135 VF Furnish and install gravel pack, as specified, including material, equipment, and labor, complete in place, for the unit price per vertical foot. - -�- [� TOTAL ITEM #A10-5: !�t t / ';tc F`��/ cSi x �CIu�S -- $3�� s6 /VF(¢Y'Szo - 60 ) (omit Price Amounts shall be shown in both words and numa l�case of discrepancy, the amount shown in words shalt guvem.) A 10-6. 105 VF Furnish and install cement grout, as specified, including gravel fill tube, material, equipment, and labor, complete in place, for the unit price per vertical foot.P TOTAL ITEM #A10-6T-xP,4)(_*tcC- IL L'I)MY hue Cchf)�rS13 /VF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy. the amount shown in words shall govern.) ! t A 10-7. 24 HRS Bail well for purpose of cleaning and development including equipment and labor, at a unit price per hour. TOTAL ITEM #A 10-7,0N C- DO&A - $1 lc;00 /HRS „3 0 CIO ) (knit Price Amounts shall be shown in both words and numerals- In case of dism"ancy, the amount shown in words shall govern.) A10-8. 1 LS Furnish and set test pump and motor for developing and testing well. -- TOTAL ITEM #A10-8: Ef Sh-f- R-tiJ, ,1 I k511ar S sho,00 (Unit Price Amounts shall be own in both words and numerals In case of discrepancy, the amount show in words shall govem.) A 10-9. 36 HRS Develop and test well at unit price per hour TOTAL ITEM #A10-9:0AXfi,_ mJ_� 4 llut►.A/ F;yt,. f)jets-$/A SW ,'HRS( `li $_OCR• OU (Unit Price Amounts shall be shown in both words and minerals. Deese of discrepancy, the amount shown in words shall govern.) F i A10-10. I LS Construct concrete sealing block and slab including materials, equipment and labor, t 3 complete in place, for the lump sum price. I TOTAL ITEM #A10-10:r5{w "?ks�sanr� S�?'� >t4ML✓ $/r �'� Ot7 ,LS(�Ti�b } fUmt Price Amounts shali be shown to both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 1 1 Offeror's Initials f t 1 t > i i I 20 3 t Estimated Item Quantity No, & Unit Description of Item Total Amount ALTERNATE NUMBER 2 - WELL 10 (COL 188-N) CONTINUED A10-1 L 1 LS Furnish and install submersible type well pump including bowl assembly, suction shrouds, motor, column pipe, base plate, and discharge elbow, for the lump sum price, TOTAL ITEM #A10-1 l &A- woultm [ `cif /LSf �� LW 2' a ) (Unit Price Amounts shall be shown in both worTs and numerals. In case of di panty, the amountshown in words shall govern.) fly A10-12, 1 LS Construct wellhead piping assembly including ductile iron piping, gravel -feed pipe fittings, valves, and flowmeter, complete in place. TOTAL ITEM #A 10-12t +• �.,m fit.v � —^ $7.2Ca� /LS(�� . ) (Unit Price Amounts shall be shown in both words and numerals. In caso of discrepancy, the amount shown in words shall govern.) 3 (p A10-13. 1 LS Ell i Al 1 a Construct steel, removable and intruder -resistant well building, concrete foundation, pad, electrica] rack and electrical conduit, as specified, including materials and labor, complete in place, for the lump sum price per well. TOTAL ITEM #A10-13xSC-,cou164j �s�� /fa. / .�/L �� • � (Unit Price Amounts shaA be shown in both words and numerals. In case of discrepuney, the amount shown in words shall govern.) TOTAL: ALTERNATE NUMBER 2 - WELL 10 ITEMS #A10-1 - #A10-13: MATER]ALSKF4,e eJf' w...d gy 4t,ry,t 4Fvet d-e, isrx r%A Sg1 9 LABO 'It t og•.Ks Cy�N rrS .+� ciGn7tr cA✓ls ---$ 3 7 , (� 7D • J� �% A TOTAL: ALTERNATE NUMBER 2 - WELL 10 ,tom cs'"1f3' ITEMS #A 10-I - #A10-13 kl ikew gmtg 04 &lLej�54 ju $ Gi 7' 7C � q 3 (Unit Price Amounts shall be sho in both words and numerals. In case of disc , the amount shown in wordsshallgovern.) Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (( V ) # Days Completed by Contractor ot G 9L Written Dan Completed by Contractor CONSECUTIVE CALENDAR DAYS thereafter as stipulfited in th6 specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $25 (TWENTY-FIVE DOLLARS AND 00/100) for each day in �y excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with :. instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. ! 21 The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals_ The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of �ar -f liw ae�r!lboijors ;IDollars ($ fL .ao }, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error In the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAl, FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. i Date_ Addenda No. Date Addenda No. Date Addenda No. Date Date: ! l — / I'd -7 A/ thorized Signature i Aho 5 'w 5/— (Printed or Typed Name) �&Ste� 641,111 K Company --�� L'O , Address 14&*-CL , W t 0�✓ City, County State "Lip Code Telephone: $row__ - PZ — Sf4 0 Fax: 80 Cy -- S22— — SCc FEDERAL TAX ID or SOCIAL SECURITYNo. MIwRE Firm: Roman i Black American ! tiative American I Y :Hispanic American Asian Pacific American i Other (Snecifv) 22 0 POST -CLOSING DOCUMENT REQUIREMENTS The below -listed documents must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when proposals are due. CONTRACTOR'S STATEMENT OF QUALIFICATIONS CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT SAFETY RECORD QUESTIONNAIRE SUSPENSION AND DEBARMENT CERTIFICATION LIST OF SUBCONTRACTORS No Text CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS RFP # 07-733-BM BAILEY COUNTY WELL FIELD IMPROVEMENTS Candidates must complete each of the following items in order to be considered. 1. FIRM NAME: kca s i h &I-11'ric _ Co. 2. BUSINESS ADDRESS: AC). u -A 3. TELEPHONE, WITH AREA CODE: FAX, WITH AREA CODE: SUro _' 7 2. �b y / E MAII, ADDRESS: 4 C O S t/i I'i 1/i t'( e fkt INTERNET URL ADDRESS: 4. TYPE OF ORGANIZATION: (CHECK ONE) a. SOLE PROPRIETORSHIP ( ) b. PARTNERSHIP f�4 c. CORPORATION ( ) d. JOINT VENTURE ( ) 5. PRINCIPALS (P) AND ASSOCIATES (A): (WRITE "P" OR "A" FOR EACH) DEGREE OR NA ' Y3+ CERTIFICATE INSTITUTION a. VclGr jx AostA ale R' A'4Jt't'5i' CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS CONTINUED 6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. PROJECT OWNER YEAR COST a. �I�,cvV —w-J& a7�. �j ` / L 1 b. r7T +�.t�r�i[iSG C�N�f+�4A10' C/� o hk Aocl 67 ✓�OLC0d .cs / j � C. ANR%ic W� T�i wc-11 C+� dF N 11 W.3 67 16A 0«' r f n e. i'4uUt c . D� IJf&Jrr W c /A �t_ fy of p�vvwS 63 r —T' 7. REFERENCES: (INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR WHICH YOU ARE COMPETING) NAME RELATIONSHIP PHONE NUMBER a. EN_< i Alee r_�/7^ b. C. t,4e kO(o - Y73- ;�-206 SUBMITTED BY: Signature: Date: .//-/F —6 7 Printed Name ll�c.J�l1c5�`j� „Ge Title: 1 U Firm Tel #: K(t- — gf 77 2— - "d d Address: �U & /LZl City: State: Z� Zip: Ty7,131 t i 2 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted within TWO BUSINESS DAYS after Proposals are due. 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. ..-, d- - - - /"�' "- 4 L ontractor (Si ature) Contractor (Print) CONTRACTOR'S FIRM NAME:J la d_r' f •� (Print or Type) CONTRACTOR'S FIRM ADDRESS: �d �t70 ,� l 21 2 HG�/�Sc.T / c, A S 7fY-? / Name of Agent/Broker: r :Sa14Je.S r__ lA ent / Broker (Signature) Address of Agent/Broker: It Ar City/State/Zip: c� _J"' AgentBroker Telephone Number: (�ir.YO ) t;0�� ' I -A Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Officer for the City of Lubbock at (806) 775-2163. PROPOSAL #07-733-BM — BAILEY COUNTY WELL FIELD IMPROVEMENTS SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence Involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. / wOfferor's Initials QUESTION TWO a Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, 1 suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, w indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. t- YES NO �C If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO�! If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its t_ proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. ignature !tt Title 5 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-1 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: n CO S to f V P ► 111 (- q FEDERAL TAX ID or SOCIAL SECURITY No. f re-7- /S --�7� 7 I Signature of Company Official: Printed name of company official signing above:",- A Aco Date Signed: 11_8'6�2 6 LIST OF SUBCONTRACTORS Company Name and City 1. Minority Owned Yes No ❑ ❑ 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS 9 PAYMENT BOND BOND NO. 4365695 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that ACOSTA DRILLING (hereinafter called the Principal(s), as Principal(s), and ' SURETEC INSURANCE COMPANY (hereinafter called the Surety VEN SHUNDRE1) SEVEN n O�IH 1 �to the City of Lubbock (hereinafter called the Obligee), in the amount of cE`r�N urrnmuRD NINETY ONE AND Nn ollars ($ 771, 791. 0 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 24TH day of JANUARY ,2008,to PROPOSAL #07-733-BM - BAILEY COUNTY WELL FIELD IMPROVEMENTS and said Principal under the law is required before commencing the work provided for in said contract to execute a bond }' in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this I ITH day of FEBRUARY 200"8. SURETEC INSURANCE COMPANY Surety *By_ _ 3)1 IUZAL v (Title) MARLA HILL ATTORNEY-IN`�FACT ACOSTA DRILLING (Company Name) By: V ! C I.:,ry M� 71� (Printed Name) �2f- - Qzl�' (Signature) C®ovvn&-/• (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby i 1 designates HOWARD COWAN 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. SURETEC INSURANCE COMPANY. Surety r * By: (Title) MARLA HILL ATTORNEY -IN -FACT Approved as to form: City of Lubbock li By: Attorney a * 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. 2 E_ e 1 1 PERFORMANCE BOND BOND NO. 4365695 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) ACOSTA KNOW ALL MEN BY THESE PRESENTS, that DRILLING (hereinafter called the Principal(s), as Principal(s), and SURETEC INSURANCE COMPANY (hereinafter called the Surety(s r � e Sg�TEW % T li o the City of Lubbock (hereinafter called the Obligee), in the amount of SgI N HIZMEED NINETY ONE AND Nn 11 ®liars ($ 771, 791. 00 lawful money of the '. United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 24THday of JANUARY 2008to PROPOSAL #07-733-BM - BAILEY COUNTY WELL FIELD IMPROVEMENTS and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. i 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. F IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 11TH 5 day of FEBRUARY , 2008. SURETEC INSURANCE COMPANY Surety * By: (Title) RLA HILL ATTORNEY -IN -FACT ACOSTA DRILLING (Company Name) By: � /1 c 40 -,- /Y1 ram 4, (Printed Name) (Signature) (/-O ,o VV W y. (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN 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. r' SURETEC INSURANCE COMPANY Surety. *By. (Title) MARLA HILL ATTORNEY -IN -FACT Approved as to Form City of bock By. ity 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. 2 SureTec Insurance Company Required Notices Rider Complaint Notice To obtain information or make a complaint: You may call the Surety s toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act'), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. POA #: 4221000 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Howard Cowan, Marla Hill of Lubbock, Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/08 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. Ul2ETEC INS CE COMPANY `ate,,..... CFI r r ` wG, X q t�2�; By: w ( n, ; nl Bill King, re nt lag State of Texas ss: County of Harris s �'-• .-r'' On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. reuweserrre MicheNe Denny ` Ndmy aft •' • Sfale d Tex(X 1 VI U�u�✓j OF ONcommwm LOOS Michelle Denny, Notary Pub is August 27, 2008 My commission expires August 27, 2008 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 11 TH day of FEBRUARY , 20 08 , A.D. M. Brent Beaty, Assistant Se re ry Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. CERTIFICATE OF INSURANCE ACORD CERTIFICATE OF LIABILITY INSURANCE 02/1DATE ,� 3/2008 PRODUCER HENRY NORRIS AGENCY, INC. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 520 SOUTH FIRST STREET HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. BOX 1128 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. LAMESA TX 79331-1128 INSURERS AFFORDING COVERAGE INSURED VICTOR ACOSTA SR & VICTOR ACOSTA JR INSURER A: THE HARTFORD DBA ACOSTA DRILLING INSURER B__ PO BOX 1221 INsuRERC: LAMESA TX 79331 INSURER INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION OMIT GENERAL LIABILITY 22UUVTA2534 05/24/2007 05/24/2008 EACH OCCURRENCE 1000000 FIRE DAMAGE (Any one fire) $ 3000W X COMMERCIAL GENERAL LIABILITY CLAIMS MADE I - I OCCUR MED EXP Am one ersrson 10000 PERSONAL 8 ADV INJURY 1000000 _ GENERAL AGGREGATE 200MOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG 2000000 Y PRO- LOC A AUTOMOBB.E LIABILITY ANY AUTO 22UUVTA2534 05/24/2007 05/24/2008 COMBINED SINGLE LIMIT (Ea accident) $ 1000000 X BODILY INJURY (Per Person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ X X HIRED AUTOS NON OWNED AUTOS PROPERTY DAMAGE (Per accident) _ $ — — GARAGE LIABILITY AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC ANY AUTO AUTO ONLY. AGG EXCESS LIABILITY��Il X OCCUR LJ CLAIMS MADE 22RHVTA5628 05/24/2007 05/24/2008 EACH OCCURRENCE 2000000 AGGREGATE_ s2000000 DEDUCTIBLE A_._. RETENTION WORKERS COMPENSATION AND WC STATU OTH- FA S EMPLOYERS' LIABILITY E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYE E.L. DISEASE - P LI Y LIMIT OTHER DESCRIPTION OF OPERATIONS/LOCATIONSMEHtCLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CITY OF LUBBOCK IS LISTED AS PRIMARY ADDITIONAL INSURED AND WAIVER OF SUBROGATION ON THE ABOVE POLICY FOR THE GENERAL LIABILITY AND COMMERCIAL AUTO COVERAGES. PROJECT #RFP07-733-BM CITY OF LUBBOCK MARTA ALVAREZ, PURCHASING MANAGER 1625 13TH STR, ROOM L04 LUBBOCK Tx 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE , ACORD 25-S (7197) "" 0 ACORD CORPORATION 1988 I o. nniKaia rage z or ZUU23-U2-73'!?:37:Y9 (GMT) 18002090090 From: Southwest Insurance Brokerage LP ACORD� CERTIFICATE OF LIABILITY INSURANCE ° 02/M1 2 08n PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION SOUTHWEST INSURANCE BROKERAG ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3311 81st STREET, SUITE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. LUBBOCK, TX 79423 INSURERS AFFORDING COVERAGE NAIC# INSURED Acosta Drilling PO Box 1221 Lamesa, TX 79331 INSURER A: Texas Mutual Insurance Company INSURERS: INSURER c: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L OF iNSURANr-F POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONTYPE LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR EACHOCCURRENCEDAMAGE $ TO R FNTEU PREMISES Eaoccurence $ MED EXP (Any one person) $ PERSONAL&ADVINJURY _ $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER'. POLICY PRO- LOC PRODUCTS -COMPIOP AGG $ AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea sooidenl) $ BODILY INJURY (Per person) $ BODILY INJURY (Peracoldent) $ PROPERTYDAMAGE (Per accident) $ GARAGEIJABILITY ANYAUTO AUTO ONLY -EAACCID ENT $ OTHERTHAN EAACC AUTO ONLY: AGG $ $ EXCESSIUMBRELLALIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACHOCCURRENCE $ AGGREGATE S $ $ (A WORKERS COMPENSATION AND EMPLOYER6' LIADILrrY ANY PROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? If yye8s, descdbe under Si+ECIALPROVISIONS bebw TSF-001143554 4/10/2007 4/10/2008 X WOCR T- OTR- E.L. EACH ACCIDENT — $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 OTHER DES CRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Certificate holder has a Waiver of Subrogation on Workers Compensation as their interest may appear. "'`CERTIFICATE HOLDER CANCELLATION € - -- t SHOULD ANY OF THE ABOVE DES CRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Lubbock DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Bailey County Well Field Improvement NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 60 SHALL 1625 13th St IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Lubbock, TX 79401 REPRESENTATIVES. AUTOO IUMD REPREEENTATIVC JESS A. STEPHENS ACORD 25 (2001/08) ©ACORD CORPORATION 1988 To: Mikala Page 3 of 3 2008-02-13 21:37:29 (GMT) 18082090090 From: Southwest Insurance omKeraye Lr IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing - , extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 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 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for - the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) 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. 4 : CONTRACT Acosm Drilling P.O. Box 1221 Lame.4a, Texas 79331 Shag- 806.872,5960 Fax 806.872.8641 FAX TRANSNUSSTON COS PAGE From: 4,.Iy Aww- TO: `Bauer WSSAGE: DATE: of AB I-F YOU HAVE &W QUESTION FOR COMMENTS REGARDING THIS FAX PLEASE CONTACT NE BY PHONE AT (S06) 871-5850 PAWS INCT,CMNO CC)VFR-SHRPT- Acosta Drilling P.O. Box 1221 Lomeso, TX 79331 (Ross) 872-5960 ") 872-8641 Fox City of Lubbock Dept of Purchasing 1625 130 Street Lubbock, TX 79401 RE: Bailey County Well Field Improvement Mr. McNair In reference to Contract for Bailey County Well Field Improvements, Acosta Drilling will not Increase the prices on material or labor. There for the contract will rarnain the same "as is". Regards, Victor M Acosta Jr. Acosta Drilling Irl r CONTRACT # 8140 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 24th day of January, 2008 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and ACOSTA DRILLING CO. of the City of LAMESA, County of DAWSON and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL # 07-733-BM — BAILEY COUNTY WELL FIELD IMPROVEMENTS - $771,791 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. ACOSTA DRILLING CO.'s proposal dated NOVEMBER 11, 2007 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: By: t PRINTED NAME: c®�� TITLE: C® oW COMPLETE ADDRESS: Company C a 5-z-v Address p. o . b 0)( 124 _-< City, State, Zip a yvlc 7 i� % l3 3J ATTEST: Corporate Secretary CITY OF LUBBOCK TEXAS (OWNER): By MAYOR ATTEST: -- CQ" 4 _e , City Sec etary Irmo 11111-1p-- Sa No Text GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit ACOSTA DRILLING CO who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative BRUCE BLALACK, Water Production and Treatment Superintendant, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 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 copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 11 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. i 2 f 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem -° proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and .-= location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the __.. contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such , structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each L part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or L. consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative -j 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 .s methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been chargedby a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the _ specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's g Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. i PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. . A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment Endorsement and XCU B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, JE29,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED. E. Umbrella Liability Insurance — NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $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's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with # the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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; 4- (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of ' the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor ( . does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. It (2) The location of the operations to which the insurance applies. 10 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (1 .tdi.state.Mus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning.., work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.", (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS. MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the _ Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES -.= The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in 13 the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $25 (TWENTY-FIVE AND 00/1001 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, - also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative 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. [_ 14 The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, 15 against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative, 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding r 16 i_ the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of - (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed 17 denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such -non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, 18 shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the s Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 19 i 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES 1 Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property -of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock g 20 I for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 21 CURRENT WAGE DETERMINATIONS 1 RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. K SPECIFICATIONS Project Manual City of Lubbock Sandhills Well Field Bailey County Well Field Expansion September 2007 PSC Project #: 01274905 Parkhill, Smith & Cooper, Inc. Engineers a Architects ■ Planners L� L_: Project Manual City of Lubbock Sandhills Well Field Bailey County Well Field Expansion September 2007 PSC Project #: 01274905 r * : ... � TROY �, WHITE � r 95952 �a w19 Parkhill, Smith & Cooper, Inc. 1 Engineers ■ Architects ■ Planners TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00300 Proposal Form.......................................................................................................................... 36 DIVISION 1- GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 2 01019 Contract Considerations............................................................................................................. 