Loading...
HomeMy WebLinkAboutResolution - 4785 - Contract - Terra Engineers Inc - Methane Monitoring Wells - 03_23_1995Resolution No. 4785 March 23, 1995 Item #20 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract and all related documents by and between the City of Lubbock and Terra Engineers, Inc., of Lubbock, Texas, to furnish and install all materials as bid for the Methane Monitoring Wells, for the City of Lubbock, which contract is attached hereto, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 23rd day of March 1995. ATTEST: . Betty M., Johnson, Uity Secretary APPROVED AS TO CONTENT: Victor Kilmhn, Purchasing Manager ASTOF Dbrfald G. Vandiver, Fi Assistant City Attorney dp:ccdms\Tam.Res March 15, 1995 7� 4ho �- ,, �P 41R •„ I�10r'MW Vic 141 .A 41 Aim 1 • r - r .fr (1. Y. d YY<.�� Y 40'.AA. IMliry'iM f rrw, �i * •• � � tl61o:... � �W++T 1 :�w"�YM��,'r w#wr�A a. 1 Vil... %MDO- `!1 me ..f _ .. .1 Ilgl W 4 4! Pa 1N r 1! � rdW y�a�r M;*WIN - R Awirr r, . ,. a W,— r City of Lubbock P.O. Box 2000 Lubbock, Texas 72457 e06-767-2167 MAILED TO VENDOR CLOSE DATE: Office of Purchasing March 2,1995 March 9,1995 @ 3:00 P.M. Bid #13188- METHANE MONITORING WELLS ADDENDUM # 1 Please modify or amend Contract Documents as follows: 1. The Owner's Representative for this project will be STEVE JOHNSON. Solid Waster Superintendent. YOU, r Ron Shuffiel Senior Buyer PLEASE RETURN ONE COPY WITH YOUR BID CITY OF LUBBOCK REQUEST FOR BIDS FOR TITLE: METHANE MONITORING WELLS ADDRESS: LUBBOCK, TEXAS BID NUMBER- 13198 PROJECT NUMBER 9079.8302 CONTRACT PREPARED BY: PURCHASING DEPARTMENT r^ 1. NOTICE TO BIDDERS F. 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS ' 4. PAYMENT BOND S. PERFORMANCE BOND i 6. CERTIFICATE OF INSURANCE t. 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT r - 9. CURRENT WAGE DETERMINATIONS r- 10. SPECIFICATIONS 11. SPECIAL CONDITIONS c 12. NOTICE OF ACCEPTANCE r No Text INVITATION TO BIDDERS BID #13138 Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until �3:00 o'clock o.m. on the 9th day of March,1995. or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform L all work for the construction of the following described project: L "MET11ANE MONITORING WELLS" After the expiration of the time and date above first written, said sealed bids will be opened by the Buyer at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 23rd day of March,1995. at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Pest Rating of P or 'or as the rating of the bond company is a factor that will be considered in determination of the lowest aponsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required k Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to r` the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. t� It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions k under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly meted and considered in the preparation of the bid submitted The plans, specifications, proposal forms and contract documents may be examined at the office of Parkhill, Smith 8c Cooper, Inc., 4010 Avenue R, Lubbock, Texas 79412. r Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the f contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. r r The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award i ro f There will be a pre -bid conference on 2nd day of March,1"5. at 11:00 o'clock a.m., in the Purchasing Conference Room L04, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting. r'- i ADVERTISEMENT FOR BIDS BID #13188 Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock, Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 3:00 o'clock mm. on the 9th day of March,1995, 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: "METHANE MONITORING WELLS" Alter the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and publicly read aloud. The plans, specifications, bid forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage sales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock r The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. There will be a prebid conference on the 2nd day of Mamb,1995, at 11:00 a.m., in the Purchasing Conference Room L04, 1625 13th Street, Lubbock, Texas. { The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid k openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (8W) 767 2167 (Monday -Friday, 9:00 - 5:00 p.m.) or 1625 13th Street, Room L-04 at least 48 hours in advance of the meeting. CITY F LUBB a Y /OiNd# SENIOR BUYER 7 No Text r C" GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence. machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the METHANE MONITORING WELLS. 2. CONTRACT DOCUNS'NTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit The contract documents, may be examined without charge as noted in the Notice to Bidders. r� 4. TIME AND ORDER FOR COMPLETION r The construction covered by the contract documents shall be fully completed within 45(Forty-rive ) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. t ` 6. AFFIDAVITS OF BILLS PAID f 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 7. 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. I I J 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to Ena1 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). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. G (b) A sworn statement of the current financial condition of the bidder. is (c) Equipment schedule. 11. TEXAS STATE SALES TAX �— This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act .� The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be f incorporated into the work without paying the tax at the time of purchase. 12. 