2 01025 Measurement and Payment........................................................................................................ 4 01040 Coordination and Meetings........................................................................................................ 3 01090 Reference Standards.................................................................................................................. 8 01300 Submittals..................................................................................................................................3 01400 Quality Control.......................................................................................................................... 2 01500 Construction Facilities and Temporary Controls....................................................................... 3 01600 Material and Equipment............................................................................................................ 3 01650 Starting of Systems.................................................................................................................... 2 01700 Contract Closeout...................................................................................................................... 3 DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage............................................................................................. 4 02110 Site Preparation and Clearing.................................................................................................... 2 02222 Excavating................................................................................................................................. 2 02223 Backfilling................................................................................................................................. 3 -z 02665 Water Works Piping, Valves and Fittings................................................................................ 12 02670 Municipal Groundwater Well............................................................................... ................... 11 DIVISION 3 - CONCRETE 03100 Concrete Formwork................................................................................................................... 3 03200 Concrete Reinforcement............................................................................................................ 2 03300 Cast -in -Place Concrete............................................................................................................... 4 DIVISIONS 4 -16 Not Used APPENDIX Appendix I Test Hole Driller's Log Appendix H Test Hole Electronic Logs 01274905 TABLE OF CONTENTS TOC - 1 . _ 09/07 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01300 - Submittals: Schedules of Values. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock Sandhills Well Field Bailey County Well Field Expansion Project: Work will consist of the drilling and development of 10 municipal water wells. Each new water well installed under this contract will consist of drilling and development of the well including casing, screen, gravel pack, pressure cementing, bailing, development and test pumping, installation of pump and column pipe, well head piping, valves and fittings, pump block and well house foundation and well building. Under this contract the pump will be installed with cable extended beyond the surface plate with adequate length to pass through conduit and attached to panel on service rack, and the pump installer will be required to return to site for pump start-up. All electrical components other than mentioned or shown on plans shall be provided under separate contract. Conduit and free standing rack shall be included in this contract under the lump sum bid item for well building and foundation. 1. Location: Bailey County, Texas. 2. Owner: Lubbock, Texas. B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in 1.3(A). C. The work will be constructed under one contract. 1.4 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. 01274905 SUMMARY OF WORK 01010 - 1 I 09/07_ PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 SUMMARY OF WORK 01010 - 2 09/07 SECTION 01019 CONTRACT CONSIDERATIONS PART 1-GENERAL 1.1 SECTION INCLUDES A. Schedule of Values. B. Application for Payment. C. Change procedures. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01300 - Submittals: Schedule of Values. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on Contractor's standard form. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the major specification Section. Identify site mobilization, bonds and insurance. D. Include within each line item, a directly proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.4 APPLICATIONS FOR PAYMENT A. Submit four copies of each application on EJCDC Form 1910-8-E - Payment Application or equal. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. Waiver of liens from subcontractor. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by EJCDC 1910-8, 1990 Edition, Article 10 by ' issuing a work directive change on EJCDC 1910-8-F. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full 01274905 CONTRACT CONSIDERATIONS 01019 - 1 09/07 documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. E. Construction Change Authorization: Engineer may issue a directive on EJCDC Form 1910-8-F, Work Directive Change, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. G. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: EJCDC 1910-8-B. I. 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 01274905 CONTRACT CONSIDERATIONS 01019 - 2 09/07 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 PRICE The unit price or lump sum price bid on each item, as stated in the proposal, shall include 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. The quantities listed in the Bid Sheet are estimated for the purpose of comparing bids. Payment for each item will be made for actual measured field quantities. 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 for which payment is provided. 1.2 MOBILIZATION Mobilization shall include costs associated with move -in related equipments and labor, bid bond, performance and construction bonds and insurance required for this project. Total mobilization cost allowed in the bid proposal shall be limited to five (5) percent of the total bid price. 1.3 FLUID PIT Excavation and backfilling of the fluid pit and all trenches utilized during the drilling process shall be paid for at the lump sum contract price. The price shall include backfilling and compacting to insure that future settling does not occur and result in future ponding of runoff in the vicinity of the well. 1.4 20" DIAMETER WATER WELL Payment for drilling 20-inch diameter water well will be made at the contract price per vertical foot. This price shall include all costs associated with drilling a municipal water well. 1.5 WELL CASING AND SCREEN The actual amount of well casing or screen, placed in the well will be measured in accordance with the specifications. Payment for the casing and screen will be made under two (2) items as follows: A. Payment for the actual amount of casing placed in the well will be made at the contract unit price per vertical foot for 0.219-inch wall thickness 12-inch diameter well casing. This price shall include all costs of furnishing the casing and setting the casing complete in place. B. Payment for the actual amount of screen placed in the well will be made at the contract unit price per vertical foot. This price shall include all costs of furnishing the screen and setting the screen, complete in place. 01274905 MEASUREMENT AND PAYMENT 01025 - 1 09/07 -- 1.6 GRAVEL Payment will be made for the amount of gravel placed in the well at the contract unit price per vertical foot. This bid price shall be complete compensation for furnishing the gravel, loading and unloading, disinfection of the gravel, and other equipment required for placing the gravel as specified and other incidental costs. 1.7 CEMENTING Payment for furnishing and installing cement grout in the annulus between the well casing and drill hole will be paid for at the contract unit price per vertical foot. This price shall include furnishing all equipment, labor, materials, superintendence and all incidentals necessary to completely cement the casing as indicated on the plans. 1.8 ACCESSORY LINES Payment for furnishing, installing and maintaining open a gravel -feed pipe will be paid for in the lump sum contract price for wellhead piping, valves, fittings, and appurtenances in Bid Item 12. The price shall include furnishing all equipment, labor, materials, superintendence and all incidentals necessary to install the gravel feed pipe from above the pump base to five feet above the well screen. 1.9 BAILING RIG Payment for filter pack consolidation by bailing with the bailing rig (not bailing with drilling rig) will be paid for at the contract unit price per hour. This price shall include furnishing all equipment, labor, fuel, materials, superintendence and all incidentals necessary for proper operation of the equipment. No payment will be made for time the equipment is not operating. 1.10 DEVELOPMENT/TESTING Records will be kept of the actual number of hours during which the pumping equipment is kept in operation to develop and test the well at the direction of the Engineer. Payment for the actual number of hours which the equipment is operated as specified will be made at the contract unit price per hour. This price shall include all costs of fuel or power for the power unit, keeping records, labor, superintendence and all incidentals necessary to do the developing as specified and as directed. The Contractor shall be responsible for operation of the equipment during the entire development period. 1.11 DEVELOPMENT / TEST PUMP Payment for furnishing, setting and removing development pump and engine will be made at the lump sum contract. DO NOT USE THE PERMANENT PUMP AND ENGINE AS THE DEVELOPMENT PUMP. This price shall include furnishing the pump, gear head, engine and other incidental materials and equipment for the complete pumping unit, including the orifice plate, measuring the water level drawdown and the rate of pumpage from the well, and all labor and equipment required for setting the pump, motor and other equipment and removing the equipment from the well. 01274905 MEASUREMENT AND PAYMENT 01025 - 2 09/07 1.12 SEALING BLOCK AND SLAB Installation of the concrete wellhead sealing block and foundation slab shall be paid for at the lump sum contract price. The price shall include furnishing of all equipment, labor, materials, superintendence and all incidentals necessary to complete and finish the block and slab as shown in the construction drawings. 1.13 PUMP AND MOTOR Payment for furnishing and installing the pump and motor as specified will be made on a lump sum basis. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to completely install the pump and motor as shown on the plans. 1.14 WELLHEAD PIPING Installation of wellhead piping, valves, fittings, and all appurtenances shall be paid for at the lump sum contract price. The price shall include furnishing of all equipment, labor, materials, superintendence and all incidentals necessary to complete the well head piping assembly as shown on the construction drawings. 1.15 WELL BUILDING Installation of the building, concrete foundation, pad, electrical rack, and electrical conduit, shall be paid for at the lump sum contract price. The price shall include furnishing of all equipment, labor, materials, superintendence and all incidentals necessary to completely install the building, foundation and pad as shown on plans. 1.16 SITE WORK Site clearing and final grading of the project area is incidental to the job. No separate payment shall be made for these tasks. 1.17 FINAL CLEANUP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance ofthe 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. B. 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 01274905 MEASUREMENT AND PAYMENT 01025 - 3 09/07 PART 3 - EXECUTION Not Used 01274905 09/07 END OF SECTION MEASUREMENT AND PAYMENT 01025 - 4 SECTION 01040 COORDINATION AND MEETINGS PART1-GENERAL 1.1 SECTION INCLUDES A. Coordination B. Field Engineering C. Preconstruction Conference D. Progress Meetings E. Coordination with Water Utilities 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. B. Verify that utility requirement characteristics of equipment and materials to be incorporated into the project are compatible. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment and materials. C. Coordinate completion and clean up of Work. 1.3 FIELD ENGINEERING A. Contractor to protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.4 PRECONSTRUCTION CONFERENCE A. Engineer will schedule a conference after Notice to Proceed. B. Attendance Required: Owner, Engineer and Contractor and major subcontractors. C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 5. Designation of personnel representing the parties in Contract and the Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 7. Scheduling. 8. Use of premises by Owner and Contractor. 9. Owner's requirements. 01274905 COORDINATION AND MEETINGS 01040 - 1 if 09/07 �_ 10. Construction facilities and controls provided by Owner. 11. Temporary utilities provided by Owner. 12. Survey layout. 13. Security and housekeeping procedures. 14. Schedules. 15. Procedures for testing. 16. Procedures for maintaining record documents. 17. Requirements for start-up of equipment. 18. Inspection and acceptance of equipment put into service during construction period. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work as needed. B. Engineer to make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within one week to Engineer, participants, and those affected by decisions made. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. It. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. 1.6 COORDINATION WITH OWNERS OF EXISTING UTILITIES A. The Contractor is responsible for notifying all owners of utilities that are to be crossed or otherwise exposed during construction no less than seven days prior to uncovering the utility. PART2-PRODUCTS Not Used 01274905 COORDINATION AND MEETINGS 01040 - 2 09/07 PART 3-EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Beginning new work means acceptance of existing conditions. END OF SECTION 01274905 COORDINATION AND MEETINGS 01040 - 3 09/07 i i SECTION 01090 REFERENCE STANDARDS PART 1- GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. General Conditions. 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. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. D. Should specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. E. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.4 SCHEDULE OF REFERENCES AA Aluminum Association 818 Connecticut Avenue, N.W. Washington, DC 20006 AABC Associated Air Balance Council 1000 Vermont Avenue, N.W. Washington, DC 20005 AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 ADC Air Diffusion Council 230 North Michigan Avenue Chicago, IL 60601 ...? 01274905 REFERENCE STANDARDS 01090 - 1 j 09/07 AGA American Gas Association 1515 Wilson Blvd. Arlington, VA 22209 AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006 AGMA American Gear Manufacturers Association 1500 King Street, Suite 201 Alexandria, VA 22314 Al Asphalt Institute Asphalt Institute Building College Park, MD 20740 A.I.A. American Institute of Architects 1735 New York Avenue, N.W. Washington, DC 20006 AISC American Institute of Steel Construction 400 North Michigan Avenue Eighth Floor Chicago, IL 60611 AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036 AMCA Air Movement and Control Association 30 West University Drive Arlington Heights, IL 60004 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 APA American Plywood Association Box 11700 Tacoma, WA 98411 ARI Air -Conditioning and Refrigeration Institute 1501 Wilson Boulevard Arlington, VA 22209 ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers 1791 Tullie Circle, N.E. Atlanta, GA 30329 01274905 REFERENCE STANDARDS 01090 - 2 09/07 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWI Architectural Woodwork Institute 2310 South Walter Reed Drive Arlington, VA 22206 AWPA American Wood -Preservers' Association 7735 Old Georgetown Road Bethesda, MD 20014 AWS American Welding Society 550 LeJeune Road, N.W. Miami, FL 33135 AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235 BHMA Builders' Hardware Manufacturer Association 60 East 42nd Street, Room 511 New York, NY 10165 BIA Brick Institute of America 11490 Commerce Park Drive Reston, VA 22091 CDA Copper Development Association 57th Floor, Chrysler Building 405 Lexington Avenue New York, NY 10174 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W. Washington, DC 20036 CPSC Consumer Product Safety Commission 1111 Eighteenth Street, NW Washington, DC 20207 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 01274905 REFERENCE STANDARDS 09/07 01090 - 3 DHI Door and Hardware Institute 7711 Old Springhouse Road McLean, VA 22102 EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, N.W. Washington, DC 20005 EJMA Expansion Joint Manufacturers Association 25 North Broadway Tarrytown, NY 10591 FGMA Flat Glass Marketing Association 3310 Harrison White Lakes Professional Building Topeka, KS 66611 FM Factory Mutual System 1151 Boston -Providence Turnpike P.O. Box 688 Norwood, MA 02062 FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC 20407 GA Gypsum Association 1603 Orrington Avenue Evanston, IL 60201 ICBO International Conference of Building Officials 5360 S. Workman Mill Road Whittier, CA 90601 IEEE Institute of Electrical and Electronics Engineers 345 East 47th Street New York, NY 10017 IES Illumination Engineering Society of North America 345 East 47th Street New York, NY 10017 IMIAC International Masonry Industry All -Weather Council International Masonry Institute 815 15th Street, N.W. Washington, DC 20005 01274905 REFERENCE STANDARDS 01090 - 4 09/07 MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 ML/SFA Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago, IL 60601 NAAMM National Association of Architectural Metal Manufacturers 221 North LaSalle Street Chicago, IL 60601 NBS National Bureau of Standards (U.S. Department of Commerce) Gaithersburg, MD 20234 NCMA National Concrete Masonry Association P.O. Box 781 Herndon, VA 22070 NEBB National Environmental Balancing Bureau 8224 Old Courthouse Road Vienna, VA 22180 NEC National Electrical Code (by NFPA) NECA National Electrical Contractors Association 7315 Wisconsin Avenue Bethesda, MD 20814 NEMA National Electrical Manufacturers Association 2101 'L' Street, N.W. Washington, DC 20037 NFPA National Fire Protection Association Battery March Park Quincy, MA 02269 NFPA National Forest Products Association 1619 Massachusetts Avenue, N.W. Washington, DC 20036 NPCA National Paint and Coating Association 1500 Rhode Island Avenue N.W. Washington, D.C. 20005 01274905 REFERENCE STANDARDS 01090 - 5 09/07 NRCA National Roofing Contractors Association 8600 Bryn Mawr Avenue Chicago, IL 60631 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 1468 Ann Arbor, MI 47106 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 NWMA National Woodwork Manufacturers Association 205 W. Touhy Avenue Park Ridge, IL 60068 OSHA Occupational Safety and Health Administration (U.S. Department of Labor) Government Printing Office Washington, D.C. 20402 PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077 PS Product Standard U. S. Department of Commerce Washington, DC 20203 RIS Redwood Inspection Service One Lombard Street San Francisco, CA 94111 RMA Rubber Manufacturer's Association 1400 K Street, N.W. Washington, D.C. 20005 SDI Steel Deck Institute P.O. Box 9506 Canton, OH 44711 S.D.I. Steel Door Institute 712 Lakewood Center North 14600 Detroit Avenue Cleveland, OH 44107 SGCC Safety Glazing Certification Council Route 11, Industrial Park Cortland, NY 13045 01274905 REFERENCE STANDARDS 01090 - 6 09/07 SIGMA Sealed Insulating Glass Manufacturers Association I I I East Wacker Drive Chicago, IL 60601 SJI Steel Joist Institute 1205 48th Avenue North, Suite A Myrtle Beach, SC 29577 SMACNA Sheet Metal and Air Conditioning Contractors' National Association 8224 Old Court House Road Vienna, VA 22180 SSPC Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, PA 15213 TCA Tile Council of America, Inc. Box 326 Princeton, NJ 08540 UL Underwriters' Laboratories, Inc. 333 Pfingston Road Northbrook, IL 60062 WCLIB West Coast Lumber Inspection Bureau 6980 S.W. Varns Road Box 23145 Portland, OR 97223 WRI Wire Reinforcement Institute 8361 A Greensboro Drive McLean, VA 22102 WWPA Western Wood Products Association 1500 Yeon Building Portland, OR 97204 W.W.P.A. Woven Wire Products Association 2515 N. Nordica Avenue Chicago, IL 60635 PART2-PRODUCTS Not Used 01274905 09/07 REFERENCE STANDARDS 01090 - 7 PART 3 - EXECUTION Not Used END OF SECTION 01274905 REFERENCE STANDARDS 01090 - 8 09/07 SECTION 01300 SUBMITTALS PART 1- GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. m.t C. Construction progress schedules. D. Proposed products list. E. Shop drawings. F. Product data. G. Samples. j H. Manufacturers' instructions. I. Manufacturers' certificates. 