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 rcontemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, i at Contractor's expense. r 13. BARRICADES AND SAFETY MEASURES l 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. Tile 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 i and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of Chy's certificate of acceptance of the project. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall farther use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all eases 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. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. F16. INSURANCE 7 r f 17. 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, 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. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned, The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. r� (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the t" 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. 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. is. 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 frill (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible i� 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. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES �,... Proposals submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered ! 20. PREPARATION FOR PROPOSAL J The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in r and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or ( furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of ` discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the 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 j" 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. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). 21 Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 13OUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) • Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. No Text 6' p �BID PROPOSAL BID FOR UNIT PRICE PLACE: Lubbock DATE: March 9, 1995 PROJECT NO: 131WMETHANE MONITORING WELLS Proposal of Terra Eng ineers , Inc. called "Bidder") To the Honorable Mayor and City Council City of Lubbock, Texas called "Owner") Gentlemen: The Bidder in compliance with your invitation for bids for "METHANE MONITORING WELLS" having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the prices stated in Exhibit "A". The Bidder binds himself on acceptance of his proposal to execute a contract and any required bonds, according to r., the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this proposal. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 45 (Forty-five) calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay the owner as liquidated damages the sum of $100.00 (One Hundred Dollars) for each calendar day in excess of the time set r• forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with of the General Instructions to Bidder. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. F 1r Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety _ company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all .necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this proposal is a Cashiefs Check or Certified Check for Orp tharand smm tuxlmd ark 61/100 Dollars ($_ 1.726,61 ) or a Proposal Bond in the sum of Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include allcontract documents made available to him for his inspection in accordance with the Notice to Bidders. (Seal if Bidder is a Corporation) ATTEST: w Iw Terra Engineers, Inc. Contractor _President r G, EXHIBIT A PROPOSAL CITY OF LUBBOCK METHANE MONITORING WEELLS BID #13188 Item Quantity No. & Unit Description of Item and Unit Price BASE BID 1. 589 Drilling 8" Minimum Diameter Methane V.F. Wells from Ground Surface to Bottom of Hole including Cement-Bentonite Slurry at a unit price per vertical foot: Total Amount Thirty seven Dollars and forty Cents ($ 37.40 ) '$ 22,028.60 The total amount for Item 1 consists of: MATERIALS: $ 7,892.00 LABOR: $ 14,136.60 2. 120 Casing wells with 1-inch PVC Casing, at L.F. a unit price per linear foot: Ten Dollars and M Cents ($ 10.00 ) $ 1,200.00 The total amount for Item 2 consists of: MATERIALS: $ 360.00 LABOR: $ 840.00 3. 481 Screening wells with 1-inch PVC Well L.F. Screen, at a unit price per linear foot:_ Ten Dollars and fifty, Cents ($ 10.50 ) $ 5,050.50 The total amount for Item 3 consists of: MATERIALS: $ 1,FR14_Sn LABOR: $ 1.167.00 CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS P - 1 2679-95 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 4. 11 Gravel Filter Pack Furnished and Placed Tons in Wells as specified, at a unit price per ton: Fifty-one ty-one Dollars and 00 Cents ($ 51.00 ) $ 561.00 The total amount for Item 4 consists of: MATERIALS: $ 141.00 LABOR: $ 420.00 5. 5 Sand Filter Pack Furnished and Placed in C.F. Wells above Gravel Filter Pack at a unit price per cubic foot: Thirty-six Dollars and eighty Cents ($ 36.80 ) $ 184.00 The total amount for Item 5 consists of: MATERIALS: $ 100.00 LABOR: $ 84.00 6. 12 Furnish and Install Concrete Slabs Each including steel reinforcement as shown on the plans at the unit price each: Two hundred and fourteen Dollars and 00 Cents ($ 214.00 ) $ 2,568.00 The total amount for Item 6 consists of: MATERIALS: $ 552.00 LABOR: $ 2.n m_on SubTotal Base Bid (All Items 1-6) CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS P - 2 2679-95 Item Quantity No. & Unit Description of Item and Unit Price Total Amount Total Breakdown of Materials and Labor Incorporated into Base Bid (Items 1-6) • Total Materials to be incorporated into the project, $ 10,728.50 • Total Labor, superintendence, equipment, supplies, etc., as necessary to construct the project. $ 20,863.60 • Total Base Bid (Should agree with Subtotal Base Bid shown above) ADDITIVES A-1. 12 Digging Slush Pits, at the unit price Each each: and 00 Cents ($ 170.00 ) The total amount for Item A-1 consists of: MATERIALS: $ N/A LABOR: $ 170.00 A-2 12 Bailing Water from Methane Wells, Hours complete per hour of actual bailing: Dollars and ,QO Cents ($ 75.00 ) The total amount for Item A-2 consists of : MATERIALS: $ N/A LABOR: $ 75.00 $ 31,592.10 $ 2,040.00 Subtotal Additives (Items A-1 and A-2) $ 2,940.00 CITY OF UJBBOCK, TEXAS METHANE MONITORING WELLS P - 3 2679-95 7 kItem Quantity No. & Unit Description of Item and Unit Price Total Amount A-2 12 Bailing Water from Methane Wells, Hours complete per hour of actual bailing: kI P Dollars and Cents ($ ) $ Grand Total Additives (Items A-1 and A-2) (Base Bid and Additives) $ 34,532.10 9 I AUTHORIZED SIGNATURE President I CV4 26' ATTEST SECRETARY CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS P - 3 2679-95 LIST OF SUBCONTRACTORS I 1. 2. r 3. 4. ' S. 6. 7. 8. r 9. ' 10. Minority Owned Yes No BOND CHECK BEST RATING LICENSP I TEXAS DAT1 .. y �� Bond # TX 565 1256-00 r STATUTORY PAYMEM BOND PURSUANT TO ARTICLE S 160 OF THE REVISED CIVIL STATUTES OF TEXAS : , AS AMENDED BY ACTS OF THE.56TH LEGISLATURE, REGULAR SESSION, 1959 ENOW ALL MEN BY THESE PRESENTS that Terra Engineers, Inc. called the Princi s a . (hereinafter Principal(s). Universal Surety of America reinaikr called the Surety(s). as Surety(s). are held and firtnl bound unto the ity of Lubbock (hereinafter called the Obligee), in amount of Thirty one Thousand Five Hundreyy ° ful mosey of the United Statrs fot the yaymeai whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors assd assigns. jointly and severally. firmly by these presents. l a AS, the has entered into a certain written contract with the Obligee, dated the � y of /'i 19jj to- r , Methane Well Monitoring nd said Principal under the law is required before commencing the work provided for in said eoritract to execute a bond in the mount 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. k Now. THEREFORE, THE COMMON 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, robligation shall be void; otherwise to remain in full force and effect; L PROVIDED, HOWEVER, that this bond is euecuted pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature. Regular Session, 1959, and all liabilities on this bond shall be determined in rdance with the provisions of said Article to the, same extent as if it were copied at length hercin. 7111co IN WPINESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 20th day of ,April 19 95 s 3 Universal Surety of America Terra Engineers$ Inc. Surety Principal itic) Gle ndkRychener �At ey—In-Fact (Title) ' By: (Title) By: (Title) k t rThe undersi8ed surety company represents that it is duly qualified to do business in Texas, and hereby designates Cam Fannin an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service ofprncess may be had in matters arising out of such suretyship. Universal Surety of America Surety BY: itle) Glenda chener Ziproved as to form: Attorney —In —Fact w 7ty of Lubbock r . 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 �srson has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. i. 4 r- r r •. r r r r l l PERFORMANCE BOND { r c !"" BOND CHECK BEST RATING I LICENS IN TEXAS DATES/ By �� r r Bond # TX 5651256-00 STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE S 160 OF THE REVISED CrM STATUTES OF TEXAS AS .' AMENDED BY ACTS OF THE 56TH LEGISLATURE. REGULAR SESSION 1959 I=W ALL MEN BY TENSE PRESENTS, that Terra Eng eexs Inc= �ereina$er called the Principal(s). as Principal(s). and Universal Surety of America (!" xinafter called the Surety(s). as Surety(s), are held and un i 'cof Fiinafter called the Obligee), in amount o9hirty0ne Thousand Five HundredMt( ° '1�w 1�t51`thc United States for the payment whereot; the said Principal and Surety bind themselves, and their heirs, administrators. executors, successors and assigns, j" "dly and telly, firmly by these presents. 4 y VVFIEAS. the JPrincipal has entered into a certain written contract with the Obligee, dated the 21 day of r191to Methane Well Monitoring n tt I said principal under the law is required before commencing the work provided for in said contract to execute a bond in the s.. ount 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. r 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 t-Temain in full force and effect. 4 ' PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in f*�ordance 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 20t7day of 19 95 _ Universal Surety of America ft �Titlt) G ends Rych er Attorney=ln—Fact r- r k' Terra Engineers Principal By- ta41,0-' (Title) .%1e," de'- (Title) By: (ride) r The undersigned surety company represents that it is duly qualified to do business in Texas. and hereby ipates �R/F,annin an agent resident in Lubbock County to;whom any requisite notices maybe delivered and on whom service of 'process may be had in matters arising out of such suretyship. Universal Surety •of America Surety .fie) Glenda y4hener .. . approved as to Form Attorney -In -Fact.• ty of Lubbock •� Ely- r ty Attorney Note: - If signed by an offioer 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 Atiorncy in Fact, we must have copy of power of attorney for our files. i s, G ' r• . f C • I: w ..tAr:":'fi2'.•A:r_.;_l?i•Ii. '.J'ry SLATY .OFr: AMERICA ` ' P O BOX 14d8+=Houst*i Tdxas 77251-1068 �. ' GENERAL; POWEROF ATTO rRNEY -, CERTIFIED COPY A4ewECa�m7Fannin f i r crvr TX 5651256 00 Insurance Agency, Inc. av i ,. Know.All Men b These Presents, t' UNIVERSAL S • . , R .