1.2 RELATED SECTIONS --, A. General Conditions. B. Section 01019 - Contract Considerations: Schedule of Values. C. Section 01400 - Quality Control: Manufacturers' field services and reports. D. Section 01700 - Contract Closeout: Contract warranty, manufacturer'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. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1. Submit initial submittal schedule within twenty (20) days after receipt of Notice to Proceed. 01274905 SUBMITTALS 01300 - 1 09/07 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 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. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. G. 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 the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Engineer. B. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 30 x 42 inches. Provide one set of reproducible sepias, to be retained by the Engineer, for drawings greater than 11 x 17 inches. C. Draw details to a minimum scale of 12 inches equal to 1 foot. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four 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. 01274905 SUBMITTALS 01300 - 2 09/07 1.9 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified, for Engineer's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; one ofwhich will be retained by Engineer. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.10 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. 1.11 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 date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 SUBMITTALS 01300 - 3 09/07 SECTION 01400 QUALITY CONTROL PART 1-GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. C. Manufacturers' field services and reports. 1.2 RELATED SECTIONS A. General Conditions. 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. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.4 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing. 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. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. I . Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. 01274905 QUALITY CONTROL 01400 - 1 09/07 E. 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 by deducting inspection or testing charges from the Contract Sum/Price. 1.5 MANUFACTURERS' FIELD SERVICES AND REPORTS A. Submit qualifications of observer to Engineer 30 days in advance of required observations. Observer subject to approval of Engineer. B. When specified in individual specification Sections, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. C. Individuals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D. Submit report in triplicate within 30 days of observation to Engineer for review. PART2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01274905 QUALITY CONTROL 01400 - 2 09/07 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART1-GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY WATER SERVICE A. Contractor shall be responsible for transporting water for construction purposes and potable water for construction personnel. Owner will provide water from a source close to the work site. 1.4 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Maintain daily in clean and sanitary condition. 1.5 BARRIERS A. 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. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. D. Provide any barriers required by TxDOT along work areas. 1.6 FENCING A. Construction: Commercial grade chain link fence with 3 strands of barbed wire. B. Provide 6 feet high fence around construction site; equip with vehicular and pedestrian gates with locks. 01274905 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 09/07 1.7 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.8 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure to accommodate protection for Products. 1.9 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. 1.10 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.11 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Designated existing on -site roads may be used for construction traffic. 1.12 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 1.13 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART2-PRODUCTS Not Used 01274905 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 09/07 PART 3 - EXECUTION Not Used END OF SECTION 01274905 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 3 09/07 SECTION 01600 MATERIAL AND EQUIPMENT PART1-GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.2 RELATED SECTIONS A. General Conditions. B. Information to Bidders: Product options and substitution procedures. C. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment -removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged 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, 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 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. 01274905 MATERIAL AND EQUIPMENT 01600 - 1 09/07 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 ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities maybe included in progress pay requests with written approval of the Owner. 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 A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.6 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. 01274905 MATERIAL AND EQUIPMENT 01600 - 2 09/07 F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 MATERIAL AND EQUIPMENT 01600 - 3 09/07 SECTION 01650 STARTING OF SYSTEMS PART 1 - GENERAL 1.1 SECTION INCLUDES 1_ t A. Starting systems. B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01400 - Quality Control: Manufacturers field reports. C. Section 01700 - Contract Closeout: System operation and maintenance data and extra materials. 1.3 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. n B. Notify Engineer seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and. Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operations Contractor and Representative must also return to project site for pump start-up. H. Submit a written report in accordance with Section 01400 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 final inspection. 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. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. D. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 01274905 STARTING OF SYSTEMS 01650 - 1 09/07 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 STARTING OF SYSTEMS 01650 - 2 09/07 SECTION 01700 CONTRACT CLOSEOUT PART1-GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance matcrials. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01500 - Construction Facilities: Progress cleaning. C. Section 01650 - Starting of Systems: System start-up, testing, adjusting, and balancing. 1.3 CLOSEOUT PROCEDURES 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. C. Repair, patch and touch-up maned surfaces to match adjacent finishes. 1.5 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.6 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. 01274905 CONTRACT CLOSEOUT 01700 - 1 09/07 I 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. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract Drawings. 5. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.7 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, bound in 8 '/Z x 11 inch text pages, three D ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Engineer comments. Review content of documents as required prior to final submittal. Retainage will not be released until final operation and maintenance manuals are approved. C. Submit four final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Maintenance instructions for equipment and systems. 5. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Certificates. 3. Photocopies of warranties and bonds. 01274905 CONTRACT CLOSEOUT 01700 - 2 09/07 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.9 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 CONTRACT CLOSEOUT 01700 - 3 09/07 SECTION 02050 REMOVAL, DEMOLITION AND SALVAGE PART 1- GENERAL 1.1 SECTION INCLUDES A. Demolition of designated structures and removal of materials from site. B. Demolition and removal of foundations and slabs -on -grade. C. Disconnecting and capping of identified utilities. 1.2 RELATED SECTIONS A. Section 01039 - Coordination and Meetings B. Section 01500 - Construction Facilities and Temporary Controls: Barriers, fences and landscape protection. Dust control. C. Section 01600 - Material and Equipment. D. Section 01700 - Contract Closeout: Project record documents. 1.3 JOINT INSPECTION A. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.5 QUALIFICATIONS A. Experience in performing the Work of this Section. 1.6 DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment 1, Certain materials and equipment may be designated for reuse or salvage and will remain the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. 2. Materials and equipment not designated for reuse or salvage become the Contractor's property. B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 01274905 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1 09/07 1.7 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without Owner's permission. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.8 SCHEDULING A. Schedule work under the provisions of Section 01300. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. PART2-PRODUCTS Not Used. PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 3.3 DEMOLITION REQUIREMENTS 3 A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. 01274905 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2 09/07__ i_ C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3 A BLASTING A. Blasting is not permitted on this project. 3.5 FIRES A. Fires are not permitted on this project. 3.6 UTILITY SERVICES A. Disconnecting I . Seal abandoned storm or sanitary sewers with concrete or by another approved method. B. Interruption 1. When temporary interruption of utility service to an occupied building is required by the work, properly coordinate the outage to prevent untimely or damaging interruptions. 3.7 DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet beyond area of new construction. C. Remove concrete slabs on grade. D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 01600. E. Rough grade and compact areas affected by demolition to maintain site grades and contours. F. Remove demolished materials from site. G. Do not burn or bury materials on site. Leave site in clean condition. H. Remove all temporary work. 3.8 GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Structures. Remove structures entirely, including footings, contents, attachments and improvements. Carefully remove and lower structural steel. C. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. 1. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. 2. After removing concrete, cut cross bars at center of breakout and bend back. 01274905 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3 09/07 3. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. 4. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. 5. Replace concrete as specified in Division 3 - Concrete. D. Backfill 1. Backfill holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. 2. Backfilling with rubbish or burying on the site is not permitted. E. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 3.9 MECHANICAL WORK ITEMS A. Remove existing mechanical work items to the extent necessary to accommodate new work. 3.10 ELECTRICAL WORK ITEMS A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for demolition and from site. B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum of 5 feet beyond area indicated for demolition, whichever is greater. C. Remove all wiring from abandoned conduit. D. Seal abandoned conduits. E. Existing electrical services and controls to items being removed must be disconnected. 3.11 STRUCTURAL WORK ITEMS A. Remove existing structural work items as indicated on plans and in a manner not to jeopardize the integrity of the remaining structural components. 3.12 SCHEDULES A. No salvage material or equipment shall be reused on the project unless specifically provided for in the Specifications or so noted on the drawings. END OF SECTION 01274905 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4 09/07 SECTION 02110 SITE PREPARATION AND CLEARING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Remove surface debris. B. Remove paving, curbs, and gutters. C. Clear site of plant life and grass. D. Remove root system of shrubs. E. Topsoil excavation. 1.2 RELATED SECTIONS A. Section 02222 - Excavation. B. Section 02223 - Backfilling. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable code for disposal of debris. B. Coordinate clearing Work with utility companies. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Verify that existing plant life designated to remain is tagged or identified. 3.2 PROTECTION A. Locate, identify, and protect utilities that remain, from damage. B. Protect trees, plant growth, and features designated to remain, as final landscaping. C. Protect bench marks and existing structures from damage or displacement. 3.3 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove paving, curbs, and gutters as required for structure foundations. C. Remove trees, shrubs, grasses, undergrowth and deadwood within a 5-foot perimeter of all structures, buildings and new paved areas. Remove stumps and main root ball. 01274905 SITE PREPARATION AND CLEARING 02110 - 1 09107 3.4 REMOVAL A. Remove debris, rock, and extracted plant life from site. 3.5 TOPSOIL EXCAVATION A. Excavate topsoil from areas to be further excavated or entire site of each new structure. B. Stockpile in area designated on site to depth not exceeding 8 feet. Spread excess topsoil not being reused in area designated. END OF SECTION 01274905 SITE PREPARATION AND CLEARING 02110 - 2 09/07 SECTION 02222 EXCAVATING PART 1- GENERAL 1.1 SECTION INCLUDES A. Excavating for site structures and piping. 1.2 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01400 - Quality Control: Inspection of bearing surfaces. C. Section 01500 - Construction Facilities and Temporary Controls: Dewatering of excavations and water control. D. Section 02223 - Backfilling. E. Section 02665 — Water Works Piping, Valves and Fittings. 1.3 FIELD MEASUREMENTS A. Verify that survey bench mark and intended elevations for the Work are as indicated. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Locate, identify, and protect utilities that remain from damage. C. Notify utility company to locate utilities. D. Protect plant life, lawns, and other features remaining as a portion of final landscaping. E. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. 3.2 EXCAVATING A. Underpin adjacent structures which may be damaged by excavating work. B. Excavate subsoil to accommodate construction operations. C. Compact disturbed load bearing soil in direct contact with foundations to original bearing capacity; perform compaction in accordance with Section 02223. D. Slope banks with machine to angle of repose or less until shored. E. Grade top perimeter of excavating to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. 01274905 EXCAVATING 02222 - 1 09/07 G. Remove lumped subsoil, boulders, and rock. H. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. I. Correct areas over excavated in accordance with Section 02223. J. Stockpile excavated material in area designated. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection and testing. B. Provide for visual inspection of bearing surfaces. 3.4 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. END OF SECTION 01274905 EXCAVATING 02222 - 2 09/07 SECTION 02223 BACKFILLING PART 1- GENERAL 1.1 SECTION INCLUDES A. Foundation perimeter and site structure backfilling to subgrade elevations. B. Site filling and backfilling. C. Fill under slabs -on -grade and paving. D. Consolidation and compaction. E. Fill for over -excavation. F. For backfilling trenches, adhere to Section 02665 — Water Works Piping, Valves and Fittings. 1.2 RELATED SECTIONS A. Section 01400 - Quality Control: Testing fill compaction. B. Section 02222 - Excavating. C. Section 03300 - Cast -in -Place Concrete: Concrete materials. D. Section 02665 — Water Works Piping, Valves and Fittings. 1.3 REFERENCES A. ANSUASTM C 136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSUASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ANSUASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. D. ANSUASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb Rammer and 18 inch Drop. E. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in place by Nuclear Methods (shallow depth). 1.4 SUBMITTALS A. Submit under provisions of Section 0 13 00. PART2-PRODUCTS 2.1 FILL MATERIALS - A. Excavated Material — material excavated from immediate location to be free of organic materials and rocks, lumps, or other items larger than 4 inches. B. Sand - Natural river or bank sand; free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSUASTM C136. 01274905 BACKFILLING 02223 - 1 09/07 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify fill materials to be reused are acceptable. 3.2 PREPARATION A. Generally, compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of insitu compaction. Backfill with excavated material fill and compact to density equal to or greater than requirements for subsequent backfill material. 3.3 BACKFILLING A. For backfilling trenches, adhere to Section 02665 — Water Works Piping, Valves, and Fittings. B. Backfill areas to contours and elevations with unfrozen materials. C. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. D. Excavated Material: Place and compact materials in continuous layers not exceeding 8 inches compacted depth. E. Employ a placement method that does not disturb or damage utilities in trenches. F. Maintain optimum moisture content of backfill materials to attain required compaction density. G. Slope grade away from structure minimum 2 inches in 10 ft, unless noted otherwise. H. Make grade changes gradual. Blend slope into level areas. I. Spread surplus backfill materials in designated areas. J. Leave fill material stockpile areas completely free of excess fill materials. 3.4 TOLERANCES A. Top Surface of Backfilling: Plus or minus one inch from required elevations. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Tests and analysis of fill material will be performed in accordance with ANSUASTM D698 or D1557 and with Section 01400. C. Compaction testing will be performed in accordance with ANSUASTM D698 and with Section 01400. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. E. Frequency of Tests: 1 test for each 25 cubic yards of volume to be backfilled. (Pertains to sitework backfilling only.) F. Proof roll compacted fill surfaces under slabs -on -grade and paving. 3.6 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Recompact fills subjected to vehicular traffic. 01274905 BACKFILLING 02223 - 2 09/07 3.7 SCHEDULE A. Trench: 1. Adhere to `Backfilling" specifications in Section 02665 — Water Works Piping, Valves, and Fittings. B. Slab on Grade: 1. Excavated material — up to within 2 inches of grade. 2. Sand — top 2 inches. END OF SECTION 01274905 BACKFILLING 02223 - 3 09/07 SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1- GENERAL 1.1 WORK INCLUDED A. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings, and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions. B. Supplementary Conditions. C. Section 01300, Submittals. 1.3 MATERIAL SCHEDULE A. Ductile iron pipe at well head shall be manufactured in accordance with AWWA C151. B. All pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 1.4 SUBMITTALS A. Submit all manufacturer's data for all pipe, valves and fitting including all pipe thickness class calculations. PART2-PRODUCTS 2.1 DUCTILE IRON PIPE Ductile iron pipe shall be manufactured in accordance with AWWA C151. In general, ductile iron pipe shall have flanged fittings when installed above ground (exposed) and mechanical joints or push - on joints when installed below ground (buried) unless otherwise required or where special fittings are required. Pipe thickness shall be as required for the scheduled internal working pressure with minimum Pressure Class 150. Thickness for buried pipe shall be computed in accordance with AWWA C 150 for appropriate depths of cover and trench condition Type 2. All ductile iron pipe shall have an exterior bituminous coating and shall be cement -lined in conformance with AWWA C 104. Flanged joints shall meet the requirements of AWWA C 115. Bolts and nuts shall be of the best quality mild steel and shall have hexagonal heads. Suitable rubber ring gaskets shall be provided in all flanged joints. Flanges shall be of ductile iron. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1 09/07 Mechanical joints and push -on joints shall conform to the requirements of AWWA C111 unless otherwise specified. The pipe shall be new and of best quality in materials and workmanship. All pipe shall be subjected to thorough inspection at the job site before being placed in the trench. Any piece found to be defective shall be rejected and removed from the project. 2.2 PIPE FITTINGS General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. A. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B 16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C 153. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. Unless otherwise indicated, all buried ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with AWWA C104. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. 