• Thar URETY OF.AMERICA, a corporation'duly organized and existing under.the laws of the State ofTexas, and having its pricipal office in Houston, Texas; does by.these presents make,.eonstitute and appoint t Cathy' Sechrlst Glenda Rychener Cam L. Fannin r f fi`' Stephen Fannin' Y, Robert 1K. Cokerham s ,. of. Lubbock aad'State of Texas' . it'strne and lawful Attioiney(s)-m-Fact, with full mower and authority hereby Y:'r IF conferred m its name, place and stead, to execute, acknowledge and deliver Bonds �not to exceed'$250,000.00?unless such is accompanied by letter of a r f authority, signed by the President,' Secretary or, Executive Vice President .. of..Universal,Surety'of'Am ca. 1 and to bind the.. an th b `as full t if such bo were si ed th ` si ed.with the corporate seal of tiie ere and to the same as rids a Pre seal s �P Y Y, Y !'p by , orpor�t ;Company and duty attested by its Secretary; hereby, ratifying and °conSimirrg.all-that the sand. Attorneys}in-Fact;may dowithin the stated r . g adopted Y Sand appointment is made under and by authorityof the limitations; and such authority is to continue in. force until 12/31/96 followin resolution ad ted b the Board of Directors of Universal Surety of America at a meeting held on the 1 lth day of July,1984 and author to 'at an one or more suitable "Be It Resolved, that the President, and as Vice President, Secretary orrany Assistant Secretary shall be s is hereby vested with full power any .I ty appoint y :-.f •'table persons as Attortrey(s}in-Fact to, represent and act for and on behalf of the Company." , � CERTIFICATE OF INSURANCE wr .f elf %t it•a o >• hu M+}Mrx+;4?'a'•ore'+ku9t4S'r.•+. .f. rarM k>�td..•..x'f't 9!µ Al1,d�NY!•k�f,.n•.tu�i• CORD 'RODI)CER Cam Fannin Insurance Agency, Inc. r"1810 50th Street F. O. Box 6743 Lubbock, TX 79493-6745 i INSURED ._.. i Terra Engineers, Inc. 11 Shakuntala is C.R.O. Yallabhan P. O. Sax 16605 r^Lubbock, TX 79490-6605 If ISSUE DATE (M yM/rDONY) . ' 05 15 9S ro-r<a> D AS A MATTER OF INFORMATION ONLY AND THE CERTIFICATE HOLDER. THIS CERTIFICATE MEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE :LOW, COMPANIES AFFORDING COVERAGE Aw A ILLiN0I8 IIES Excums LJ�'REA B TRINITY Mn-"RSAL Ilw8 CO OF KS ? C H03iSJ n= INJ3 co LETTIM COMPLE� D 8TAT8 INS FOND ' L� x, E MMERWRITERS AT AyDa LONDON THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, O t TYPE OF INSURANCE POLICY NUMBER P0L1GY EFFECTIVE DATE (MMM M(j POLICY 1EXPIRATION DATE (MM100(M UMJTB A GENERAL LIABILITY X COMMERCIAL GENERAL.UASIUnr CAMS MADE r x J OCCUR, OWNERS& CONTRACTOR'SPROT. JDOL174160-R2 03/09/95 03/09/96 AENEAAL A03FIEGATE s 1 r Q 0 fl, fl Q 0 1 S 0 0_0 , 0 0 0 1 11000, 000_ I _ PRODJCU400MP/OPAGO. PEFCONAL k ADV, aWA RY EAC'H00MFIRENCE FIRE DAMAGE (Any we fire) MEMEXPENSE(Anyorwporaon I It a AUTOMOBILE EDIBILITYNY COMBINED BINOLE : 11000,000 AA= TCA0366796-04 04/01/95 04/01/96 LIMIT , ALL OWNED AUTOS GODLY A4JURY X SCHEDULEDAUT06 (Perpermn) = BOO! LY INJURY X HIRED AUTOS X NONOMDAUTM (P�r e0oldar+q E . GARAGE UABLITY l PPKXS TY DAMAQ1 is C EXCESS LIABILITY EACH OCCUR,"?• ENCE } >; .1 0 0 0 , 0 0 0 X UMBREIUARM ITRRElIIlEB051595 05/25/95 05/15/96 AOGIZMATE - is 1,00Q 000 OTHER THAN UMBRELLA FOAM rD $TATLtTORY UMRS _ _ s 1 OoO, 000 WORKIR1 COMMINSATION UP0001004190-01 02/27/93 02/27/96 EACHA�DENT AND S 1,000,000p— DISEASE. POLICY uM1T_ F4 EMPLOYERS' L1JIBtLTY _ . , i 0 fl O. fl 0 0 DISEASr--EACH EMPLOYEE (%]Professional Liabili IVA24026A/B ( 05/30/94 I 05/30/95 Aggragaim I,000:0001 7 DESCRIPMR OF OPERATIONSROCATTONW MICLEB/BPECIAL RMMS T --- Builders Risks Eff 5115/95-96s Limit $31,5121 $1000 Deductible written r, written with the Phoenix Assurance Company Cit of Lubbock shown as Additionl Insured Pal On DOL17447 TCA636679 e14�4'•��Y.YWL%►'iY�KV...l•tl►4L' eulSe�.'! �.•Yu�.nt. i .trytI4K3 h3 '�'e:i:.,i.�a.a.i M^'t W'. ..:. %t Y F'i^i .l.,�t./a..<.>we.ex.......a... .... .. City of Lubbock P. 0. Box 2000 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE 1S$UJNG COMPANY WILL ENDEAVOR TO MAIL 1_ OAY8 WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE $HALL IMPOSE NO OBLIGATION OR L(A$JLTTY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES, n ��I'�����• INSURANCEMNPER ISSUE DATE IMMIOQrYYI 5/16/95 THIS SENDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITION$ SHOWN ON THE REVERSE SIDE OF THIS FORM. I RODUCER COMPANY BINDER NO. Int>arEstate Fire & Casualty Cam Fannin Insurance Agency DATE TOE TOETEXPIRATION YuIE 3 r 745 5/15/95 1201 x x1 Lubbocks Tx79493-6745 : PM 6/15/95 N�� THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED CODE SUES CODE COMPANY PEA EXPIRING POLICY NO - DESCRIPTION OF OPERATIONSNEHICLESIPROPERTY (Including Location) FNSURCD i Owners, Contractors Protective Liability ; City of Lubbock P. 0. Box 2000., Lubbock, Tx 79457 r ...... ..... COVERAWS uMrrs TYPE OF INSURANCE` COVERAGEMORMS AMOUNT DEDUCTIBLE COINSUR. r'ROPERTY CAUSES OF LOSS BASIC BROAD SPEC, j f 3ENERAL LIABILITY COMMERGYAL GENERAL LIABILIYY CLAIMS MADE OCCUR jJ x OWNER'S i CONTRACTOR'S PROT. AUTOMOBILE LIABILTY ANY AUTO ALL OWNED AUTOS n SCHEDULED AUTOS e HIRED AUTOS NON -OWNED AUTOS �+ GARAGE LIABILITY AUTO PHYSICAL DAMAGE OEDUCTIBLE 7. COLLISION: OTHER THAN COL' EXCESS LIABILITY UMBRELLA FORM orNER THAN VM13RELLA FORM f WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY CONOITIONSIOTHER COVIRAGES ALL VEHICLES SCHEDULED VEHICLES MADE: JOB: Terra Engineers, Contract/Bid #13188 Lubbock, Texas NAME & ADDRESS r MORTGAGEE LOSS PAYEE LOAN N GENERAL A0GRE0AIE $ 500, 000 PR00UCTS _ COMPIOP AGG. d PERSONAL A ADV. INJURY $ EACH OCCURRENCE S 500,000 FIRE DAMAGE (Any one Ire) S MEO EXPENSE Any we q csm) S COMBINED