2.3 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1 (Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2 09/07 2.4 VALVES AND MISCELLANEOUS ITEMS A. General - All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves (6" and larger) 1. Provide single wedge, resilient seat type gate valves which conform to AWWA standard C500. Provide gate valves which will allow removal of the gate wedge for seal replacement without having to remove the valve from the piping system. 2. End Connections. Provide valves with end connections which comply with ANSI B 16.5 and the following schedule: a. Above ground: 125 lbs flanged 3. Construct the valve body of cast iron for a working pressure rating of 150 psi and a full round flow -way. 4. Construct the valve stem of bronze and provide two neoprene rubber O-ring seals on the stem. Provide a Teflon anti -friction washer above the thrust collar. 5. Provide a rubber seal which is mechanically retained on the gate wedge by 304 SS bolts. The gate will seal against a machined surface on the gate body. 6. Operators: Provide manual valve operators according to the following schedule: a. Above ground: Open stem and yoke with handwheel. 7. Gate valves furnished shall be Mueller 2360 Series or approved equal. C. Check Valves — shall be Surgebuster swing check valves series #7200 as manufactured by Val- Matic Valve and Manufacturing Corporation, Elmhurst, IL USA, unless otherwise shown on the plans. 1. The Check Valve shall be of the full body type, with a domed access cover and only two moving parts, the flexible disc and the disc accelerator. 2. The valvcs shall be designed, manufactured and tested in accordance with American Water Works Association Standards ANSI/AWWA C508. 3. Valves shall be provided with flanges in accordance with ANSI B 16.1, Class 125. 4. The valve body shall be full flow equal to nominal pipe diameter at all points through the valve. The valve shall be capable of passing a 3 in. (75mm) sphere. The seating surface shall be on a 45 degree angle to minimize disc travel. A threaded port with pipe plug shall be provided on the bottom of the valve to allow for field installation of a backflow actuator, air cushion or hydraulic cushion without special tools or removing the valve from the line. 5. The top access port shall be full size, allowing removal of the disc without removing the valve from the line. The access cover shall be domed in shape to provide flushing action over the disc for operating in lines containing high solids content. A threaded port with pipe plug shall be provided in the access cover to allow for field installation of a mechanical, disc position indicator. 6. The disc shall be of one-piece construction, precision molded with an integral o-ring type sealing surface, and contain alloy steel and nylon reinforcement in the flexible hing area. The flex portion of the disc shall be warranted for twenty-five years. Non -slam closing characteristics shall be provided through a short 35 degree disc stroke and a disc accelerator. 7. The disc accelerator shall be of one piece construction and provide rapid closure of the valve in high head applications. The disc accelerator shall be enclosed within the valve and shall be field adjustable and replaceable without removal of the valve from the line. The disc accelerator shall be securely held in place by being captured between the cover and disc. It shall be formed with a large radius to allow smooth movement over the disc surface. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 j 09/07-- i i 8. The valve disc shall be cycle tested 1,000,000 times in accordance with ANSI/AWWA and show no signs of wear, cracking, or distortion to the valve disc or seat and shall remain drop tight at both high and low pressures. The test results shall be independently certified. 9. The valve body and cover shall be constructed of ASTM A536 Grade 65-45-12 ductile iron. 10. The disc shall be precision molded Buna-N (NBR), ASTM D2000-BG. _ 11. The disc accelerator shall be type 302 stainless steel. 12. The manufacturer shall demonstrate a minimum of five (5) years experience in the i manufacture of resilient, flexible disc check valves with air and hydraulic cushions. 13. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage. When requested the manufacturer shall provide test certificates, dimensional drawings, parts list drawings, and operation and maintenance manuals. 14. The exterior and interior of the valve shall be coated with an ANSINNSF 61 approved -�, fusion bonded epoxy coating. 15. Surgebuster Swing Check Valves shall be Series #7200 as manufactured by Val-Matice 1 Valve & Manufacturing Corporation, Elmhurst, IL. USA. D. Air and Vacuum Release Valve 1. Air and vacuum valves shall be provided where shown on the drawings. Air and vacuum valves shall be specifically designed for operation with submersible turbine deep well pump and shall be as manufactured by Valve and Primer Corp., G.A. Industries, or equal. 2. Air Valves for Submersible Turbine Pumps shall vent large quantities of air through the discharge orifice when the pump starts, close tight when liquid enters and permit large quantities of air to re-enter through the orifice when the pump stops to prevent vacuum forming in the pump suction column. 3. The main valve parts shall be a body, cover, baffle, float and seat. The baffle shall shield the float from direct impact of air and water to prevent premature float closure. The seat shall slip fit into the baffle or cover and lock in place without any distortion. _., 4. Sizes 1/2" through 3": the entire float and baffle assembly must be shrouded with a water diffuser to prevent water from slamming the float shut. Outlets to be threaded. Flanged connections available. 5. The float shall be stainless steel, center guided (not free floating) for positive seating. 6. The discharge orifice shall be fitted with a Double -Acting Throttling Device (patented), _ to regulate and restrict air venting. This device will establish a pressure loading on the rising column of water to eliminate damaging shock to the pump, controls and check valve on pump start. On pump stop, the Double -Acting Throttling Device shall automatically open allowing full line unrestricted air re-entry to prevent vacuum from forming in the suction column. 7. Valve exterior to be painted with Universal Metal Primer Paint as accepted by the FDA for use with Potable Water. 8. Materials of construction shall be certified conforming to following A.S.T.M. specifications: Body and cover Cast iron ASTM A126 Gr. B Baffle, sizes 1/211, 1" & 2" Delrin ASTM D2133 Baffle, size 3" Cast iron ASTM A48 CL 30 4.- Float Stainless steel ASTM A240 Seat Buna-N Water diffuser Brass ASTM B16 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 09/07 Double Acting Throttling Device Patented Housing Malleable iron ASTM A47 Adj. screw & nut Stainless steel ASTM A276 T304 Spring Stainless steel ASTM A313 T316 Plug Teflon AMS 3651 9. Valve to be APCO Series 141DAT Air/Vacuum Valve with Double Acting Throttling Device & Water Diffuser as manufactured by Valve & Primer Corporation, E. Meters 1. The contractor shall install NSF approved flow meters as shown on the plans. The flow meters shall be flanged end flow meter. The meter shall consist of a fabricated steel flanged tube, all epoxy coated, pre -calibrated, polymer impeller. The register shall be electronic, capable of transmitting 4-20 mA signal and shall be furnished with a 6-digit direct reading totalizer, registering in thousand gallons, and a rate of flow indicator reading in gallons per minute (0-2000 gpm). The flowmeter shall be McCrometer, Model MW500 or approved equal. F. Flap Valves — shall be Rodney Hunt Series FV-ACP Flap Valve as manufactured by Rodney hunt. 1. The flap valve, size as indicated on drawings and valve schedule, will be flanged framed with resilient or bronze seats. 2. The body will be cast iron, ASTM A126 Class B. 3. The angle of cover to the vertical, when seated shall be 2 degrees and 5 degrees from the vertical and be consistent with the proper operation of the gate. 4. Resilient seat, neoprene, or Buna-N, will be bonded in a groove machined in the body to provide wide seating surface for the seat machined -on the cover. 5. Bronze seats, when specified ASTM B21 C464 or ASTM B133 C110, will be pneumatically impacted into dovetailed grooves machined in the cast iron body and cover and machined to a 63 micro -inch finish for maximum water tightness. 6. The cover, or flap, will be cast iron, ASTM B584 C865. 7. The hinge pins, designed in double shear, will be silicon bronze, ASTM B98 C655, or Type 304 stainless steel. 8. Each hinge are will have two pivot points, an adjustable lower pivot with limited rotation and a threaded upper hinge post to adjust flap valve sensitivity. A lubrication fitting will be supplied for each pivot. 9. Bronze to bronze seating will not be accepted. 10. An anti -locking bar between the hinge arms, will be provided to prevent excessive rotation about the lower hinge pin. 11. A steel leaf spring attached to the body and extended over the cover will be provided to safely limit the travel of the cover during "pump discharge" operation. 12. A rubber pad will be provided at the spring to cover the contact point. 13. Coatings shall be two coats (5 mils DFT each coat) of amine modified polyamide epoxy Amerlock 400 or approved equivalent. 14. The gate seating shall be tested for leakage under the greatest unbalanced head of the water after installation. The leakage shall not be greater than 0.2 gpm per foot of seating perimeter. G. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 09/07 of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover marked "WATER". The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. 2.5 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct tape. 2.6 TAPPING SLEEVES AND VALVES Tapping sleeves shall be designed for a working pressure of 150 psi, and shall be mechanical joint, or as required to make the connection. All tapping sleeves shall include fully confined gaskets at each end of the sleeve to insure a positive water seal. Tapping sleeves shall be Mueller stainless steel sleeves, or approved equal. Tapping valves shall be Mueller H-667 mechanical joint valves designed for a working pressure of 150 psi or approved equal. PART 3 - EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, valves, casing and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and _z unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 09/07 The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines shown on the plans or as established on the ground by the Engineer. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forting the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.7 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Flanged joints shall be used where shown on the plans. Mechanical joint or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 09/07 Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall*be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged joints where used shall be bolted with flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. D. Protective Coatings - Surface Preparation: All exterior surfaces, except finished or bearing surfaces, shall be carefully prepared by removing all dirt, grease and rust and shall be cleaned to the extent that the coating will bond to all surfaces. External Surfaces: External surfaces to be subsequently field painted, the exterior of each valve, except flange faces, shall be shop coated with two coats of zinc chromate, conforming to Fed. Spec. TT-P-645A, to a dry film thickness of not less than 3 mils. The flange faces shall be painted with a coating to provide temporary protection from atmospheric corrosion until valve is installed. 3.8 PUSH -ON -JOINT INSTALLATION A. The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 09/07 The spigot end of the pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. At times when laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. No pipe shall be laid in water, or when trench conditions or weather are unsuitable for such work. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed and encased with concrete as shown on the drawings. 3.10 PLUGGING DEAD ENDS Standard plugs shall be inserted as shown on the drawings and into Zhe bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 09/07 3.11 EXCAVATION AND TRENCHING The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be thirty-six (36) inches unless otherwise specifically shown on the drawings. The minimum width of the trench shall be the outside diameter of the pipe or casing plus twelve (12) inches and the "maximum width shall be the outside diameter of the pipe or casing plus eighteen (18) inches. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. Wherever necessary to prevent caving, the trench shall be adequately supported. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, by spreading in a thin layer on Owner's property adjacent to the trench. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. r 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 10 09/07 3.12 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From 1 foot above the top of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than 3/4 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 6-inches in thickness and compacted by tamping to a density of not less than 90% of maximum density at optimum moisture as determined by ASTM D698. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. Where tamping is required, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 90% of maximum density at optimum moisture as determined by ASTM D698. 3.13 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. 01274905 WATERWORKS PIPING, VALVES AND FITTINGS 02665 - 11 09/07 r i C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: L= SD 133,200 t. Ductile Iron Pipe where: L = Allowable leakage in gallons/per hour S = Length of pipe tested in feet D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi 2. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.14 DISINFECTION OF PIPE LINES The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The tines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. After disinfection has been completed and the pipe is filled with water, the Contractor shall sample the water in the pipe for bacteriological testing. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures are necessary to achieve an acceptable result. Acceptable results shalt be the bacteriological requirements for potable water as defined by the TCEQ. END OF SECTION 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 12 09/07 SECTION 02670 MUNICIPAL GROUNDWATER WELL PART 1-GENERAL 1.1 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) (Latest Version) ASTM A 48 Grey Iron Castings ASTM A 53 Pipe, Steel, Black and Hot -Dipped, Zinc -Coated Welded and Sean-dess ASTM B 124 Copper and Copper -Alloy Forging Rod, Bar, and Shapes ASTM C 150 Portland Cement AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA-01 Standard Methods for the Examination of Water and Wastewater AWWA A100 Water Wells AWWA B300 Hypochlorites AWWA B301 Liquid Chlorine AWWA C200 Steel Water Pipe — 6 In. (150 mm) and Larger AWWA C206 Field Welding of Steel Water Pipe 1.2 MEASUREMENT AND PAYMENT A. Water Well Compensation for the water well will be made at the contract unit price or lump sum price on each item as stated in the Bid Form (Section 00300), and shall include materials, equipment, and labor required to drill, develop, perform tests, and complete the permanent well. 1. Slush Pit: Payment will be made for digging the slush pits of ample size, including the necessary drainage ditches, filling the slush pit and disposing of all sand, muck and other waste materials and regarding the entire well site location, at the contract lump sum price for Excavation of Slush Pit. 2. Drilling Well: The total depth of the hole will be measured from the ground surface to the bottom of the hole. 3. Well Casing and Well Screen: The actual amount of casing and well screen placed in the well will be measured in accordance with the specifications. 4. Gravel: The actual amount of gravel placed in the well will be determined by the length in vertical feet as specified. 5. Bailing Rig: Records will be kept of the actual number of hours for cleaning and developing the well by bailing with the bailing rig (not bailing with drilling rig). 6. Developing and Testing: Record will be kept of the actual number of hours during which the pumping equipment is kept in operation at the direction of the Engineer. Deductions of time for shutdowns will be made only as provided by the specifications. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 1 09/07 7. Cement Grout: The actual amount of cement grout placed in the well will be calculated in vertical feet as specified. This price shall be complete compensation for furnishing the cement grout and providing the equipment to pump the grout as specified. 8. Furnishing and Setting Test Pump and Power Unit: Payment for "Furnishing, Setting and Removing Test Pump and Engine for Developing and Testing the Well" will be made at the lump sum contract price for this item. This price shall include furnishing the pump, gear head, engine and other incidental materials and equipment for the complete pumping unit, including the air line, and orifice plate for measuring the water level draw -down and the rate of pumpage from the well, and all labor and equipment required for setting the pump, motor and other equipment and removing the equipment from the well. 9. Pumping Unit: Payment for furnishing and installing the Pumping Unit, complete in accordance with the specifications, shall be made at the lump sum bid plus or minus any adjustments made in accordance with the Proposal. This price shall include all costs for furnishing and installing the equipment in accordance with the specifications, and assisting in running the performance tests. 10. Wellhead Improvements: All work involved in constructing the concrete wellhead and foundation shall be included in the lump sum price bid for "Sealing Block and Slab." 11. 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. 1.3 GENERAL REQUIREMENTS A. The well shall be located as shown on the location map and site plan. Based on the available data, the wells will have characteristics shown on Sheet C3 of the drawings. Actual construction shall be verified in field. 1.4 SUBMITTALS A. The following shall be submitted in accordance with Section 01300 SUBMITTAL PROCEDURES: 1. Reports a. Tests: Reports shall be made within 48 hours following the conclusion of each test. 2. Records a. Permits: A copy of all permits, licenses, or other requirements necessary for execution of the work. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 2 09/07 b. Boring Log: During the drilling of the well, an accurate log shall be maintained. As a minimum, the log shall include depths, elevations, and descriptions of all formations encountered; identification of each stratum according to the Unified Soil Classification System; or standard rock nomenclature, as necessary, soil sample locations and number, and depths at which groundwater is encountered. Soil samples shall be taken from each different material encountered or at least from each 10 feet. The contractor will carefully preserve a true and representative sample of the material. C. Cementing certificate. d. Results of 36-hour pump test. e. Results of microbiological and chemical analysis. 1.5 ENVIRONMENTAL PROTECTION A. The Contractor shall take all precautions as may be required to prevent contaminated water or water having undesirable physical or chemical characteristics from entering the water supply stratum through the well bore or by seepage from the ground surface. The Contractor also shall take all precautions necessary to prevent contamination of the ground surface or surface waters resulting from drilling of the well. PART 2-PRODUCTS 2.1 MATERIALS A. Well construction materials containing more than 8 percent lead are prohibited. 2.2 DRILLING FLUID A. Use a drilling fluid which facilitates the removal of formation cuttings and stabilizes drilling and completion operations. One (1) of the following types of drilling fluids may be used: fresh water -based drilling fluid or natural drilling fluids with at least 0.5 mg/l of chlorine residual. B. Additives may be used at the discretion of the Contractor upon Engineer approval. Drilling fluid properties shall be maintained within limits that will allow their complete removal from the well and will not damage the potential capacity, efficiency or quality of the well. Any additives used shall be logged. 2.3 CASING All casing, screen and other well materials shall be of compatible materials to prevent galvanic reaction between components of the completed well. A. Steel Casing and Couplings 1. Casing shall be new welded or seamless steel pipe, conforming to ASTM A 53, Grade B or API Spec 5L. Joints shall be either threaded and coupled, or field welded in accordance with AWWA C206. 2. Dimensions: a. Nominal Diameter: See drawing C-102. b. Wall Thickness. 0.219 inches. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 3 09/07 i_. 2.4 WELL SCREENS A. Well screens shall be directly connected to the bottom of the casing by an approved method. The screen shall be of sufficient length and shall provide an intake area capable of passing not less than the continuous yield of the well at an entrance velocity not exceeding 0.1 fps. The opening size shall be compatible with the material surrounding the screen and shall be submitted for approval as part of the drilling plan. The well screen shall be of sufficient size and design to hold back and support the gravel used in the gravel envelope. The screen and all accessories required for satisfactory operation shall be essentially standard products of reliable manufacturers regularly engaged in the production of such equipment. Field constructed screen is not acceptable. 1. Dimensions a. See Drawing C-102. B. Metal Screen 1. Well Screen shall be stainless steel wire wrap, conforming to ASTM A53 Grade B or better. Well Screens shall be directly connected to the bottom of the casing by an approved method. The screen shall be of sufficient length and shall provide an intake area capable of passing not less than the continuous yield of the well at an entrance velocity not exceeding 0.1 fps. The well screen shall be of sufficient size and designed to hold back and support the gravel used in the gravel envelope. The screen and all accessories required for satisfactory operation shall be essentially standard products of reliable manufacturers regularly engaged in the production of such equipment. Field constructed screen is not acceptable. 2.5 GRAVEL PACK A. Gravel pack shall be a product of a commercial gravel manufacturer, shall be properly sized and graded for the surrounding soil and water encountered, and shall be composed of round, hard, water worn siliceous gravel, free of flat or elongated pieces, organic matter, or other foreign matter. The anticipated size of the gravel pack is shown on drawings, but shall be verified during construction based on existing data and observation of the formation during drilling. The gravel shall be of such size as will allow the maximum flow of water into the well and prevent the infiltration of sand and silt. The gradation of the filter gravel shall be such that the uniformity coefficient is not more than 2.5. The gravel shall be thoroughly sterilized with a 50 mg/L chlorine solution as it is added to the well cavity. 2.6 CEMENT GROUT A. Cement grout shall consist of Portland cement conforming to ASTM C 150, Type I or II, sand and water. Cement grout shall be one part cement and one part sand with 6 gallons of water per cubic foot of cement, with a mixture of such consistency that the well can be properly grouted. 2.7 PERMANENT PUMP _ s A. Permanent pump shall be an approved submersible vertical turbine type. 1. Approximate Operating Conditions a. Design yield: Refer to drawing C-102. b. Design head: Refer to drawing C-102. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 4 09/07 C. Minimum pump efficiency of. 75 percent. The design of the pump shall be such that, when operating at heads of approximately 20 feet above or 20 feet below the rated head, the capacity of the pump will not vary by more than ten percent (10%) of the rated capacity. B. Pump Construction 1. Bowl Assembly The intermediate bowls and discharge adapter shall be flanged type constructed from close grained cast iron, and shall conform to ASTM designation A48, Class 30. They shall be free from sand holes, blow holes, or other faults and must be accurately machined and fitted to close tolerances. They shall be capable of withstanding a hydrostatic pressure equal to twice the pressure at rated flow or 1.5 times the shut-off head, which ever is greater. The intermediate bowls shall have enamel or epoxy lined waterways for maximum efficiency and wear protection. All intermediate bowls shall be of identical design for interchangeability. No special top bowl will be allowed. All the bowls shall be fitted with sleeve type bearings of bronze alloy C89835. A discharge bowl shall be used to connect bowl assembly to the discharge pipe. a. The discharge adapter shall be provided with a nonsoluble grease packed bronze bearing, extending through the top bowl into and through the discharge adapter and topped with a threaded cast iron cap or plug to protect the bearing from abrasives. The adapter should be such that the bearing can be easily removed through the top of the adapter housing. b. The inlet motor adapter shall be a minimum of Class 40 cast iron and shall contain a long SAE660 bronze bearing. The inlet area shall have a net open area of at least four times the eye of the impeller and shall be protected with a 304 stainless steel screen. C. A thrust ring shall be above the top impeller to prevent excessive vertical upthrust. Threaded intermediate bowls will be allowed on bowl sizes 8" and smaller. To ensure quality and consistency of product, cast iron components must be produced in a foundry owned by the pump manufacturer. d. The impellers shall be constructed from ASTM B854 silicon bronze or SS ASTM A744M and shall be the enclosed or semi -open type. They shall be free from defects and must be accurately cast, machined, balanced, and filed for optimum performance and minimum vibration. Impellers are to be standard product of the pump manufacturer and not contain special workmanship to temporarily increase efficiency. They shall be securely fastened to the bowl shaft with taper locks of 416 stainless steel. e. Pumps 6" and larger shall be fitted with replaceable wear rings of bronze, SAE660, in the motor adapter and intermediate bowls. Wear rings shall have the minimum practical clearance to the mating cylindrical surface of the impeller to provide adequate sealing independent of vertical positioning of the impellers. f. The bowl shaft shall be constructed from ASTM A276 Type 316 stainless steel. It shall be precision turned, ground and polished and shall be supported by water lubricated SAE660 bronze bearings, or fluted rubber bearings. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 5 j 09/07 ' g. The motor coupling shall be of stainless steel and shall conform to NEMA specifications and be capable of transmitting the total torque and total thrust of the bowl assembly in either direction of rotation. h. The pump shall be equipped with a check valve immediately above the pumping unit. C. Column Pipe 1. The column pipe shall be Certa-Lok Polyvinyl Chloride (PVC) pipe. Inside diameter of the pipe shall be such that the head losses shall not be over 5 feet per 100 feet of pipe. Pipe shall be connected with a spine -lock mechanical joining system. D. Submersible Cable 1. Pump cable shall be sized to limit the voltage drop to no more than 5%. Three separate conductors and a ground and shall be included in a single continuous jacketed assembly. 2. The insulation shall be water and oil resistant, and suitable for continuous immersion. The cable should be the length of the column pipe plus 25 feet to extend from the well plate to the pump electrical controller. The cable should be adequately secured to the column pipe by plastic ties, or other nonmetallic means, at 10-foot intervals. E. Submersible Surface Plate 1. The surface plate shall be of fabricated steel. It shall support the total weight of the motor, bowl assembly, column pipe, cable and column of water. The cable outlet shall have a cable seal of adequate size to accommodate the cable size. Threaded vent and drawdown holes shall be provided. F. Submersible Electric Motor 1. The motor shall be a heavy-duty wet wound of NEMA design for 4", 6" and 8" motors. The motor shall be capable of continuous operation under water at the specified conditions outlined herein. A suitable thrust bearing shall be incorporated in the. lower end of the motor adequate to receive the entire hydraulic thrust load of the pump unit plus the weight of the rotating parts regardless of the direction of rotation. The motor shall have a 1.15 service factor. The thrust bearing shall have sufficient capacity to permit the pump to operate for short periods with the discharge valve closed. a. Electrical Operation 1) 480 Volts. 2) 3 Phase. 3) 60 Cycle. 4) Horsepower specified on Drawing C-102. 2. The motor leads shall be protected against the pump end with a type 304 stainless steel cable guard held in place with stainless steel banding. As the motor lead exit the top of the cable guard, it shall be properly protected to prevent damaging or cutting the lead by the cable guard material. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 6 09/07 PART 3 - EXECUTION 3.1 WELL CONSTRUCTION A. General Requirements 1. The Contractor shall provide the necessary slush pits and drainage ditches. Slush pits and drainage ditches shall be excavated as required and, after completion of the well, the slush pits and drainage ditches shall be filled and all sand, muck and other unsuitable materials shall be removed from the site and entire area regarded to approximately its original condition. Slush pits shall be located to cause the minimum damage to the adjacent area. B. Drilling 1. Drilling shall be done with drilling rig rotary equipment. The execution of the work shall be by competent workmen and performed under the direct supervision of an experienced well driller. Casing pipe, well screens, and joint couplings shall be of compatible materials throughout the well. The well shall be a gravel pack well developed in the water -bearing stratum. The well shall be drilled straight, plumb and circular from top to bottom within the limits specified. The plumbness of the well shall be such that the variation form truly vertical does not vary more than one degree at any point being tested. If the data obtained in caging the well indicates that there are any bends, kinks or corkscrews in the well, to such an extent that in the opinion of the Engineer, they would be detrimental to the operation of the pumping equipment, the alignment shall be checked by lowering a section of pipe 40 feet long into the well. The outside diameter of the pipe shall not be more than 3/4" smaller than the inside diameter of the casing being tested. The 40 foot length of pipe when lowered into the casing shall move freely through the entire length of the casing. Should the alignment or plumbness of the casing fail to meet the above requirements, the alignment and plumbness shall be corrected by the Contractor at his own expense. The Contractor shall make such checks of the hole while drilling is in progress as he may deem necessary to maintain the proper alignment and plumbness of the hole. In order to determine the plumbness and alignment of the well, the Contractor shall furnish the necessary equipment for caging the well, and if necessary the 40-foot length of pipe for checking alignment. As soon as the well casing has been set, the well shall be caged by the Contractor and the caging data recorded by the Contractor. Immediately after completion of the drilling, the well will be cased, gravel packed, developed and tested as specified herein. C. Setting Screen and Casing 1. The well screen and casing shall be lowered into the hole by a method which will allow for control of the rate of fall of the well screen and casing at all times. Well screen and casing shall not be dropped or allowed to fall uncontrolled into the hole. The casing shall extend a minimum of 18 inches above the ground surface. Approved centering devices shall be installed at spacing of 120 degrees prior to setting the screen and casing at intervals not exceeding 25 feet along the length of the casing. D. Gravel Feed Pipe 1. A permanent 3-inch gravel feed pipe shall be installed with the casing as shown on the plans. Contractor will assure gravel feed pipe is clear and open. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 7 09/07 E. Construction of Gravel Pack 1. After the screen and casing have been concentrically set in the hole, the approved gravel pack shall be constructed around the screen by filing the entire space between the screen and the wall of the hole in the water -bearing stratum with filter gravel. Gravel conductor pipe having an inside nominal diameter of not less than 2-1/2 inches shall be lowered to the bottom of the well between the hole and screen. Gravel conductor pipe shall be arranged and connected at the surface of the ground to water pumping and graveling equipment so that water and gravel fed at uniform rates are discharged as the gravel fills the hole from the bottom up. The gravel and water conductor shall be raised at a rate that will keep the bottom of the pipe between 3 feet above the gravel level at all times. If the Contractor desires to use methods of placing gravel other than those specified, he shall submit for approval details of the method and equipment proposed before gravel placing is begun. However, dumping filter gravel form the surface of the ground and agitating the well in an effort to settle the filter will not be allowed. The gravel pack shall be installed continuously and without interruption until the gravel has been placed tot eh bottom of cementing. Additional gravel shall be chlorinated and added to the well during the bailing and test pumping operations. Gravel shall be added into the annular space between the drilled hole and casing while the bailing and pumping is in operation and the level of the gravel shall be kept to within 2 feet of the top of the shallowest formation at all times. After bailing and test pumping operations, sand shall be placed into the space between the hole and the inner casing to provide a two foot sand pack above the gravel. F. Grouting 1. Grout material shall be placed by a positive -displacement method, after water or other drilling fluid has been circulated in the annular space sufficient to clear obstructions. Grout shall be injected in the annular space between the inner casing and either the outer casing or the borehole. The grout pipe shall extend from the surface to the bottom of the zone to be grouted. Grout shall be placed, from bottom to top, in one continuous operation. The grout pipe may be slowly raised as the grout is placed, but the discharge end of the grout pipe shall be submerged in the emplaced grout at all times until grouting is -- completed. The grout pipe shall be maintained full, to the surface, at all times until grouting is completed in the entire specified zone. In the event that grouting operations are interrupted for any reason, the bottom of the pipe shall be raised above the grout level and shall not be resubmerged until air and water have been displaced from the grout pipe and the pipe has been flushed clean with clear water. 3.2 WELL DEVELOPMENT TESTING A. The Contractor shall furnish and install an approved temporary test pump, with discharge piping of sufficient size and length, to conduct the water being pumped to point of discharge, and equipment necessary for measuring the rate of flow and water level of the well. The bottom of the suction pipe will be within five feet of the bottom of the well. B. Immediately after the casing has been set, the well shall be thoroughly cleaned to the bottom of the hole by bailing; the bailing shall continue until all slush and sand have been removed from the well and the water formations have been cleaned as much as possible by this method. The amount of bailing time shall be determined by the Engineer. Bailing shall be done with a special bailing rig (not the drilling rig). 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 8 09/07 1. The bailing rig shall be equipped with a bailer with the following dimensions: a. Diameter: S inches. b. Length: 25 feet. 2. The bailing rig shall have sufficient power to withdraw the loaded bailer from the well at a minimum speed of approximately 400 feet per minute. C. After the well has been cleaned and developed by bailing as specified above, the well shall be further developed and tested as specified below. D. The Contractor will supply method of determining the water level in the well during testing operations and subject to approval by the Engineer. An orifice and manometer shall be provided by the Contractor on the discharge pipe for measuring the rate of flow. The orifice and manometer shall be approved by the Engineer before installation. E. After the pump has been set, the well shall be washed, surged, and developed until the water is clear of turbidity. It shall be pumped at varying rates as directed by the Engineer and after the initial developing period, records of drawdown and discharge shall be kept. 1. The developing and testing will follow this approximate schedule: Testing Period (variable pumping rates) 6 hours. Capacity/Drawdown Period (fixed pumping rate) 30 hours TOTAL 36 hours However, the schedule may be varied and pumping shall be done as directed by the Engineer. No payment will be made for time during any enforced shutdown period and the capacity/test (fixed pumping rate) period shall be continuous except that, if necessary, one enforced shutdown period of not over 2 hours may occur and the pumping continued for the remainder of the period. If an enforced shutdown of more than 2 hours should occur during this period, the pumping period must start over again and the time from the beginning of the period to the time of the shutdown shall be at the Contractor's expense. No deduction from pumping time will be made for shutdowns ordered by the Engineer where the crew is kept on the job. F. Records kept during the testing period (varying pumping rates) shall consist of time of observation, rate of discharge and depth of water surface with observations made only as required by changes in pumping conditions. During the capacity/drawdown (fixed pumping rate) period, the data noted above shall be observed at least each half hour, and more often at the beginning of the period or when changing conditions require. These records shall be kept by the Contractor as directed by the Engineer. G. The Contractor shall provide all necessary ditches for carrying the water away from the well during the drilling, developing and testing at his own expense. Any right-of-way required for such ditches shall be obtained by the Owner. H. If, at the end of the development period specified, the well is continuing to pump sand to the extent that the water contains more than one ounce of sand per 1,000 gallons, the Owner may exercise the option of accepting the development or order the contractor to continue pumping, surging and developing the well, or remove the pump and provide further cleaning and developing with the bailing rig. I. When the permanent well has been completed, the Contractor shall secure samples of the water in suitable containers, and of sufficient quantity, to have bacterial, physical, and chemical analyses made by a recognized Texas Department of Health approved testing laboratory. Expenses incident to these analyses shall be borne by the Contractor and the results of the analyses shall be furnished to the Engineer. All sampling and analyses shall be performed using Texas Department of Health approved methods, procedures, and holding times. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 9 09/07 __ 3.3 INSTALLATION OF PUMPING UNIT A. The Contractor shall install the pump and motor. The pump and motor shall be installed in accordance with the manufacturer's instructions and under the supervision of a representative of the company furnishing the equipment. All electrical, starter and power connections will be done by others. The Contractor and Representative will return to project site for pump start-up. B. After the equipment has been installed, it shall be checked for proper operation. As soon thereafter as possible, the Contractor will test the equipment for compliance with the guaranteed head, capacity and efficiency. As soon as the equipment has satisfactorily met the guarantee as to head, capacity and efficiency, final payment will be made. C. If it develops that the well has filled in or sanded between the time of completion of the developing and testing of the well and the time of installation of the permanent pumping equipment, it shall be the Contractor's responsibility to clean the well to sufficient depth to allow a free setting of the new equipment. 3.4 DISINFECTING A. After installation of permanent pump, the well shall be disinfected by adding chlorine, conforming to AWWA B301, or hypochlorite, conforming to AWWA B300, in sufficient quantity that a concentration of at least 100 ppm of chlorine shall be obtained in all parts of the well. Chlorine solution shall be prepared and introduced into the well in an approved manner and shall remain in the well for period of at least 24 hours. Disinfection of well shall be in accordance with any method described in Sections Al thru A10 of AWWA A100. After the contract period, the well shall be pumped until the residual chlorine content is not greater than 1.0 ppm. The well shall be disinfected and redisinfected as may be required until three consecutive samples of water are found upon test to be free from Coli Acrogenes group of organisms. 3.5 CONCRETE SLAB WELLHEAD/FOUNDATION A. Concrete slab shall be constructed so as to prohibit the infiltration of surface water or precipitation into the well. The slab shall be as detailed by the drawings and constructed of reinforced concrete. Concrete shall be made from Portland cement described in Section 03300. The top of pump foundation shall be given a smooth, neat finish and slope to drain away from well at not less than 0.25 inches per foot. Sides of foundation shall be rubbed to give a neat and uniform appearance. The top of the casing shall extend to the top of the slab. 3.6 SEALING A. Wellhead and pump shall be sealed by a gasket or sealing compound and properly vented with a ke-mesh or finer corrosion resistant screen. 3.7 WELL COMPLETION BOOKLET A. Provide a well completion booklet to the Engineer for review after completion and before final payment containing a minimum of the following: 1. Driller's Log. 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 10 09/07 2. Cementing Certificate. 3. Pump Test Results. 4. Microbiological Analysis Result. 5. Physical and Chemical Analysis Results. 3.8 CLEANUP A. Upon completion of the well construction and other incidentals, all debris and surplus materials resulting from the work shall be removed from the jobsite. END OF SECTION 01274905 MUNICIPAL GROUNDWATER WELL 02670 - 11 09/07 SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.1 SECTION INCLUDES A. Formwork for cast -in place concrete sealing block. B. Form stripping. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.3 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. 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 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 Submit under provisions of Section 01300. 1.7 QUALITY ASSURANCE Perform Work in accordance with ACI 347. 1.8 DELIVERY, STORAGE, AND HANDLING Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.9 COORDINATION A. Coordinate work under provisions of Section 01040. 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. 01274905 CONCRETE FORMWORK 03100 - 1 09/07 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 Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete or absorb moisture. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. PART 3 - EXECUTION 3.1 EXAMINATION Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 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. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on all exposed comers. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. 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. 01274905 09/07 CONCRETE FORMWORK 03100 - 2 1 i_ 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 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 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. 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. END OF SECTION 01274905 CONCRETE FORMWORK 03100 - 3 09/07 SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1.1 SECTION INCLUDES Reinforcing steel bars, 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. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSUASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSUASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSUAWS D1.4 - Structural Welding Code for Reinforcing Steel. G. ANSUAWS D12.1 - Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submit under provisions of Section 0 13 00. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. 1.6 COORDINATION Coordinate with placement of formwork, formed openings and other Work. 01274905 CONCRETE REINFORCEMENT 03200 - 1 09/07 PART2-PRODUCTS 2.1 REINFORCEMENT A. General: Metal reinforcements shall conform to the requirements of the following: B. Bar Reinforcement 1. "Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement," ASTM Designation A615, Grade 60. All bars shall be deformed bars unless otherwise noted. Plain bars shall conform to requirements of ASTM Designation A306, Grade 60. 2. All reinforcement shall be permanently marked with grade identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee of grade and compliance with these specifications. Reinforcement stored on the site shall be protected from accumulations of grease, mud or other foreign matter and from rust producing conditions. Bars shall be free from rust, scale, oil, mud or structural defects when incorporated in the structures. C. Mesh Reinforcement Mesh reinforcing shall conform to the requirements of ASTM Designation A 185. The spacing and wive gauge shall be as shown on the plans. All mesh reinforcement shall be supplied in sheets only, not rolls. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: 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. Weld reinforcement when approved by the Engineer in accordance with ANSI/AWS D1.4. C. 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 24 bar diameters. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Accommodate placement of formed openings. C. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL Field inspection will be performed under provisions of Section 01400. END OF SECTION 01274905 CONCRETE REINFORCEMENT 03200 - 2 09/07 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete sealing block. B. Slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work. D. Equipment pads. 1.2 RELATED SECTIONS A. Section 16000 - Electrical General Provisions: Electrical items for casting into concrete. 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. ASTM C33 - Concrete Aggregates. G. ASTM C94 - Ready -Mixed Concrete. H. ASTM C150 - Portland Cement. 1. ASTM C260 - Air Entraining Admixtures for Concrete. J. ASTM C494 - Chemicals Admixtures for Concrete. K. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data admixtures and cement types to be used. 1.5 QUALITY ASSURANCE A. Acquire cement and aggregate from same source for all work. B. Conform to ACI 305R when concreting during hot weather. C. Conform to ACI 306R when concreting during cold weather. 1.6 COORDINATION A. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. 01274905 CAST -IN -PLACE CONCRETE 03300 - 1 09/07 PART2-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 approved by the Engineer. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type A - Water Reducing; Type B - Retarding; Type C - Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and Accelerating admixture. C. Fly Ash: ASTM C618, but flyash content shall not be used to reduce cement content. 2.3 ACCESSORIES A. Vapor Barrier: 6 mil thick clear polyethylene film, type recommended for below grade application. B. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. C. Epoxy Mortar Liner: 100% solids, three component system, equal to FOSROC Epoxy Liner. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751; Asphalt impregnated fiberboard or felt, 1/2 inch thick. B. Construction Joint Devices: Integral galvanized steel; formed to tongue and groove profile, knockout holes spaced at 6 inches, ribbed steel spikes with tongue to fit top screed edge. 2.5 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 (28 days): 3,000 psi. 2. Slump: 1 to 4 inches. 3. Minimum Water/Cement Ratio: 5 sacks/yard. D. Use fly ash only when approved by Engineer. E. Use set retarding admixtures during hot weather only when approved by Engineer. F. Add air entraining agent to normal weight concrete mix for work exposed to exterior. Air entrainment to be 4 percent to 6 percent. 01274905 CAST -IN -PLACE CONCRETE 03300 - 2 09/07 PART 3-EXECUTION 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. B. Verify that anchors, seats, plates, 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 ground surface to receive concrete. Surface shall be free of debris and shall be cut to proper grade. 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, inserts, embedded parts, formed joint fillers are not disturbed during concrete placement. D. Place concrete continuously between predetermined expansion, control, and construction joints. E. Do not interrupt successive placement; do not permit cold joints to occur. F. Screed slabs on grade level. Slab shall slope away from sealing block at'/4 inch per foot. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish as Scheduled in this Section. B. Finish concrete surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. D. Where shown on the drawings, trowel epoxy liner on all surfaces indicated to 1/8" minimum and 3/4" maximum thickness, and in accordance with manufacturer's instructions. 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. C. Cure surfaces in accordance with ACI 308. D. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing compound complying with ASTM C309, Type I, Class A. Moisture loss not more than 1.0 lb/sq. yd. when applied at 200 sq. ft./gal. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301. 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. 01274905 CAST -IN -PLACE CONCRETE 03300 - 3 09/07 3.7 3.8 3.9 D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. E. Three concrete test cylinders will be taken for every 100 or less cu yds of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 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. DEFECTIVE CONCRETE 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. SCHEDULE - CONCRETE TYPES AND FINISHES A. All Structures: 3,000 psi 28 day concrete, Type U cement, rubbed finish. END OF SECTION 01274905 CAST -IN -PLACE CONCRETE 03300 - 4 09/07 APPENDIX I Test Hole Driller's Log WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley®fivearea.com Fax (806) 272-5522 andy@swaeothermal.com TX Lic. 2628W I TX Lic. 50676W I Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 13' 13.5" 102" 58' 45.7" Teat Hole #263-#4 Drilled on 12/29/2006 Hole Size: 4.5" LOG: SAND 0 - 5 Loose Sand 5 - 22 Caliche 22 - 35 Sandy Clay 35 - 45 Sandstone, Sand 45 - 60 Sandstone Streaks, Sandy Clay 60 - 80 Sandstone Streaks, Sandy Clay, Coarse Sand Streaks 80 - 90 Sandstone Streaks, Sandy Clay 7' 90 - 100 Sandstone Streaks, Sandy Clay 8' 100 - 110 Sandstone Streaks, Sandy Clay 8' 110 - 120 Sandstone Streaks, Loose Sand* 8' 120 - 130 Loose Sand* 130 - 140 Loose Sand* 140 - 150 Loose Sand* 150 - 160 Loose Sand* 160 - 170 6' Clay - 4' Sand, Gravel 4' 170 - 180 Sand, Gravel, Clay 4' 180 - 190 Clay, Red Bed *Too fine to sample WILSON DRILLING co. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley@fivearea.com Fax (806) 272-5522 andy@swgeothermal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 13' 10.8" 1020 57' 58.8" Teat Hole #262-#5 Drilled on 12/29/2006 Hole Size: 4.5" LOG: SAND 0 - 8 Sand 8 - 23 Caliche 23 - 80 Sandy Clay 80 - 90 Sandy Clay 90 - 100 Sandy Clay 100 - 110 Sandy Clay, Sandstone 5' 110 - 120 Sandstone, Sandy Clay 4' 120 - 130 Sandstone Streaks, Sandy Clay 8' 130 - 140 Sandy Clay, Loose Sand* 140 - 150 Loose Sand, Sandstone Streaks 7' 150 - 160 Loose Sand* 10, 160 - 170 Loose Sand* 10, 170 - 180 2' Loose Sand, 5' Clay, 3' Gravel 5' 180 - 190 Sand, Gravel, Clay 5' 190 - 200 Clay, Sand, Gravel 2' 200 - 210 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box405 Muleshoe, TX 79347 Phone (806) 272-5521 stanlev@fivearea.com Fax (806) 272-5522 andv@swoeothermal.com TX Lic. 2628W I TX Lic. 50676W I Bailey County Sandhills Well Field Test Hales RFP #06-724-BM Contract #7181 340 10' 06.6" 1020 54' 34.2" Teat Hole #245-#14 Drilled on O1/04/07 Hole size: 4.5" LOG : SAND 0 - 6 Sand 6 - 12 Caliche 12 - 25 Coarse Sand 25 - 60 Sandy Clay, Sand 60 - 70 Loose Sand, Sandstone Streaks 9' 70 - 80 Loose Sand, Sandstone Streaks* 8' 80 - 90 Loose Sand, Sandstone Streaks* 8' 90 - 100 Loose Sand, Sandy Clay* 5' 100 - 110 Loose Sand, Sandy Clay, Sandstone Streaks* 5' 110 - 120 Loose Sand, Sandy Clay* 3' 120 - 130 Loose Sand, Sandy Clay* 5' 130 - 140 Loose Sand, Sandy Clay* 5' 140 - 150 Clay, Sandy Clay 150 - 160 Clay, Sandy Clay 160 - 170 Loose Sand, Sandy Clay* 7' 170 -- 180 Loose Sand, Sandy Clay* 7' 180 - 190 Clay, Sandy Clay, Loose Sand* 6' 190 - 200 Loose Sand, Gravel, Clay Streaks 8' 200 - 210 Loose Sand, Gravel, Clay Streaks 8' 210 - 220 Loose Sand, Gravel, Clay, Red Bed 3' 220 - 225 Red Bed *Too fine to sample i WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanlev@fivearea.com Fax (806) 272-5522 andy@swgeothermal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 12' 25.9" 1030 02' 21.9" Test Hole #270--#1 Drilled on 12/27/2006 Hole Size: 4.5" LOG: SAND 0 - 10 Loose Sand 10 - 23 Sandy Clay 23 - 40 Caliche 40 - 58 Sandstone 58 - 70 Loose Sand 70 - 80 Sandstone 80 - 90 Loose Sand 90 - 100 Loose Sand 100 - 110 Sandstone 110 - 120 Loose Sand & Sandstone Streaks* 8' 120 - 130 Loose Sand* 10, 130 - 140 Loose Sand* 10' 140 - 160 Loose Sand* 10, 160 - 170 Clay Streaks, Loose Sand, Small Gravel 8' (169-170 was tight) 170 - 180 Top 5' Sand & Gravel Bottom 5' Clay 5' 180 - 190 Clay, Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley@fivearea.com Fax (806) 272-5522 andy@swgeothermal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 13' 19.0" 1020 57' 03.6" Test Hole #H6-#7 Drilled on 01/02/07 Hole Size: 4.5" LOG: SAND 0 - 3 Top Soil (Sand) 3 - 25 Caliche 25 - 45 Sand, Sandy Clay 45 - 80 Loose Sand, Sandstone Streaks 80 - 90 Sandstone Streaks, Loose Sand* 8' 90 - 100 Sandstone Streaks, Loose Sand* 8' 100 - 110 Sandstone, Loose Sand, Sandy Clay Streaks* 5' 110 - 120 Loose Sand, Sandy Clay Streaks* 8' 120 - 130 Loose Sand* 130 - 140 Loose Sand, Sandstone Streaks 8' 140 - 150 Loose Sand, Sandstone Streaks* 8' 150 - 160 Loose Sand, Clay, Gravel 5' 160 - 170 Sand, Gravel, Clay 7' 170 - 180 Loose Sand, Small Gravel 180 - 190 Loose Sand, Small Gravel, Clay Streaks 190 - 200 Clay, Sand, Gravel Streaks 5' 200 - 210 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley@fivearea.com Fax (806) 272-5522 andy@swgeothermal.com TX Lic. 2628W I TX Lic. 50676W I Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 12' 30.3" 102" 58' 56.2" Test Hole #269-#2 Drilled on 12/28/2006 Hole Size: 4.SH = SAND 0 - 10 Sand 10 - 20 Caliche, Sandy Clay 20 - 40 Coarse Sand 40 - 60 Loose Sand, Sandy Clay 60 - 80 Sandstone, Sandy Clay 80 - 90 Sandstone, Sand 90 - 100 Loose Sand, Sandstone Streaks* 8' 100 - 110 Sandstone Streaks, Sandy Clay Streaks, 5' Loose Sand 110 - 120 Sandstone Streaks, Sandy Clay Streaks, 5' Loose Sand* 120 - 130 Sandstone, Loose Sand* 6' 130 - 140 Sandstone Streaks, Loose Sand* 8' 140 - 150 Loose Sand* 10, 150 - 160 Loose Sand, Sandstone* 5' 160 - 170 Loose Sand* 170 - 180 Loose Sand* 180 - 190 Loose Sand* 190 - 200 Loose Sand* 200 - 210 Loose Sand, Clay* 7' 210 - 220 Loose Sand, Clay Streaks, Gravel* 8' 220 - 230 Clay, Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley®fivearea.com Fax (806) 272-5522 andY@swpeothermal.com TX Lic. 2628W I TX Lic. 50676W I Bailey County Sandhills Well Field Test Holes RFP #06-724-13M Contract #7181 340 12' 39.0" 1020 56' 09.0" Test Hole #260-#10 Drilled on 12/29/06 Hole Size: 4.50 LOG: SAND 0 - 1 Top Soil 1 - 15 Sand 15 - 50 Sand, Caliche 50 - 80 Sand, Sandstone, Sandy Clay 80 - 90 Sand, Sandstone 8' 90 - 100 Sand, Sandstone, Sandy Clay 71 100 - 110 Sand, Sandstone* 10, 110 - 120 Sand, Sandstone 10, 120 --130 Sand, Sandstone 10, 130 - 140 Sand, Sandstone 10, 140 - 150 Sand, Sandstone 10, 150 - 160 Sand, Sandstone, Sandy Clay 8' 160 - 170 Sand, Sandstone, Sandy Clay 9' 170 - 180 Sand, Sandstone, Sandy Clay 8' 180 - 190 Sand, Gravel, Start of Red Bed 8' 190 - 200 Red Bed *Too fine to sample l WILSON DRILLING CO. P.O. Box405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley@fivearea.com Fax (806) 272-5522 andy@swqeothermal.com-- TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhilis Well Field Test Holes RFP #06-724-BM Contract #7181 340 10' 45.0" 102° 44' 02.1" Teat Role #213-#17 Drilled on 01/05/07 Kole Size: 4.5" LOG: SAND 0 - 10 Sand 10 - 50 Sand, Sandy Clay 50 - 70 Sandstone, Sandy Clay 70 - 80 Sandstone, Sandy Clay 80 - 90 Sandstone, Sandy Clay 90 -.100 Sandy Clay, Loose Sand* 5' 100 - 110 Loose Sand, Sandy Clay Streaks* 8' 110 - 120 Loose Sand, Sandy Clay Streaks* 8' 120 - 130 Loose Sand, Sandy Clay Streaks* 5' 130 - 140 Loose Sand, Sandstone Streaks, Sandy Clay* 5' 140 - 150 Rock Streaks, Sandy Clay 150 - 160 Sandy Clay, Sandstone Streaks 160 - 170 Sandy Clay 170 - 180 Sandy Clay, Gravel 3' 180 - 190 Sandy Clay 190 - 200 Clay 200 - 210 Clay 210 - 220 Clay, Sandy Clay, Traces of Gravel 3' 220 - 230 Sandy Clay, Gravel Streaks, Clay 3' 230 - 238 Clay, Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley@tivearea.com Fax (806) 272-5522 andy@swoeothermal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 12' 47.4" 1020 54' 56.3" Teat Hole #258-#12 Drilled on 01/03/07 Hole Size: 4.50 LOG: SAND 0 - 2 Top Soil 2 - 20 Caliche 20 - 60 Sandy Clay 60 - 90 Sandy Clay, Coarse Sand 90 - 100 Sandy Clay, Loose Sand* 5' 100 - 110 Sandy Clay, Sandstone Streaks, Loose Sand* 5' 110 - 120 Loose Sand* 120 - 130 Loose Sand* 130 - 140 Loose Sand, Sandstone Streaks, Sandy Clay 6' 140 - 150 Sandstone, Loose Sand* 5' 150 - 160 Loose Sand, Sandstone Streaks* 8' 160 - 170 Loose Sand, Sandstone Streaks* 9' 170 - 180 Loose Sand, Sandy Clay 5' 180 - 190 Sand, Gravel, Clay 8' 190 - 200 Sand, Gravel, Clay 5' 200 - 210 Clay, 2' Gravel on Bottom 2' 210 - 218 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box405 Muleshoe, TX 79347 Phone (806) 272-5521 stanlev@fivearea.com Fax (806) 272-5522 andy@swqeoth6rmal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 09' 15.7" 1020 41' 31.9" Teat Hole #188-#21 Drilled on 01/05/07 Hole Size: 4.5" LOG: 0 - 3 Sand 3 - 60 Sandy Clay, Coarse Sand 60 - 80 Sandstone, Sandy Clay 80 - 110 Sandy Clay Streaks, Loose Sand 110 - 120 Sandy Clay Streaks, Loose Sand* 120 - 130 Sandy Clay Loose Sand* 130 - 140 Sandstone, Loose,Sand* 140 - 150 Sandy Clay, Sandstone Streaks 150 - 160 Sandy Clay, Sandstone Streaks 160 - 170 Sandy Clay, Gravel 170 - 180 Sand, Gravel, Clay Streaks 180 - 190 Sand, Gravel 190 - 200 Sandy Clay, Coarse Sand 200 - 210 Sandy Clay, Coarse Sand, Clay 210 - 220 Sandy Clay 220 - 230 Sandy Clay 230 - 240 Sandy Clay, Clay, Red Bed 240 - 250 Red Bed *Too fine to sample SAND 7' 5' 8' 5' 7' WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley@fivearea.com Fax (806) 272-5522 andy@wgeothermal.com TX Lie. 2628WI TX Lie. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 12' 47.3" 1020 55' 29.0" Test Hole #259-#11 Drilled on 01/03/07 Hole Size: 4.5^ LOG: SAND 0 - 2 Top Soil 2 - 25 Caliche 25 - 80 Sandy Clay, Sand Streaks 80 - 90 Sandy Clay, Loose Sand Streaks* 5' 90 - 100 Sandy Clay, Loose Sand* 5' 100 - 110 Loose Sand* 10, 110 - 120 Loose Sand* 10, 120 - 130 Loose Sand* 10, 130 - 140 Loose Sand* 10' 140 - 150 Loose Sand* 10, 150 - 160 Loose Sand* 10, 160 - 170 Loose Sand* 10, 170 - 180 Sandstone Streaks, Coarse Sand, & Sandy 10, Clay Streaks 180 - 190 Clay, Sand, Gravel 8' 190 - 200 Clay, Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley0fivearea.com Fax (806) 272-5522 andy®swgeothermal.com TX Lic. 2628W I TX Lic. 50676W I Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 09' 33.4" 1020 41' 26.3" Test Hole #189-#22 Drilled on 01/05/07 Hole size: 4.5" LOG: SAND 0 - 1 Top Soil 1 - 83 Sand, Sandy Clay 83 - 100 Sand, Sandstone, Sandy Clay* 8' 100 - 110 Sand, Sandstone, Sandy Clay* 6' 110 - 120 Sand, Sandstone, Sandy Clay* 71 120 - 130 Sand, Sandstone, Sandy Clay* 5' 130 - 140 Sand, Sandstone, Sandy Clay* 4' 140 - 150 Sand, Sandstone, Sandy Clay* 7' 150 - 160 Sand, Sandstone, Sandy Clay* 8' 160 - 170 Sand, Sandstone, Sandy Clay 5' 170 - 180 Sand, Sandstone, Sandy Clay 5' 180 - 190 Sand, Gravel, Sandy Clay* 71 190 - 200 Sand, Gravel, Sandy Clay* 6' 200 - 210 Sand, Gravel, Sandy Clay* 9' 210 - 220 Sand, Gravel, Sandy Clay* 71 220 - 230 Sand, Gravel, Sandy Clay* 8' 230 - 240 Sand, Gravel, Sandy Clay* 71 240 - 250 Sand, Gravel, Sandy Clay* 7' 250 - 260 Sand, Gravel, Sandy Clay* 5' 260 - 270 Sand, Gravel, Start of Red Bed 3' 270 - 280 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanlev@fivearea.com Fax (806) 272-5522 andy@swgeothermal.com TX Lic. 2628W 1 TX Lic. 50676W 1 Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 08' 52.6" 1020 37' 32.9" Test Hole #173-#25 Drilled on 01/08/07 Hole Size: 4.5" LOG: SAND 0 - 1 Top Soil 1 - 100 Sand, Sandy Clay 100, 100 - 120 Loose Sand, Sandstone Streaks 20, 120 - 130 Sand, Sandy Clay* 10, 130 - 140 Sand, Sandy Clay* 10, 140 - 150 Loose Sand, Sandy Clay* 10, 150 - 160 Loose Sand, Sandy Clay* 10, 160 - 170 Loose Sand, Sandy Clay* 10, 170 - 180 Fine Loose Sandstone Streaks, Sandy Clay 10, 180 - 190 Sand, Sandy Clay 10, 190 - 200 Sand, Sandy Clay 10, 200 - 210 Sand, Sandy Clay, Sandstone Streaks 10, 210 - 220 Sand, Sandy Clay, Sandstone Streaks 10, 220 - 230 Sand, Sandy Clay, Sandstone Streaks, Gravel 10' 230 - 235 Sand, Gravel, Start of Red Bed 5' 235 - 240 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272.5521 stanley@fivearea.com Fax (806) 272-5522 andy@swgeothermal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 12' 51.7" 1020 57' 06. t" Test Hole #261-#6 Drilled on 01/03/07 Hole Size: 4.5" LOG: SAND 0 - 1 Top Soil 1 - 17 Caliche 17 - 40 Coarse Sand 40 - 52 Sandy Clay 52 - 53 Rock 53 - 60 Sandy Clay 60 - 80 Sandy Clay, Loose Sand 80 - 90 Sandy Clay, Sandstone Streaks 90 - 100 Sandy Clay, Loose Sand* 4' 100 - 110 Loose Sand, Sandstone Streaks* 8' 110 - 120 Sandy Clay, Sandstone Streaks, Loose Sand* 5' 120 - 130 Sandy Clay, Sandstone, Loose Sand* 5' 130 - 140 Sandy Clay, Sandstone, Loose Sand* 140 - 150 Loose Sand* 10, 150 - 160 Loose Sand, Sandstone Streaks* 9' 160 - 170 Loose Sand, Clay, Sandstone Streaks 5' 170 - 180 Loose Sand, Gravel, Clay 7' 180 - 190 Sand, Gravel, Clay 4' 190 - 195 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanlev@fivearea.com Fax (806) 272-5522 andy@swoeothermal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 13' 04.4" 1020 56' 13.8" Teat Bole #B5-#9 Drilled on 01/02/07 Hole Size: 4.5" LOG: SAND 0 - 5 Sand 5 - 8 Sandy Clay 8 - 20 Caliche 20 - 40 Sandstone Streaks, Sand, Sandy Clay 40 - 80 Sandy Clay 80 - 90 Sandy Clay 90 - 100 Sandy Clay 100 - 110 Sandy Clay 110 - 120 Sandstone, Sandy Clay, Loose Sand* 7' 120 -- 130 Sandy Clay Streaks, Loose Sand* 8' 130 - 140 Loose Sand* 140 - 150 Sandy Clay Streaks, Sandstone Streaks Loose 7' Sand* 150 - 160 Loose Sand* 160 - 170 Loose Sand, Sandstone, Sandy Clay Streaks 5' 170 - 180 Loose Sand, Sandstone, Sandy Clay* 5' 180 - 190 Loose Sand, Sandstone Streaks 7' 190 - 200 Clay, Sand, Gravel 5' 200 - 210 Sand, Gravel, (Clay, Red Bed) 5' 210 - 215 Red Bed *Too fine to sample r WILSON DRILLING CO. P.O. Box405 Muleshoe, TX 79347 j Phone (806) 272-5521 stanley@fivearea.com Fax (806) 272-5522 andv@swaeothermal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 09' 12.7" 102° 38' 01.1" Test Hole #169-#24 Drilled on 01/08/07 Sole size: 4.5" LOG: SAND 0 - 10 Loose Sand 10 - 60 Sandy Clay, Sand 60 - 110 Sandy Clay, Sandstone 110 - 120 Sandy Clay, Sandstone Streaks 120 - 130 Sandy Clay, Sandstone Streaks, 4' Loose Sand* 130 - 140 Sandy Clay, Sandstone Streaks, 4' Loose Sand* 140 - 150 Loose Sand, Sandy Clay* 5' 150 - 160 Loose Sand, Sandstone Streaks* 6' 160 - 170 Loose Sand, Sandstone Streaks* 71 170 - 180 Loose Sand* 180 - 190 Loose Sand, Sandstone Streaks* 8' 190 - 200 Loose Sand, Sandstone Streaks* 8' 200 - 210 Sandy Clay 220 - 230 Red -Blue Clay 230 - 240 Red -Blue Clay, Sandstone Streaks 240 - 250 Red -Blue Clay, Sandstone