SINGLE LIME'( S BODILY INJURY (Per pemnl S BODILY INJURY (P.r oxjdQnl) d PROPERTY DAMAGE i MEDICAL PAYMENTS S PERSONAL INJURY PROT. S UNINSURED MOTORIST i ACTUAL CASH VALUE STATED AMOUNT i OTHER EACH OCCURRENCE Ei AGGREGATE S STATUTORY LIMITS EACH ACCIUEN r i DISE ASF-POLICY LIMIT S UlbtASt.EACl1 EMPLOYCE S AOoiriWL INSURED h CAM FANNIN INSUPANCE A4LMCY r r .. CONTRACTOR CHECKLIST I 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; (S) 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 10 days after the contractor r„ knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: r F P r r i 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 emplyee." "Call the Texas Workers' Compensation Commission at 512/440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an 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, (0) 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 (ID 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. D r �i I F CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23rd day of March,1995, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and TERRA ENGINEERS, INC., of the City of Lubbock, County of Lubbock, 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: BID #13188 - METHANE MONITORING WELLS - $31,592.10 rand 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. 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. ��V =, 1 APPROVED AS TO CONTENT: APPROVED AS TO FORM: ATTEST: Corporate Secretary r d ,0 s t COMPLETE ADDRESS: Terra Engineers, Inc. P.O. Box 16605 Lubbock, Texas 79490-6605 GENERAL CONDITIONS OF THE AGREEMENT Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 1 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, oo-partnership or corporation, to -wit: who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE s Whenever the word Owners Representative or representative is used in this contract, it shall be understood as referring to DEBRA FRANKHOUSER, ASSISTANCE SOLID WASTE SUPERMMNDENT, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bands (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. S. 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. ; YLZ�Zi_.rrt _[ylI . 7. r 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. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. r" 1 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work descnberi in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. is All work shall be done and all materials furnished in strict conformity with the contract documents. r" 9. SUBSTANTIALLY COIVSPLETED 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. A�. YOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY ,,,, The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the Rork, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. 13. LINES AND GRADES All lines and es shall be furnished the Owner's . grad by Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and plane where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of cureless destruction or �., removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. r-a 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 shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further �^ agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction ` thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owners Representatives's estimates and findings shall be condition.-, precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided It is the intent of this F Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's *.. Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to w arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 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 r. 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 six (6) days make written appeal to the Owner's Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be FOR binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. 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. r•• The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. r r.+ 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, ✓- and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of ` the terms or obligations herein contained 1 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required r under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, '•• tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANUATION 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 r The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be r" contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. p.. rr H any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or r., selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS 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 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 establisher for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In cease the Owner shall make such changes or alterations as shall make useless any ,., work already done or material already furnisher or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (1501a) per cent •M In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used �- on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insumces 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 r incorporated in the written extra work order. The fifteen percent (1501c) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superirrtendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the 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 (Q. The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. r 25. DISCREPANCIES AND OMISSIONS r.. It is further agreed that it is the intent of this contract that all work 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. U the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work •- in accordance with these plans and specifications. It is further understood that ay request for clarification must be submitted no later than five days prior to the opening of bids. r 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 his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. r r PM 27. PROTECTION AGAINST ACCIDENT TO EA-LOYEES AND THE PUBU The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and r. 