Streaks 250 - 258 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanlev®fivearea.com Fax (806) 272-5522 andy@swgeothermal.com TX Lic. 2628W1 TX Lic. 50676W1 Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 08' 27.5" 1020 42' 47.1" Test Hole #255-#18 Drilled on 01/06/07 Hole size: 4.5" LOG: SAND 0 - 30 Loose Sand 30 - 80 Sand, Sandy Clay 80 - 90 Sandstone, Sandy Clay 90 - 100 Sandy Clay, Sandstone Streaks 100 - 110 Sandstone Streaks, Loose Sand* 8' 110 - 120 Loose Sand, Sandstone Streaks* 9' 120 - 130 Sandstone Streaks, Sandy Clay 130 - 140 Sandstone Streaks, Sandy Clay 140 - 150 Sandstone Streaks, Sandy Clay 150 - 160 Sandstone Streaks, Sandy Clay 160 - 170 Hard Sandstone Streaks, Sandy Clay, Gravel 4' - 170 - 180 Sandy Clay, Gravel 5' 180 - 190 Gravel, Sandy Clay 3' 190 - 200 Sandy Clay 200 - 210 Sandy Clay, Loose Sand, Gravel 5' 210 - 220 Sandy Clay, Clay Streaks 220 - 230 Sandy Clay, Clay 230 - 240 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley@fivearea.com Fax (806) 272-5522 andv@swgeothermal.com - TX Lic. 2628W I TX Lic. 50676W I Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 12' 32.1" 1020 59' 45.7" Test Hole #B8-#S Drilled on 12/28/06 Hole Size: 4.5" LOG: SAND 0 - 2 Sand 2 - 12 Caliche 12 - 20 Sandy Clay 20 - 25 Caliche 25 - 40 Loose Sand 40 - 60 Loose Sand, Sandy Clay 60 - 70 Sandstone, Sandy Clay 70 - 80 Loose Sand, Sandstone Streaks 8' 80 - 90 Loose Sand, Sandstone* 5' 90 - 100 Loose Sand, Sandstone Streaks* 8' 100 - 110 Loose Sand* 110 - 120 Loose Sand, Sandstone Streaks* 9' 120 - 130 Loose Sand* 130 - 140 Loose Sand* 140 - 150 Loose Sand* 150 - 160 Loose Sand* 160 - 170 Loose Sand* 170 -- 180 Loose Sand* 180 - 190 Loose Sand* 190 - 200 Loose Sand* 200 - 210 Loose Sand, Sandy Clay* 5' 210 - 220 Loose Sand, Gravel, Clay Streaks 8' 220 - 230 Loose Sand, Gravel, Clay, Red Bed 1' *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanlev@fivearea.com Fax (806) 272-5522 andv@smeothermal.com TX Lic. 2628W I TX Lic. 50676W I Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 09' 33.6" 102" 36' 29.6" Test Hole #117-#26 Drilled on 01/08/07 Hole Sizes 4.50 LOG s SAND 0 - 5 Sand 5 - 40 Sandy Clay 40 - 100 Sandy Clay, Sandstone Streaks 100 - 110 Sandstone, Sandy Clay 110 - 120 Sandstone, Sandy Clay, Loose Sand* 5' 120 - 130 Sandy Clay, Sandstone Streaks 130 - 140 Sandy Clay, Sandstone, Loose Sand* 5' 140 - 150 Sandy Clay, Sandstone, Loose Sand* 5' --- 150 - 160 Sandy Clay, Sandstone, Loose Sand* 7' 160 - 170 Sandy Clay, Sandstone, Loose Sand* .5' 170 - 180 Sandy Clay, Sandstone, Loose Sand* 5' 180 - 190 Sandy Clay, Sandstone, Loose Sand* 7' 190 - 200 Sandy Clay, Sandstone 200 - 210 Sandy Clay, Traces of Gravel, Sand 4' 210 - 220 Sandy Clay, Gravel, Clay, Start of Red Bed 5' 220 - 230 Red Bed *Too fine to sample WILSON DRILLING CO. P.O. Box 405 Muleshoe, TX 79347 Phone (806) 272-5521 stanley@fivearea.com Fax (806) 272-5522 andy@swgeothermal.com TX Lic. 2628WI TX Lic. 50676WI Bailey County Sandhills Well Field Test Holes RFP #06-724-BM Contract #7181 340 08' 11.3" 1020 40' 47.1" Test Hole #185-#23 Drilled on 01/06/07 Hole Sizes 4.50 LOG: SAND 0 - 1 Top Soil 1 - 85 Sand, Sandy Clay, Sandstone 85 - 100 Sand, Sandstone, Sandy Clay 100 - 110 Sand, Sandstone, Sandy Clay* 6' 110 - 120 Sand, Sandstone, Sandy Clay* 8' 120 - 130 Sand, Sandstone, Sandy Clay* 6' 130 - 140 Sand, Sandstone, Sandy Clay* 5' 140 - 150 Sand, Sandstone, Sandy Clay* 9' 150 - 160 Sand, Sandstone, Sandy Clay* 9' 160 - 170 Sand, Sandy Clay 4' 170 - 180 Sand, Sandy Clay 3' 180 - 190 Sand, Sandy Clay, Gravel Traces 3' 190 - 200 Sand, Sandy Clay, Fine Gravel 3' 200 - 210 Sand, Sandy Clay, Gravel 3' 210 - 220 Sand, Sandy Clay, Gravel 5' 220 - 230 Sand, Sandy Clay, Gravel* 6' 230 - 240 Sand, Sandy Clay, Gravel* 6' 240 - 250 Sand, Sandy Clay, Gravel, Clay* 5' 250 - 260 Sand, Gravel, Start of Red Bed 1' 260 - 270 Red Bed *Too fine to sample APPENDIX II Test Hole Electronic Logs GEOPHYSICAL CORP. "..! 263R century-geo.com #4 OTHER SERVICES: WELL : 263R#4 NONE FIELD N34131 COUNTY BAILEY W102584 STATE TX LOCATION NA SECTION NA TOWNSHIP NA RANGE NA API NO. NA UNIQUE WELL ID. NA LOG MEASURED FROM: GL ELEVATION DF: NA DRL MEASURED FROM: GL ELEVATION GL: NA DEPTH DRILLER 190 BIT SIZE 4.75 LOG TOP 0.30 LOG BOTTOM 190.00 CASING OD NA CASING BOTTOM NA CASING TYPE NA BOREHOLE FLUID WATER RM TEMPERATURE NA MUD RES NA MUD WEIGHT N/A WITNESSED BY ANDY WILSON RECORDED BY JSKIPPER REMARKS 1 DRILLER FABIAN QUINTANA REMARKS 2 THANK YOU FOR USING CENTURY GEO FEET SP 00 MV loo GAMMA ' _.API-GR '"o 1 o !20 ,....... - <L ---t ;30 s - 40 —50 60 .70 RES i • o OHM t RES(64N) o OHM-M 5 RES(16N) 0 OHM-M i.. '��.w.b - • L.y.._m.�_ �S.-wmw,y-� Mwk. .. w....�.-... .�_-_—J i..-•. .......... .. O O O O N M 00 I- i�� L•.`�/�`' hJ�✓11 P�J�v .- `� '� i•J\-� j uM �.', !� - .� � l��f � ���'� •n l�� • ",. •� %"�Int% � • 1 I i L 190 API-GR 200 GAMMA lod mv SP FEET OHM-M I OHM-M RES(64N) OHM 150 RES TOOL CALIBRATION 263R 12/29/06 13:24 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME SENSOR STANDARD RESPONSE Jun28,06 11:47:00 GAMMA 0.000 [API-GR ] 2.00 [CPS] Jun28,06 11:47:00 GAMMA 283.000 [API-GR ] 250.00 [CPS] Jun28,06 11:13:28 RES(FL) 0.850 [OHM-M ] 6060.00 [CPS] Jun28,06 11:13:28 RES(FL) 39.200 [OHM-M ] 52151.00 [CPS] Aug22,06 10:32:54 SP 0.000 [MV ] 328448.00 [CPS] Aug22,06 10:32:54 SP 340.000 [MV ] 164371.00 (CPS] Aug22,06 10:33:02 RES(16N) 0.000 [OHM-M ] 5176.00 [CPS] Aug22,06 10:33:02 RES(16N) 1996,000 [OHM-M ] 427658.00 [CPS] Aug22,06 10:33:09 RES(64N) 0.000 [OHM-M ) 5259.00 [CPS] Aug22,06 10:33:09 RES(64N) 1990.000 [OHM-M ] 418868,00 [CPS] Jun28,06 07:17:19 TEMP 41.500 [DEG F ] 81397,00 [CPS] Jun28,06 07:17:19 TEMP 170.500 [DEG F ] 464349.00 [CPS] Aug22,06 10:33:15 RES 0.000 [OHM ] 5467.00 [CPS] Aug22,06 10:33:15 RES 988.000 [OHM J 164506.00 [CPS] GEOPHYSICACORP. 262 century-geo.com #5 COMPANY WILSON DRILLING OTHER SERVICES: WELL 262#5 NONE FIELD N341238 COUNTY BAILEY W1025fi0 STATE TX LOCATION NA SECTION NA TOWNSHIP NA RANGE NA API NO. NA UNIQUE WELL 10. NA PERMANENT DATUM GL ELEVATION KB: NA LOG MEASURED FROM: GL ELEVATION DF: NA DRL MEASURED FROM: GL ELEVATION GL: NA DATE 12/29/06 DEPTH DRILLER 210 BIT SIZE 4.75 LOG TOP 0.10 LOG BOTTOM 210.00 CASING OD NA CASING BOTTOM NA CASING TYPE NA BOREHOLE FLUID WATER RM TEMPERATURE NA MUD RES NA MUD WEIGHT NIA WITNESSED BY ANDY WILSON RECORDED BY JSKIPPER REMARKS 1 DRILLER FABIAN QUINTANA REMARKS 2 THANK YOU FOR USING CENTURY GEO ALL SERVICES PROVIDED SUBJECT TO STANDARD TERMS AND CONDITIONS i FEET RES 0 OHM 1 SP RES(64N) 00 MV lad 0 OHM-M 15A GAMMA RES(16N) API-GR 201 0 OHM-M 15 �- . i , 2 120 -40 �- -=.-- 170 �I � I ........ .... J......... .... .. ..... ... ...... IL. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . if - - - - - - -- - - - ... . . . . . . . . . ... . . 147 C) CD CD C) CD C) C) T" N co CD 0 U') Cc) T- T- fA 0 0 ti 00 )0 I API-GR GAMMA -1 go --200 20021 0 OHM-M' 15a RES(16N) Mv 10q 10 OHM-M 150 SP RES(64N) OHM 150 FEET RES TOOL CALIBRATION 262 12/29/06 17:50 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jun28,06 11:47:00 Jun28,06 11:47:00 Jun28,06 11:13:28 Jun28,06 11:13:28 Aug22,06 10:32:54 Aug22,06 10:32:54 Aug22,06 10:33:02 Aug22,06 10:33:02 Aug22,06 10:33:09 Aug22,06 10:33:09 Jun28,06 07:17:19 Jun28,06 07:17:19 Aug22,06 10:33:15 Aug22,06 10:33:15 SENSOR STANDARD GAMMA 0.000 [API-GR ] GAMMA 283.000 (API-GR ] RES(FL) 0.850 [OHM-M J RES(FL) 39.200 [OHM-M J SP 0.000 [MV ] SP 340.000 [MV j RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M J RES(64N) 1990,000 [OHM-M ] TEMP 41.500 [DEG F ] TEMP 170.500 [DEG F J RES 0.000 [OHM ] RES 988.000 [OHM ] RESPONSE 2.00 [CPS] 250.00 (CPS] 6060.00 [CPS] 52151.00 (CPS] 328448.00 [CPS] 164371.00 [CPS] 5176.00 [CPS] 427658.00 [CPS) 5259.00 [CPS] 418868.00 [CPS] 81397.00 [CPS] 464349.00 [CPS] 5467.00 [CPS] 164506.00 [CPS] I I i GEOPHYSICACORP. j century-geo.com 245N #14 WELL 245N#14 OTHER SERVICES: FIELD COUNTY BAILEY NONE STATE TEXAS LOCATION MULESHOE SECTION N/A TOWNSHIP N/A RANGE NIA API NO, WA UNIQUE WELL ID, N/A LOG MEASURED FROM: GL DRL MEASURED FROM: GL ELEVATION DF: NIA ELEVATION GL: NIA DEPTH DRILLER 225 BIT SIZE 4.75 LOG TOP -2.10 LOG BOTTOM 228.80 CASING OD NIA CASING BOTTOM NIA CASING TYPE :NIA BOREHOLE FLUID WATER RM TEMPERATURE NIA MUD RES NIA MUD WEIGHT 7.5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,10,06.6 REMARKS 2 W102,54,34.2 ALL SERVICES PROVIDED SUBJECT TO STANDARD FEET I SP - 00 MV 101 GAMMA API-GR 200 .mot 10 0 30 -- 0 4 - ' 50 RES 0 OHM 15q RES(64N) 0 OHM-M 15d RES(16N) p OHM-M ISO 77 .. .... .... ... C � N . i . . . , .. . . . , , . . . �I. +w V � V• fir, 1� 1!I -1 n I n�'i�'•i /N� �.�� � �� N�.� i,.� ...� . O V LO O� Allk i X . I 1 0 r API-GR 20d2 3 0 GAMMA I i 00 MV 10 SP - FEET L _ i , 1 f . 1 I�' , I I I • � , Tl- ..._L.- fl OHM-M ISO o OHM-M i RES(64N) o OHM ISO RES + TOOL CALIBRATION 245N 01/04/07 13:59 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME SENSOR STANDARD Jan03,07 21:34:01 GAMMA 0.000 [API-GR ] Jan03,07 21:34:01 GAMMA 283.000 [API-GR ] Jan03,07 21:34:52 RES(FL) 0.850 [OHM-M ] Jan03,07 21:34:52 RES(FL) 39.200 [OHM-M ] Jan03,07 21:35:51 SP 0.000 [MV ] Jan03,07 21:35:51 SP 340.000 [MV ] Jan03,07 21:36:41 RES(16N) 0.000 [OHM-M ] Jan03,07 21:36.41 RES(16N) 1996.000 [OHM-M ] Jan03,07 21:37:36 RES(64N) 0.000 [OHM-M ] Jan03,07 21:37:36 RES(64N) 1990.000 [OHM-M ) Jan03,07 21:38:37 TEMP 41.500 [DEG F ] Jan03,07 21:38:37 TEMP 170.500 [DEG F ] Jan03,07 21:39:24 RES 0.000 [OHM ] Jan03,07 21:39:24 RES 988.000 [OHM ] RESPONSE 3.00 [CPS] 253.00 [CPS] 6065.00 [CPS] 52147.00 [CPS] 328428.00 [CPS] 164375,00 [CPS] 5180.00 [CPS] 427665.00 [CPS] 5255.00 [CPS] 418875.00 [CPS] 81395.00 [CPS] 464353.00 [CPS] 5465.00 [CPS] 164510.00 [CPS] &tw-ll GEOPHYSICAL CORP. 270 century-geo.com #1 OTHER SERVICES: WELL 270#1 N341226 FIELD W1030218 COUNTY BAILEY STATE TX LOCATION NA SECTION NA TOWNSHIP NA RANGE NA API NO. NA UNIQUE WELL ID. NA LOG MEASURED FROM: GL ELEVATION DF: NA DRL MEASURED FROM : GL ELEVATION GL: NA DEPTH DRILLER 190 BIT SIZE 4,75 LOG TOP -0,30 LOG BOTTOM 185.40 CASING OD NA CASING BOTTOM NA CASING TYPE NA BOREHOLE FLUID : WATER RM TEMPERATURE NA MUD RES NA MUD WEIGHT NIA WITNESSED BY ANDY WILSON RECORDED BY JSKIPPER REMARKS 1 DRILLER FABIAN QUINTANA REMARKS 2 THANK YOU FOR USING CENTURY GEO ALL SERVICES PROVIDED SUBJECT TO STANDARD TERMS AND CONDITIONS - q FEET RES o OHM 15tl SP 00 MV 10d GAMMA API-GR 20J -� .30 --a7n ! RES(64N) 0 OHM-M 15� j RES(16N) o OHM-M 154 �.._. .,.:-.�� .... fir•-%` .;...._.��.. •... ....�.... _ ,... ,,, ..._. ,.._�- _... _ .. ,,.. .,, ,._., ...;i � .,._.. , II , l . I I O O O T- r r O CD CD CD OM d' LO ( cc API-GR 20d GAMMA OHM-M 51 RES(16N) 00 MV 100 n OHM-M SP - - - — - --� RES(64N) 0 OHM FEET RES TOOL CALIBRATION 27012/27/06 15:22 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jun28,06 11:47:00 Jun28,06 11:47:00 Jun28,06 11:13:28 Jun28,06 11:13:28 AUg22,06 10:32.54 Aug22,06 10-32:54 Aug22,06 10:33:02 Aug22,06 10:33:02 Aug22,06 10:33:09 Aug22,06 10:33:09 Jun28,06 07:17:19 Jun28,06 07:17:19 Aug22,06 10:33:15 Aug22,06 10:33:15 SENSOR STANDARD GAMMA 0.000 [API-GR J GAMMA 283.000 [API-GR j RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M ] SP 0.000 [MV ] SP 340.000 [MV ] RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M J RES(64N) 1990.000 [OHM-M ] TEMP 41.500 [DEG F ] TEMP 170.500 [DEG F j RES 0.000 [OHM ] RES 988.000 [OHM ] RESPONSE 2.00 [CPS] 250.00 [CPS) 6060.00 [CPS] 52151.00 [CPS] 328448,00 [CPS] 164371.00 [CPS) 5176.00 [CPS] 427658.00 [CPS] 5259.00 [CPS] 418868.00 [CPS] 81397.00 [CPS] 464349.00 [CPS] 5467.00 [CPS] 164506.00 [CPS] century-geo.com COMPANY WILSON DRILLING COMPANY WELL : 86#7 OTHER SERVICES: FIELD COUNTY :BAILEY NONE STATE TEXAS LOCATION SECTION N/A TOWNSHIP N/A RANGE N/A API NO. : N/A UNIQUE WELL ID. N/A LOG MEASURED FROM: GL DRL MEASURED FROM: GL DEPTH DRILLER BIT SIZE LOG TOP LOG BOTTOM CASING OD CASING BOTTOM CASING TYPE BOREHOLE FLUID RM TEMPERATURE MUD RES MUD WEIGHT WITNESSED BY RECORDED BY REMARKS 1 REMARKS2 215 4.75 -2.00 214.10 N/A N/A N/A WATER N/A N/A 6.5 ANDY WILSON M.SUTTON N34,13,19.0 W 102,57,03.6 ELEVATION DF: N/A ELEVATION GL: N/A AND i FEET I SP 00 MV 100 GAMMA i API-GR 20 (� 1110 0 30 150 ; I 60 i; I RES a OHM 20 i RES(64N) a OHM-M 20d RES(16N) 0 OHM-M 200 ------------------------ �. ,.. . . ......... ......... ._. .....`......... ... .....I . , , . . . . . . . . , ' . . . . . . . . . . . .... ......... LL 0 0 0 o 10 i.. .............. ............, \i a V... ' ..... . O� OLX) ti i r' _ ....-----Ir—�- 1 i� -190 -200 10 API-GR 20 GAMMA 00 MV 1D SP a a OHM-M 21 LLL RES(16N) I b OHM-M 200 i RES(64N) FEET OHM RES TOOL CALIBRATION 136#7 01/02/07 13.15 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME SENSOR STANDARD Jun28,06 11:47:00 GAMMA 0.000 [API-GR ] Jun28,06 11:47:00 GAMMA 283.000 [API-GR ] Jun28,06 11:13:28 RES(FL) 0.850 [OHM-M ] Jun28,06 11:13:28 RES(FL) 39.200 [OHM-M j Aug22,06 10:32:54 SP 0.000 [MV ] Aug22,06 10:32:54 SP 340,000 [MV ] Aug22,06 10:33:02 RES(16N) 0.000 [OHM-M ] Aug22,06 10:33:02 RES(16N) 1996.000 [OHM-M ] Aug22,06 10:33:09 RES(64N) 0.000 [OHM-M ] Aug22,06 10:33:09 RES(64N) 1990.000 (OHM-M J Jun28,06 07:17:19 TEMP 41.500 (DEG F ] Jun28,06 07:17:19 TEMP 170.500 (DEG F ] Aug22,06 10:33:15 RES 0.000 [OHM ] Aug22,06 10:33:15 RES 988.000 [OHM ] RESPONSE 2.00 [CPS] 250.00 [CPS] 6060.00 [CPS] 52151.00 [CPS] 328448.00 [CPS] 164371.00 [CPS] 5176.00 [CPS] 427658.00 [CPS] 5259.00 [CPS] 418868.00 [CPS] 81397.00 [CPS] 464349.00 [CPS] 5467.00 [CPS] 164506.00 [CPS] O O O 00 0) I N c1r) v� ! I \' /i -. qi"J �1:�f�n'✓�•J� . ��~ 1 1"' - '�" ��..% L��� .l f ^ ,���`, � , I V, .\1�.1��� '"� - - v I! CD LO CD ( 0000 it ' 90 .200 00 mv 10 SP 10 20 30 FEET T- OHM-M RES(16N) 0 OHM-M 15 RES(64N) o OHM 15 RES TOOL CALIBRATION 269 12/28/06 17:05 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jun28,06 11:47:00 Jun28,06 11:47:00 Jun28,06 11:13:28 Jun28,06 11:13:28 Aug22,06 10:32:54 Aug22,06 10:32:54 Aug22,06 10:33:02 Aug22,06 10:33:02 Aug22,06 10:33:09 Aug22,06 10:33:09 Jun28,06 07:17:19 Jun28,06 07:17:19 Aug22,06 10:33:15 Aug22,06 10:33:15 SENSOR STANDARD GAMMA 0.000 [API-GR ] GAMMA 283.000 [API-GR ] RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M ] SP 0.000 [MV ] SP 340.000 [MV ] RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M ] RES(64N) 1990.000 [OHM-M ] TEMP 41.500 [DEG F ] TEMP 170.500 [DEG F ] RES 0.000 [OHM ] RES 988.000 [OHM ] RESPONSE 2.00 [CPS] 250.00 [CPS] 6060.00 [CPS] 52151.00 [CPS] 328448,00 [CPS] 164371.00 [CPS] 6176.00 [CPS] 427658.00 [CPS] 5259.00 [CPS] 418868.00 [CPS] 81397.00 [CPS] 464349,00 [CPS] 5467.00 [CPS] 164506.00 [CPS] GEOPHYSICAL CORP. century-geo.com 260 #10 OTHER SERVICES: WELL 260#10 NONE FIELD N341237 COUNTY BAILEY W102580 STATE : TX LOCATION NA SECTION NA TOWNSHIP NA RANGE NA API NO. : NA UNIQUE WELL ID. NA PERMANENT DATUM : GL ELEVATION KB: NA LOG MEASURED FROM: GL ELEVATION OF: NA DRL MEASURED FROM; GL ELEVATION GL: NA DEPTH DRILLER 200 BIT SIZE 4.75 LOG TOP 0.30 LOG BOTTOM 197.50 CASING OD NA CASING BOTTOM NA CASING TYPE NA BOREHOLE FLUID WATER RM TEMPERATURE NA MUD RES NA MUD WEIGHT N/A WITNESSED BY ANDY WILSON RECORDED BY JSKIPPER REMARKS 1 DRILLER WADE ANGELEY REMARKS 2 THANK YOU FOR USING CENTURY GEO ALL SERVICES PROVIDED SUBJECT TO STANDARD TERMS AND CONDITIONS FEET SP 00 mv loq GAMMA API-GR 204 110 Z, 0 30 JA 0 50 RES .0 OHM 151 RES(64N) i 0 OHM-M 15 RES(16N) OHM-M 150 I ..... ... ..... ..... 00 ry 1z1 11 .� �,'. i I L-T I 1 t I 1 I -- API-GR 200 OHM-M 15Q GAMMA RES(16N) 00 MV - 10d 0 OHM-M 450i SP I RES(64N) D OHM t FEET I RES --- — --.__� -- -- --- -- TOOL CALIBRATION 260 12/29/06 17:15 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME SENSOR STANDARD Jun28,06 11:47:00 GAMMA 0.000 (API-GR ] Jun28,06 11:47:00 GAMMA 283.000 [API-GR J Jun28,06 11:13:28 RES(FL) 0.850 [OHM-M ] Jun28,06 11:13:28 RES(FL) 39.200 [OHM-M J Aug22,06 10:32:54 SP 0.000 [MV ] Aug22,06 10:32:54 SP 340.000 [MV ] Aug22,06 10:33:02 RES(16N) 0.000 (OHM-M J Aug22,06 10:33:02 RES(16N) 1996.000 [OHM-M ] Aug22,06 10:33:09 RES(64N) 0.000 [OHM-M J Aug22,06 10:33:09 RES(64N) 1990.000 (OHM-M ] Jun28,06 07:17:19 TEMP 41.500 [DEG F ] Jun28,06 07:17:19 TEMP 170.500 [DEG F ] Aug22,06 10:33:15 RES 0.000 [OHM J Aug22,06 10:33:15 RES 988.000 [OHM J RESPONSE 2.00 [CPS] 250.00 (CPS] 6060.00 [CPS] 52151.00 [CPS] 328448.00 [CPS] 164371,00 [CPS] 5176.00 [CPS] 427658.00 [CPS] 5259.00 (CPS) 418868.00 [CPS] 81397.00 [CPS] 464349.00 [CPS] 5467.00 [CPS] 164506.00 (CPS) GEOPHYS I CAL CORP. ♦.l century-geo.com COMPANY WILSON WELL 213R#17 FIELD COUNTY BAILEY STATE TEXAS LOCATION MULESHOE SECTION N/A TOWNSHIP : N/A RANGE N/A API NO. N/A UNIQUE WELL ID. : N/A LOG MEASURED FROM: GL DRL MEASURED FROM: GL DEPTH DRILLER 230 BIT SIZE 4.75 LOG TOP -0.40 LOG BOTTOM 238.40 CASING OD N/A CASING BOTTOM N/A CASING TYPE N/A BOREHOLE FLUID WATER RM TEMPERATURE N/A MUD RES N/A MUD WEIGHT 7.5 WITNESSED BY ANDY WILSON RECORDED BY M.SUTTON REMARKS 1 N34,10.45.0 REMARKS 2 W102 44,02.1 ALL SERVICES PROVIDES 213R #17 ELEVATION DF: N/A ELEVATION GL: N/A TO STANDARD OTHER SERVICES; NONE FEET p SP 00 MV 101 .._...._._. GAMMA ......._..__ _...� API-GR 201 ? : : 110 tom: _-20 30 i 1 I i F RES OHM RE5( 64N) OHM-M 15 � Y -OHM-M-_ 15 A— , .... ... . I , i 4 ,.... I a ....... A CD O O O O N cM d0- � a `�� ..+�1,•:.��'. �v'��r`Wr11�^�,.%. ,J�1�^��1' 't/` ��. :'� -!� .j} j'>,� N �"�. L .�� �`� _ �'�JI 190-. I , t i 1 i , r 1 200 _F_- -, _- A--- 7 r ! I �; , r 1 I I210. —220 i 230 API-GR 20d")40 a OHM-M — 15 GAMMA RES(16N) DO MV 0 0�-� OHM-M ^-----� iS SP RES(64N) I OHM 15 i FEET RES r I I TOOL CALIBRATION 213R 01/05/07 13:22 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jan03,07 21:34:01 Jan03,07 21:34:01 Jan03,07 21:34:52 Jan03,07 21:34:52 Jan03,07 21:35:51 Jan03,07 21:35:51 Jan03,07 21:36:41 Jan03,07 21:36:41 Jan03,07 21.37:36 Jan03,07 21:37:36 Jan03,07 21:38:37 Jan03,07 21:38:37 Jan03,07 21:39:24 Jan03,07 21:39:24 SENSOR STANDARD GAMMA 0.000 [API-GR J GAMMA 283.000 [API-GR J RES(FL) 0.850 [OHM-M J RES(FL) 39.200 [OHM-M J SP 0.000 [MV ] SIP 340.000 [MV ] RES(16N) 0.000 [OHM-M J RES(16N) 1996.000 [OHM-M J RES(64N) 0.000 [OHM-M J RES(64N) 1990.000 [OHM-M ] TEMP 41.500 [DEG F ] TEMP 170.500 [DEG F ] RES 0.000 [OHM ] RES 988.000 [OHM ] RESPONSE 3.00 [CPS] 253.00 [CPS] 6065.00 [CPS] 52147.00 [CPS] 328428.00 [CPS) 164375.00 [CPS] 5180.00 [CPS] 427665.00 [CPS) 5255.00 [CPS] 418875.00 [CPS] 81395.00 [CPS] 464353.00 (CPS) 5465.00 [CPS) 164510.00 [CPS] GEOPHYSICAL CORP. 258 century-geo.com #12 WELL 258#12 FIELD COUNTY BAILEY STATE : TEXAS LOCATION MULESHOE SECTION NIA TOWNSHIP N/A RANGE N/A API NO. N/A UNIQUE WELL ID. N/A LOG MEASURED FROM: GL ELEVATION DF: NIA DRL MEASURED FROM: GL ELEVATION GL: NIA DEPTH DRILLER 220 BIT SIZE 4.75 LOG TOP 0.90 LOG BOTTOM : 217.30 CASING OD N/A CASING BOTTOM NIA CASING TYPE NIA BOREHOLE FLUID WATER RM TEMPERATURE NIA MUD RES NIA MUD WEIGHT 7.5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,12,47,4 REMARKS 2 W102,54,56.3 ALL SERVICES PROVIDED SUBJECT TO STANDARD TERMS AND OTHER SERVICES: NONE - FEET I SP GAMMA API-GR 2000 - 110 � � l 20 30 .40 50 1 , _L -,60 7 _ r --y i -n � RES OHM 151 a OHM-M I i RES(16N) i0 OHM M 15 ........... .... ... ....}.... .. 1 i.. I....{ O O O N co LO ( O 000 __.. 00_-- _ T it ..✓+, i . `i " . J � �. � - ��. . �`'�� ,�'�\' �fy�r^�-?1 ^�l'�J'�J F!„^1}; �'v_.r'! "V` .lr � "� �, r�'� l_v� E-,L,(� � �,�1; ti � � I i DO i :: I � i� i�� l i� l� 1 l i� l� 1190 .---200 .4- API-GR 204 1 0 OHM-M 15 GAMMA I RES(16N) -------------- Mv OHM-M ISO SIP RES(64N) .0 OHM 15 FEET I RES I TOOL CALIBRATION 258 01/03/07 18:31 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME SENSOR STANDARD Jun28,06 11:47:00 GAMMA 0.000 [API-GR ] Jun28,06 11:47:00 GAMMA 283.000 [API-GR ] Jun28,06 11:13:28 RES(FL) 0.850 [OHM-M J Jun28,06 11:13:28 RES(FL) 39.200 [OHM-M ] Aug22,06 10:32:54 SP 0.000 [MV ] Aug22,06 10:32:54 SP 340.000 [MV ] Aug22,06 10:33:02 RES(16N) 0.000 [OHM-M ] Aug22,06 10:33:02 RES(16N) 1996.000 [OHM-M J Aug22,06 10:33:09 RES(64N) 0.000 [OHM-M J Aug22,06 10:33:09 RES(64N) 1990.000 [OHM-M J Jun28,06 07:17:19 TEMP 41.500 [DEG F ] Jun28,06 07:17:19 TEMP 170,500 [DEG F ] Aug22,06 10:33:15 RES 0.000 [OHM ] Aug22,06 10:33:15 RES 988.000 [OHM ] RESPONSE 2.00 [CPS] 250.00 [CPS] 6060.00 [CPS] 52151.00 [CPS] 328448.00 [CPS] 164371.00 [CPS] 5176.00 [CPS] 427658.00 [CPS] 5259.00 [CPS] 418868,00 [CPS] 81397.00 [CPS] 464349.00 [CPS] 5467.00 [CPS] 164506.00 [CPS] i i GEOPHYSICAL CORP. century-geo.com WELL FIELD COUNTY STATE LOCATION SECTION TOWNSHIP RANGE API NO, UNIQUE WELL ID, 188N#21 BAILEY TEXAS MULESHOE N/A N/A N/A N/A NIA LOG MEASURED FROM: GL DRL MEASURED FROM: GL DEPTH DRILLER BIT SIZE LOG TOP LOG BOTTOM CASING OD CASING BOTTOM CASING TYPE BOREHOLE FLUID RM TEMPERATURE MUD RES MUD WEIGHT WITNESSED BY RECORDED BY REMARKS 1 REMARKS2 250 4, 75 -0.60 251.60 N/A NIA N/A WATER NIA N/A 7.5 ANDY WILSON M, SUTTON N34,09,15.7 W102,41,31.9 188N #21 ELEVATION DF: N/A ELEVATION GL: NIA OTHER SERVICES: NONE w FEET SP 00 mv 10 GAMMA API-GR 200 110 r) o v 130 -40 � j 50 Du RES OHM RES(64N) OHM-M RES(16N) OHM-M i,.._. _..... _.. a_ ... �.... .... ... .... .... ..... ..,-�. f. I. f.... �._..j_... z....._...._- _.. __.- --- ........ __.. ,. O O O N M LO ti a . I ... .... .... ....�.... III... .,,: ..I. --`��I---�,,.,}.__. ... i:.. ..�... .. �.... .I.. ..i �..._'_....... -- I I .. III I,I.�--...�. ,..,....i_. ... ... ... _ .I.... �_... ..��• 7'✓ I - /�1� ( t1 i n . '���..i . �( ?�, `�1. �t�``./. I . �"'�j T /} l tr�./. tl t • 1/�%� - : �n �,;,,�� �;,�;,�,r' . 4. .,/�. i v . � � 4..�' , I `.J . 190 -210 r ! API-GR 20 GAMMA 00 MV 10 SP 230 w 250 FEET i _ 1 f r j i C 1 OHM-M ISO RES(16N) P OHM-M RES(64N) 0 OHM 1 RES TOOL CALIBRATION 188N 01/05/07 17:18 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jan03,07 21:34:01 Jan03,07 21:34:01 Jan03,07 21 *34:52 Jan03,07 21:34:52 Jan03,07 21:35:51 Jan03,07 21:35:51 Jan03,07 21:36:41 Jan03,07 21:36:41 Jan03,07 21:37:36 Jan03,07 21:37:36 Jan03,07 21:38:37 Jan03,07 21:38:37 Jan03,07 21:39:24 Jan03,07 21:39:24 SENSOR STANDARD GAMMA 0.000 [API-GR ] GAMMA 263.000 [API-GR ] RES(FL) 0,850 [OHM-M J RES(FL) 39.200 [OHM-M ] SP 0.000 [MV J SP 340.000 [MV j RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M J RES(64N) 1990.000 [OHM-M ] TEMP 41.500 (DEG F ] TEMP 170.500 [DEG F J RES 0.000 [OHM J RES 988.000 [OHM J RESPONSE 3.00 [CPS] 253.00 [CPS] 6065.00 [CPS] 52147.00 [CPS] 328428.00 [CPS] 164375.00 [CPS] 5180.00 [CPS] 427665.00 [CPS] 5255.00 [CPS] 418875.00 [CPS] 81395.00 [CPS] 464353.00 [CPS] 5465.00 [CPS] 164510.00 [CPS] &tw" GEOPHYSICAL CORP. century-geo.com 259R #11 WELL 259R#11 OTHER SERVICES: FIELD COUNTY : BAILEY NONE STATE TEXAS LOCATION MULESHOE SECTION NJA TOWNSHIP N7A RANGE N/A API NO. N/A UNIQUE WELL ID. NIA LOG MEASURED FROM; GL DRL MEASURED FROM: GL ELEVATION DF. N7A ELEVATION GL: N7A DEPTH DRILLER 205 BIT SIZE 4.75 LOG TOP 0.70 LOG BOTTOM 205.30 CASING OD WA CASING BOTTOM NIA CASING TYPE N/A BOREHOLE FLUID WATER RM TEMPERATURE NIA MUD RES N/A MUD WEIGHT 7.5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,12,47,3 REMARKS 2 W102,55,29.0 ALL SERVICES PROVIDED SUBJECT TO STANDARD FEET SP I 00 My 100, GAMMA API-GR 2040 20 30 40 -70 1. RES 0 OHM 20 RES(64N) ;0 OHM-M 20q RES(16N) OHM-M 20 �... I.. ...,:,r._ . I. I . O N O O O cn dam' CEO ;. ..... ... .. ... ......... __ 3....... .. ........ O � ---1 VU API-GR 20Q GAMMA 00 Mv 100, SP FEET —4 ------ - f 0 OHM-M 20d R ES(l 6N) : 0 OHM-M 201 RES(64N) OHM RES TOOL CALIBRATION 259R 01/03/07 15:13 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jun28.06 11:47:00 Jun28,06 11:47:00 Jun28,06 11:13:28 Jun28,06 11:13:28 Aug22,06 10:32:54 Aug22,06 10:32:54 Aug22,06 10:33:02 Aug22,06 10:33:02 Aug22,06 10:33:09 Aug22,06 10:33,09 Jun28,06 07-17:19 Jun28,06 07:17:19 Aug22,06 10:33:15 Aug22,06 10:33:15 SENSOR STANDARD GAMMA 0.000 [API-GR J GAMMA 283.000 [API-GR ] RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M ] SP 0.000 [MV J SP 340.000 [MV ] RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M ] RES(64N) 1990.000 [OHM-M ] TEMP 41.500 [DEG F ] TEMP 170.500 [DEG F [ RES 0.000 [OHM ] RES 988.000 [OHM ] RESPONSE 2.00 [CPS] 250.00 [CPS] 6060.00 [CPS] 52151.00 [CPS] 328448.00 [CPS] 164371.00 [CPS] 5176.00 [CPS] 427658.00 [CPS] 5259.00 [CPS] 418868.00 [CPS] 81397.00 [CPS] 464349.00 [CPS] 5467.00 [CPS] 164506.00 [CPS] &&VIW I GEOPHYSICAL CORP. century-geo.com WELL FIELD COUNTY STATE LOCATION SECTION TOWNSHIP RANGE API NO. UNIQUE WELL ID. WILSON DRILLING 189N#22 BAILEY TEXAS MULESHOE NIA NIA NIA WA NIA LOG MEASURED FROM: GL DRL MEASURED FROM: GL DEPTH DRILLER BIT SIZE LOG TOP LOG BOTTOM CASING OD CASING BOTTOM CASING TYPE BOREHOLE FLUID RM TEMPERATURE MUD RES MUD WEIGHT WITNESSED BY RECORDED BY REMARKS 1 REMARKS2 280 4.75 0.50 279.60 NIA NIA NIA WATER NIA NIA 7.5 ANDY WILSON M. SUTTON N34,09,33.4 W 102,41,26.3 189N #22 ELEVATION DF: NIA ELEVATION GL: NIA OTHER SERVICES: NONE FEET SP 00 MV GAMMA API-GR 20dp ilo �10 20 �Ao I� i 1 RES(16N) w OHM-M 15 1-77T RES OHM RES(64N) OHM-M 'IV f. .......... -------------------- C) 0 0 0 0 0 V1,N CIO 0 ........ . 0 0 0 Ul) 1,*- 00 V1, V1, T- .. ......... T r m C) ---------/ �---------�' ---------T-'-----'\^ FEET RES I TOOL CALIBRATION 189N 01/05/07 18:52 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jan03,07 21:34:01 Jan03,07 21:34:01 Jan03,07 21:34:52 Jan03,07 21:34:52 Jan03,07 21:35:51 Jan03,07 21:35:51 Jan03,07 21:36:41 Jan03,07 21:36:41 Jan03,07 21:37:36 Jan03,07 21:37:36 Jan03,07 21:38:37 Jan03,07 21:38:37 Jan03,07 21:39:24 Jan03,07 21:39:24 SENSOR STANDARD GAMMA 0.000 (API-GR ] GAMMA 283.000 [API-GR ] RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M ) SP 0.000 [MV ] SP 340.000 [MV ] RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M ] RES(64N) 1990.000 [OHM-M ) TEMP 41.500 [DEG F ) TEMP 170.500 [DEG F ) RES 0.000 [OHM ] RES 988.000 [OHM ] RESPONSE 3.00 [CPS) 253,00 [CPS] 6068.00 [CPS] 52147.00 [CPS] 328428.00 [CPS] 164375.00 [CPS] 5180.00 [CPS] 427665.00 [CPS] 5255.00 [CPS] 418875.00 (CPS) 81395,00 [CPS] 464353.00 [CPS] 5465,00 [CPS] 164510.00 [CPS] &&V.I- GEOPHYSICAL CORP. century-geo.com 173N #25 COMPANY WILSON DRILLING COMPANY OTHER SERVICES: WELL 173N#25 FIELD NONE COUNTY BAILEY STATE TEXAS LOCATION MULESHOE SECTION N/A TOWNSHIP N/A RANGE N/A API NO. N/A UNIQUE WELL ID. NIA LOG MEASURED FROM: GL DRL MEASURED FROM: GL ELEVATION DF: N/A ELEVATION GL: N/A DEPTH DRILLER 240 BIT SIZE 435 LOG TOP -1.10 LOG BOTTOM 236.50 CASING OD N/A CASING BOTTOM N/A CASING TYPE N/A BOREHOLE FLUID WATER RM TEMPERATURE N/A MUD RES NIA MUD WEIGHT 7.5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,08,42.6 REMARKS 2 W102,37,32.9 ALL SERVICES PROVIDED SUBJECT TO STANDARD I FEET i SP DO MV 101 GAMMA ---------- AP!-GR 20d ;10 -1 120 30 -40 50 • i7 n RES 0 OHM 200 RES(64N) OHM-M 20 RES(16N) o OHM-M 201 - - - - j : I ... ._. ....'. 0 0 0 N M LO ( c III �... ... AA 90 0 220 230 API-GR 204 GAMMA 30 Mv 100 SP FEET OHM-M RES(l 6N) OHM-M RES(64N) OHM RES TOOL CALIBRATION 173N 01/08/07 15:34 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jan03,07 21:34:01 Jan03,07 21:34:01 Jan03,07 21:34:52 Jan03,07 21:34:52 Jan03,07 21:35:51 Jan03,07 21:35:51 Jan03,07 21:36:41 Jan03,07 21:36:41 Jan03,07 21:37:36 Jan03,07 21:37:36 Jan03,07 21:38:37 Jan03,07 21:38:37 Jan03,07 21:39:24 Jan03,07 21:39:24 SENSOR STANDARD GAMMA 0.000 [API-GR ] GAMMA 283.000 [API-GR ] RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M J SP 0.000 (MV j SP 340.000 (MV ] RES(16N) 0.000 (OHM-M J RES(16N) 1996.000 [OHM-M J RES(64N) 0.000 (OHM-M ] RES(64N) 1990.000 (OHM-M J TEMP 41.500 (DEG F j TEMP 170.500 (DEG F ] RES 0,000 [OHM ] RES 988.000 [OHM j RESPONSE 3.00 (CPS) 253.00 [CPS) 6065.00 [CPS] 52147.00 [CPS] 328428.00 [CPS) 164375.00 (CPS] 5180.00 [CPS) 427665.00 [CPS) 5255.00 [CPS] 418875.00 [CPS) 81395.00 (CPS] 464353.00 (CPS) 5465.00 [CPS] 164510.00 [CPS] GEOPHYSICACORP. 261 N century-geo.com WELL FIELD COUNTY STATE LOCATION SECTION TOWNSHIP RANGE API NO. UNIQUE WELL ID. 261N #6 BAILEY TEXAS MULESHOE NIA N/A NIA N/A NIA LOG MEASURED FROM: GL DRL MEASURED FROM: GL DEPTH DRILLER BIT SIZE LOG TOP LOG BOTTOM CASING OD CASING BOTTOM CASING TYPE BOREHOLE FLUID RM TEMPERATURE MUD RES MUD WEIGHT WITNESSED BY RECORDED BY REMARKS 1 REMARKS 2 200 4,75 -2.30 198.40 NIA NIA NIA WATER N/A N/A 7.5 ANDY WILSON M. SUTTON N34,12, 51.7 W102,57,06.1 ✓ICES PROVIDED ELEVATION DF: N/A ELEVATION GL: N/A JECT TO STANDARD TERMS AND OTHER SERVICES: NONE FEET SP 00 MV 100 GAMMA --- I API-GR 20q ilo -- . 20 _ -�- '30 r -� - -- 40 50 i RES o OHM 15 0 OHM-M 151 RES(16N) OHM-M 15d r- 3. No Text 75� 190 API-GR 20d200 , 0 GAMMA 00 mv IN fl SP 7 OHM-M RES(16N) OHM-M RES(64N) 10 OHM FEET i RES TOOL CALIBRATION 261N 01/03/07 12:17 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME SENSOR STANDARD Jun28,06 11:47:00 GAMMA 0.000 [API-GR ] Jun28,06 11:47:00 GAMMA 283.000 [API-GR ] Jun28,06 11:13:28 RES(FL) 0.850 [OHM-M j Jun28,06 11:13:28 RES(FL) 39.200 [OHM-M i Aug22,06 10:32:54 SP 0.000 [MV j Aug22,06 10:32:54 SP 340.000 [MV ] Aug22,06 10:33:02 RES(16N) 0.000 [OHM-M ] Aug22,06 10:33:02 RES(16N) 1996.000 [OHM-M ) Aug22,06 10:33:09 RES(64N) 0.000 [OHM-M ] Aug22,06 10:33:09 RES(64N) 1990.000 [OHM-M ] Jun28,06 07:17:19 TEMP 41.500 [DEG F ) Jun28,06 07:17:19 TEMP 170.500 [DEG F ] Aug22,06 10:33:15 RES 0.000 [OHM ] Aug22,06 10:33:15 RES 988.000 [OHM ] RESPONSE 2.00 [CPS] 250.00 [CPS] 6060.00 [CPS] 52151.00 [CPS] 328448.00 (CPS) 164371.00 [CPS) 5176.00 [CPS] 427658.00 [CPS) 5259.00 [CPS) 418868.00 [CPS] 81397.00 [CPS] 464349.00 [CPS) 5467.00 [CPS] 164506.00 [CPS] &&WIW GEOPHYS I CACORP. B5 #9 century-geo.com OTHER SERVICES: WELL 85 #9 FIELD NONE COUNTY BAILEY STATE : TEXAS LOCATION SECTION N/A TOWNSHIP N/A RANGE N/A API NO. N/A UNIQUE WELL ID. N/A LOG MEASURED FROM: GL ELEVATION DF: N/A DRL MEASURED FROM: GL ELEVATION GL: N/A DEPTH DRILLER 215 BIT SIZE 4.75 LOG TOP 0,10 LOG BOTTOM 218.10 CASING OD N/A CASING BOTTOM N/A CASING TYPE N/A BOREHOLE FLUID WATER RM TEMPERATURE ; N/A MUD RES N/A MUD WEIGHT 6.5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,13,04.4 REMARKS 2 W102,56,13.8 SUBJECT TO | FEET / � SP � GAMMA API-G 10 30 60 | RES(64N) ^ '-'J . fir• ( - _._. � j/. `- - i - - - - � _ I � I 0 0 0 N LO (D t*,- 00 la., ... . . .........i.... • I � f I I r`` _`1/I �;�,`ti• �� i\ .n r l /J�„+^ '�jr�. r�11� ,j `U^ I +• 1. J 1 p ! �wh '�5/��,1., ; i r� ''� ! 1 /. `. 1i �' `i+i �l 1�'�("v1 , !l! �Li 1 /"^ f� f -� r ✓ 1. 1 V IJ % I '190 ---200 10 API-GR 201 GAMMA Do Mv 0 SP LFEET OHM-M RIES(16N) OHM-M RES(64N) OHM RES &&Aqlw GEOPHYS 1 CACORP. 269 century-geo.com #2 COMPANY WILSON DRILLING WELL 269#2 OTHER SERVICES: FIELD NONE COUNTY BAILEY N34122 STATE TX W 102585 LOCATION NA SECTION NA TOWNSHIP NA RANGE NA API NO, NA UNIQUE WELL ID. NA LOG MEASURED FROM: GL ELEVATION DF: NA DRL MEASURED FROM: GL ELEVATION GL: NA DEPTH DRILLER ; 230 BIT SIZE 4.75 LOG TOP 0.40 LOG BOTTOM 230.00 CASING OD NA CASING BOTTOM NA CASING TYPE NA BOREHOLE FLUID WATER RM TEMPERATURE NA MUD RES NA MUD WEIGHT N/A WITNESSED BY ANDY WILSON RECORDED BY : JSKIPPER REMARKS 1 DRILLER FABIAN QUINTANA REMARKS 2 THANK YOU FOR USING CENTURY GEO ALL SERVICES PROVIDED SUBJECT TO STANDARD CONDITIONS 3 FEET RES I 0 OHM 15tl SP 00 MV 1od O OHM-M 151 GAMMA RES(16N) API-GR 20Q® U OHM-M 15( -_ - — — - -j 110 40 I f 50 70 ------i - --- - - - -- - - - : ` TOOL CALIBRATION B5 #9 01/02107 16:57 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jun28,06 11:47:00 Jun28,06 11:47:00 Jun28,06 11:13:28 Jun28,06 11:13:28 Aug22,06 10,32:54 Aug22,06 10:32:54 Aug22,06 10:33:02 Aug22,06 10:33:02 Aug22,06 10:33:09 Aug22,06 10:33:09 Jun28,06 07:17:19 Jun28,06 07:17:19 Aug22,06 10:33:15 Aug22,06 10:33:15 SENSOR STANDARD GAMMA 0.000 [API-GR j GAMMA 283.000 [AP[-GR ] RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M ] SP 0.000 [MV ] SP 340.000 [MV ] RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M ] RES(64N) 1990.000 [OHM-M j TEMP 41.500 [DEG F ] TEMP 170,500 [DEG F ] RES 0.000 [OHM ] RES 988.000 [OHM ] RESPONSE 2.00 [CPS] 250.00 [CPS] 6060.00 [CPS] 52151.00 [CPS] 328448.00 [CPS] 164371.00 [CPS] 5176.00 [CPS] 427658.00 [CPS] 5259.00 [CPS] 418868.00 [CPS] 81397.00 [CPS] 464349.00 [CPS] 5467.00 [CPS] 164506.00 [CPS] I GEOPHYSICAL CORP. `.Of 169N century-geo.com #24 COMPANY WILSON DRILLING COMPANY OTHER SERVICES: WELL 169N#24 FIELD NONE COUNTY BAILEY STATE TEXAS LOCATION MULESHOE SECTION N/A TOWNSHIP NIA RANGE N/A API NO. NIA UNIQUE WELL ID. N/A PERMANENT DATUM GL ELEVATION KB: N/A LOG MEASURED FROM: GL ELEVATION DF: NIA DRL MEASURED FROM: GL ELEVATION GL: NIA DATE 01 08107 DEPTH DRILLER 260 BIT SIZE 4.75 LOG TOP : •1.50 LOG BOTTOM 257.70 CASING OD NIA CASING BOTTOM NIA CASING TYPE NIA BOREHOLE FLUID WATER RM TEMPERATURE NIA MUD RES N/A MUD WEIGHT T5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,09,12.7 REMARKS 2 W102,38,01,1 ALL SERVICES PROVIDED SUBJECT TO STANDARD TERMS AND CONDITIONS FEET SP 0o MV iod ~ GAMMA AP!-GR 20 J --;10 a 1 130 t : -�- - -: 40 f �50 t i y RES o OHM RES(64N) I ISO OHM-M 15� RES(16N) 0 OHM-M 1 No Text '190 r. 200 210 210 '240 i250 API-GR 20 GAMMA )o mv lo� SP A , i� I i I ? , , i 1 ! i�l_`r�► I' I 1 i i� I I � f l f � C � 1 � 0 OHM-M RES(16N) OHM-M RES(64N) 10 FEET OHM RES TOOL CALIBRATION 169N 01/08/07 12:46 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME SENSOR STANDARD Jan03,07 21:34:01 GAMMA 0.000 [API-GR ] Jan03,07 21:34:01 GAMMA 283.000 [API-GR ] Jan03,07 21:34:52 RES(FL) 0.850 [OHM-M ] Jan03,07 21:34:52 RES(FL) 39.200 [OHM-M ] Jan03,07 21:35:51 SP 0.000 [MV ] Jan03,07 21:35:51 SP 340.000 [MV ] Jan03,07 21:36:41 RES(16N) 0.000 [OHM-M ] Jan03,07 21:36:41 RES(16N) 1996,000 [OHM M ] Jan03,07 21:37:36 RES(64N) 0.000 [OHM-M j Jan03,07 21:37:36 RES(64N) 1990.000 [OHM-M ] Jan03,07 21:38:37 TEMP 41.500 [DEG F J Jan03,07 21:38:37 TEMP 170.500 [DEG F J Jan03,07 21:39:24 RES 0.000 [OHM J Jan03,07 21:39:24 RES 988.000 [OHM ] RESPONSE 3.00 [CPS] 253,00 [CPS] 6065.00 [CPS] 52147.00 [CPS] 328428.00 [CPS] 164375.00 [CPS] 5180.00 [CPS] 427665.00 [CPS] 5255.00 [CPS] 418875.00 [CPS] 81395.00 [CPS] 464353.00 [CPS] 5465.00 [CPS] 164510,00 [CPS] &fitw.- GEOPHYSICACORP. 255N century-geo.com #18 COMPANY WILSON DRILLING COMPANY WELL 255N#18 OTHER SERVICES: FIELD NONE COUNTY BAILEY STATE TEXAS LOCATION MULESHOE SECTION N/A TOWNSHIP N/A RANGE N/A API NO. N/A UNIQUE WELL ID. N/A PERMANENT DATUM GL ELEVATION KB: N/A LOG MEASURED FROM; GL ELEVATION DF: N/A DRL MEASURED FROM: GL ELEVATION GL: N/A DATE 01/06/07 DEPTH DRILLER 240 BIT SIZE 4.75 LOG TOP -0.50 LOG BOTTOM 238.00 CASING OD N/A CASING BOTTOM N/A CASING TYPE N/A BOREHOLE FLUID WATER RM TEMPERATURE WA MUD RES N/A MUD WEIGHT 7.5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,08.27.5 REMARKS 2 W102,42,47.1 ALL SERVICES PROVIDED SUBJECT TO STANDARD TERMS AND CONDITIONS FEET SP 00 mv log GAMMA API•GR20 �10 -= 0 J30 50 60 70 RES OHM RES(64N) OHM-M RES(16N) OHM-M ISO . _. . . . I . . . . . . _ t O O O N m LO t « �.... .......... ..a_. :.;.. ............_ _......... ......- i 1 .190 __' f�f � —._ -_--.. !t` �__ ' — � —/ / �. . i �—�-.J-- _-_.—•ate.—.--� � — ; I 200 ii 7 1 20 y tf I 1 S -- 30 - - ; II J r -T-4- API-GR 20 .4D OHM-M 1: GAMMA ^- ' _ - RES(16N) 00 MV 10 OHM-M 1: - . ... - ..1-.----......I .. ..... ----- SP RES(64N) OHM FEET i ���- _ y -_ RES FEET i SP 00 MV 10� GAMMA t -' -- API-GR _ 200ilo I ' ,30 =- _ . . 40 50 1 --- --- -- -_ =---60 RES OHM 1 r�co�u-rive i I 4 OHM-M 1 RES(16N) i �..,•.....�.... (.,....... . ... •..• ......... ..........., ............ ....• . ...... .,..,. 0 0 0 o 0 0CD coo ® w . v I ." lI� . � ~1i'" �,I ���f �•-.1�,��1,^"�^�! ,�! i ^'i� rrV\ ,_' ,' `- �� ��"' t� ` J /�l�\ �1 �/�1J� l,i �� `'� /� II TOOL CALIBRATION 255N 01/06/07 12:49 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jan03,07 21:34:01 Jan03,07 21:34:01 Jan03,07 21:34:52 Jan03,07 21:34:52 Jan03,07 21:35:51 Jan03,07 21:35:51 Jan03,07 21:36:41 Jan03,07 21:36:41 Jan03,07 21:37:36 Jan03,07 21:37:36 Jan03,07 21:38,37 Jan03,07 21:38:37 Jan03,07 21:39:24 Jan03,07 21:39:24 SENSOR STANDARD GAMMA 0.000 [API-GR ] GAMMA 283.000 [API-GR ] RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M ] SP 0,000 [MV ] SP 340.000 [MV ] RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M ] RES(64N) 1990.000 [OHM-M ] TEMP 41.500 [DEG F ] TEMP 170,500 [DEG F ] RES 0,000 [OHM ] RES 988.000 [OHM ] RESPONSE 3.00 [CPS] 253.00 [CPS] 6065.00 [CPS] 52147.00 [CPS] 328428.00 [CPS] 164375.00 [CPS] 5180.00 [CPS] 427665.00 [CPS] 5255.00 [CPS] 418875.00 [CPS] 81395.00 [CPS] 464353.00 [CPS] 5465.00 (CPS] 164510.00 [CPS] i GEOPHYSICALCORP. B8 century-geo.com #8 COMPANY WILSON DRILLING OTHER SERVICES: WELL 88#8 NONE FIELD N341232 COUNTY BAILEY W102594 STATE TX LOCATION NA SECTION NA TOWNSHIP NA RANGE NA API NO. NA UNIQUE WELL ID, NA PERMANENT DATUM GL ELEVATION KB: NA LOG MEASURED FROM: GL ELEVATION OF: NA DRL MEASURED FROM: GL ELEVATION GL: NA ATE 12/28/06 DEPTH DRILLER 230 BIT SIZE 4,75 LOG TOP 0.00 LOG BOTTOM 230.00 CASING OD : NA CASING BOTTOM NA CASING TYPE NA BOREHOLE FLUID WATER RM TEMPERATURE NA MUD RES NA MUD WEIGHT NIA WITNESSED BY ANDY WILSON RECORDED BY JSKIPPER REMARKS 1 DRILLER FABIAN QUINTANA REMARKS 2 THANK YOU FOR USING CENTURY GEO ALL SERVICES PROVIDED SUBJECT TO STANDARD TERMS AND CONDITIONS t t ' I ' J I I t ___ __ _ I _ I i ► � I t � I w. i l i -�-- , J I.., I� I j► i I C I t o API-GR 200230 0 OHM-M 15 GAMMA RES(16N) I 00 MV 10 OHM-M t5 SP I RES(64N) OHM t FEET j RES TOOL CALIBRATION 88 12/28/06 13:40 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME SENSOR STANDARD Jun28,06 11:47:00 GAMMA 0.000 [API-GR ] Jun28,06 11:47:00 GAMMA 283.000 [API-GR ] Jun28,06 11:13:28 RES(FL) 0.850 [OHM-M ] Jun28,06 11:13:28 RES(FL) 39.200 [OHM-M ] Aug22,06 10:32:54 SP 0.000 [MV ] Aug22,06 10:32:54 SP 340.000 [MV ] Aug22,06 10:33:02 RES(16N) 0.000 [OHM-M J Aug22,06 10:33,02 RES(16N) 1996.000 [OHM-M ] Aug22,06 10:33:09 RES(64N) 0.000 [OHM-M ] Aug22,06 10:33:09 RES(64N) 1990.000 [OHM-M ] Jun28,06 07:17:19 TEMP 41.500 [DEG F ] Jun28,06 07:17:19 TEMP 170.500 [DEG F ] Aug22,06 10,33:15 RES 0.000 [OHM ] Aug22,06 10:33:15 RES 988.000 [OHM ] RESPONSE i 2.00 [CPS] 2%00 [CPS] 60%00 (CPS] 52151.00 [CPS] d 328448.00 [CPS] 164371.00 [CPS] 5176.00 [CPS] 427658.00 [CPS] 5259.00 [CPS] 418868.00 [CPS] 81397.00 [CPS] 464349.00 [CPS] 5467.00 [CPS] 164506.00 [CPS] &&VIW GEOPHYSICAL CORP. I/ century-geo.com 117R #26 COMPANY WILSON DRILLING COMPANY OTHER SERVICES: WELL 117R#26 FIELD NONE COUNTY BAILEY STATE TEXAS LOCATION MULESHOE SECTION NIA TOWNSHIP NIA RANGE NIA API NO. N/A UNIQUE WELL ID. N/A LOG MEASURED FROM: GL DRL MEASURED FROM: GL DEPTH DRILLER 230 BIT SIZE 4.75 LOG TOP -0.20 LOG BOTTOM 232.20 CASING OD N/A CASING BOTTOM NIA CASING TYPE N/A BOREHOLE FLUID WATER RM TEMPERATURE N/A MUD RES N/A MUD WEIGHT 7.5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,09,33.6 REMARKS 2 W102,36, 29.6 ALL SERVICES PROVIDED SUBJECT TO ELEVATION DF: N/A ELEVATION GL: N/A AND 00 SP MV 100 — —_--_ GAMMA - _- API-GR 200 t i — 7S I I - 1 3 50 7 _ 6 t .. s I i 1_ FEET RES 0 OHM 20 , RES(64N) i 0 OHM-M 20� RES(16N) -- — —' 0 OHM—M 20� , I ,. f . 1 , t - ---------- - --------------- ......... . ..... . .. ......... .. . . . . . . . . . . . . . . . .. ... .. ......... 71 ... .. ......... ........... ...... . . . . . . I C) CD CD C) C) T- oo 0') T- CD CD CD C) C cle) LO co cc T- Ir- T- r F =z11 -190 .? - - --- _ --- 210 __.....__._�220 - - 230 API-GR 200 OHM-M GAMMA _ RES(16N) DO-.__._......_._- MV 10 �.__._..__._______.____._____._________ OHM-M SP --- - " ^- -^ RES(64N) ! OHM I FEET RES TOOL CALIBRATION 117R 01/08/07 16:06 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jan03,07 21:34:01 Jan03,07 21:34:01 Jan03,07 21:34:52 Jan03,07 21:34.52 Jan03,07 21 *35:51 Jan03,07 21:35:51 Jan03,07 21:36:41 Jan03,07 21:36:41 Jan03,07 21:37:36 Jan03,07 21:37:36 Jan03,07 21:38:37 Jan03,07 21:38:37 Jan03,07 21:39:24 Jan03,07 21:39:24 SENSOR STANDARD GAMMA 0.000 [API-GR j GAMMA 283.000 [API-GR ] RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M ] SP 0.000 [MV ] SP 340.000 (MV ] RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 (OHM-M j RES(64N) 0.000 [OHM-M j RES(64N) 1990.000 [OHM-M j TEMP 41.500 [DEG F j TEMP 170.600 [DEG F ] RES 0.000 [OHM ] RES 988.000 [OHM J RESPONSE 3.00 [CPS] 253.00 [CPS] 6065.00 [CPS] 52147.00 [CPS] 328428.00 [CPS] 164375.00 (CPS] 5180.00 (CPS) 427665.00 [CPS] 5255.00 [CPS] 418875.00 [CPS] 81395.00 [CPS] 464353.00 [CPS] 5465.00 [CPS] 164510.00 [CPS] &tw--1 GEOPHYSICAL CORP. a.J 185N century-geo.com #23 COMPANY WILSON DRILLING COMPANY WELL 185N#23 OTHER SERVICES: FIELD COUNTY BAILEY NONE STATE TEXAS LOCATION MULESHOE SECTION NIA TOWNSHIP NIA RANGE N/A API NO. NIA UNIQUE WELL ID. NIA PERMANENT DATUM GL ELEVATION KB: N/A LOG MEASURED FROM: GL ELEVATION DF: NIA DRL MEASURED FROM: GL ELEVATION GL: N/A DATE 01 /06107 DEPTH DRILLER 270 BIT SIZE 4.75 LOG TOP -0.40 LOG BOTTOM 261.50 CASING OD NIA CASING BOTTOM NIA CASING TYPE NIA BOREHOLE FLUID WATER RM TEMPERATURE N/A MUD RES N/A MUD WEIGHT 7.5 WITNESSED BY ANDY WILSON RECORDED BY M. SUTTON REMARKS 1 N34,08,11.3 REMARKS 2 W 102,40,47.1 ALL SERVICES PROVIDED SUBJECT TO STANDARD TERMS AND CONDITIONS FEET RES ! A OHM 150 i _.t SP I RES(64N) 00 My 10Q a OHM-M GAMMA I RES(16N) - API-GR 20 o OHM-M 1 io 10 0 I 30 J 50 _ 51 Po 1 1%n i i... i......,.. 1..,_., I ........ ......... r-O co DO m can -p c� n� 0 0 0 0 0 0 0 0 0 0 0 3 j... ... ........ \ 200 �10 API-GR 200 GAMMA mv SP 220 230 Wel wt w rf A ! i ` ( f I Y f OHM-M ISO RES(l 6N) OHM-M Iscl RES(64N) OHM FEET RES I TOOL CALIBRATION 185N 01/06/07 17:49 TOOL 8144A TM VERSION 1 SERIAL NUMBER 370 DATE TIME Jan03,07 21:34:01 Jan03,07 21:34:01 Jan03.07 21:34:52 Jan03,07 21:34:52 Jan03,07 21:35:51 Jan03,07 21:35:51 Jan03,07 21:36:41 Jan03,07 21:36:41 Jan03.O7 21:37:36 Jan03,07 21:37:36 Jan03,07 21:38:37 Jan03,07 21:38:37 Jan03,07 21:39:24 Jan03,07 21:39:24 SENSOR STANDARD GAMMA 0.000 [API-GR ] GAMMA 283.000 [API-GR ] RES(FL) 0.850 [OHM-M ] RES(FL) 39.200 [OHM-M ] SP 0.000 [MV ] SP 340.000 [MV ] RES(16N) 0.000 [OHM-M ] RES(16N) 1996.000 [OHM-M ] RES(64N) 0.000 [OHM-M ] RES(64N) 1990.000 [OHM-M ] TEMP 41.500 [DEG F ] TEMP 170.500 [DEG F ] RES 0.000 [OHM RES 988.000 [OHM ] RESPONSE 3.00 [CPS] 253.00 [CPS] 6065.00 (CPS) 52147.00 [CPS] 328428.00 [CPS] 164375.00 [CPS] 5180.00 [CPS] 427665.00 [CPS] 5255,00 [CPS] 418875.00 [CPS] 81395.00 [CPS] 464353.00 [CPS] 5465.00 [CPS] 164510.00 [CPS] 1 I i SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION SEPTEMBER 2007 tl mwwux acre a c"m sn y—. ?—%. . rr... a...... 60ULM I=,=ffr� WAROM TIM7UM pad M M ►M MR 7M=J COVER shm G-001 - ��� ��o i�iiias .... .. .. . fij 11 . . . . . . . . . -.4-A it e rjj rx 2 A U - ,- 4N I Ell �F T - A M M inx,1111i gill sa sit y88 6p�� N ra V� N R 4 ary solral A -� .. �—� lttig ini'!.B aY na a was w wm m ___-- d kw-e a ipeiB v p r I U '. �uA co I pM !awc-m->�yu� �rxner•,anv wa+�� ti g s�-= :;pad � •t i �� �.. It - - i a MOWi axogul N i R ;3 4 yyyy�iC r i I i �- I i � t t i t i 1 �,h V� t 119� No Text _J L Free cowo SIMIAM THRUST BLOCK BEARING AREA (SF) nrtuc U8 BQrD ®% 22 1& MAo 11 I/$ wo 16S A wo a" A SA 11 2.1 L1 V e eA as u u se e v 7a i. T,. e� W TIE Nmf a X NLNM LUM AM tmMs;c s. T LEGEND EM =6 wa z wmc ma Maamt Immr mm if VE01M M S-MW U19S M MY OMMM AS SUM ow I. SWLL S wmc me" MOO KAM W WX OR AMMM 1MWMM ME➢M N VIM LMm MAVMwsaMWAMDOMb$KIM 9Ik —1 Ml M Max MO Wa ML RA® w MMo a WMG AS 9MFM MUSK %PU8E MWVM w Mi OF M WMAM 09M AS 518'M �"� mwax »ate v g acc03CRM UAW x 3rIi' a` bin Ter �u�u p� ��n /\ ..yyy��� I �AZL__.._.. _InYfMPMG m a WR P (j �1 T{N11NR]{: FM Ii.G //�Cl FYR :N MM boas s MMOM aMoeb, ems. 7As �`— ua%nA+sa p. ADIM TB flAMi a!!��Oprc�MC OR a�a c=14 %VYING Vff AS swo .11 ,eao ORAGE R 46 PEND84 CMOI Ij �t,V� r cn ■ as 491.0 LL�ONE Ca1Mt © „''ma ww ue M TMXM OETM. ANt �RALiE FOR PIa1G OETAM. �`[C 617E VALVE OQNL 1%A r a �� r s[ I1J r soy[ I�rir..rr+rr. oeaex Iv A' P" 7f"m ISO" �Dq 77}70%1 -40 GENERAL WATER 06TAIL8 C-501