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 inoompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the r" execution and supervision'of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with casts which may be obtained against the Owner or any of its officers, agents, or employees including ,.. attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the t' Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. p 28. CONTRACTOR'S INSURANCE 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 prior to contract execution. A. Comprehensive General Liability Insurance r" The contractor shall have Comprehensive General Liability Insurance with limits of $5W.00O Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard i Contractual Liability r- Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows: For bodily iajuries, including accidental death and or property damage, S500 000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500.000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of S 1000 000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance $ Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,0DO 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 statutoryworkers' compembc m insurance coverage for the person's or cntity'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 contractoes/person's work on the project has been completed and accepted by the governmental entity. r Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which funushes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or r- 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 fooditverage 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 r" duration of the project. r I P— 3. The Contractor most 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. S. 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. 4. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the contractor: .(1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; r (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers'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 rase 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 penaltia4 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 entities the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy maybe canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. () 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 overage to the governmental entity prior to beginning work on the project; (e) 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 certifies of coverage showing coverage for all persons providing services on the project; and (h) 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 overage and report failure to provide overage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the projee4 regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information on the legal requirementfor 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 overage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; w, r l r" 29. 30. 31 (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (v) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mad 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 (vw) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - ft with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee, compensation, job training, and other terms, conditions, and priviliges of employment. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS. MATERIALMEN, AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (S) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a stun equal to -the amount of such unpaid indebtedness or may apply the stun so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 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. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereot; except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless P- from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. r 32. LAWS AND ORDINANCES r, The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, P which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims i arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' %^ Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work - If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. ' The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into r„ contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. f 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 34. TPAE FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper ^, extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractors total compensation, the sum of $100.00 (ONE HUNDRED) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work It is expressly understood and agreed, by and between Contractor and the Owner, that the, time for the completion of the worm described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is i agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing a r 7 P4 37 38. 39. work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes 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. EXTENSION OF TARE The Contractor agrees that he has submitted his 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 33 herdnabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, 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. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then submit such written request to the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown 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. 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. 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. L& - ' 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 bum 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 r., No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work Before final payment is made, `~ Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provide in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabrics into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less S% of the amount thereof, which S% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been r.. completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished un6:r the terms of the agreement, and shallcertify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if ,^" any) of this contract or required in the specifications made a part of this contract. i F" ..r w, 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming; to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or d replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written 1 notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve thr, Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work 7 resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT Wrn*%I D The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to r" such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 48. TIME OF FILING CLAIMS i It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Ownees Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative PM and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from R" the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, 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. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of T such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. r In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this 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 undies this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to r the Owner, or (b) The Owner, under sealed bids, after notice lashed pub ' 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. However, should the cost to roll, 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. r When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be isrue d. 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, whereon the Contractor or his Surety, or the OwneT as the rase may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate 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 r•. 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 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner i within the time designated hercmabove, 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 at the respective addresses designated in this contract; provided, however, that actual written r0* 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 subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) 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. 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 which remain on the +jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and r^. all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner r a who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. { 51. BONDS �.., The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 1000/a of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be ilL effect until such bonds are so. furnished. r 52, SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the sped conditions shall control. a 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR "^ Contractor is, and shall remain, an independent contractor with fulL complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owm:r or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other . person, firm, or corporation. 55. CLEANING UP The Contractor shall at all times koep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the workroom 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. PW ro, i r L 1h Ira 1 CURRENT WAGE DETERNUNATIONS r� r+� keso wt i on :;2502 January 8, 1987 �- Agenda Item 7#18 t r DGV:da RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and. WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: - Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. TTE Ranett#�- Boyd, City Secretary APPROVED q TO ONTENT: Bi 1 P yne, D rector of Building Services e- L B.C. McMINN, MAYOR APPROVED AS TO FORM: Donald G. Vanaiver, First Assistant City Attorney t EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator - Heavy Light 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 Hourly Rate $11.60 8.35 5.50 10.50 5.00 11.00 5.50 7.35 8.70 10.50 5.25 8.00 5.70 8.00 7.50 9.50 5.00 7.30 4.75 5.60 8.75 9.25 6.00 7.65 4.75 8.75 5.50 8.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator Roller Scraper Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 7 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT O Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is.l 1/2 times base rate. No Text TECHNICAL SPECIFICATIONS FOR METHANE MONITORING WELLS CITY OF LUBBOCK, TEXAS MUNICIPAL SOLID WASTE LANDFILL MSW PERMIT NO. 0069 FEBRUARY 1995 mN�N.NmmmMml "Moo 0 ream■■■. ■; ! Pik"0�u iKo Parkhill. Smith & Cooper, Inc. ••■•••••••••••i•• Engineers 0 Architects 0 Planners y,_ TABLE OF CONTENTS CITY OF LUBBOCK, TEXAS MUNICIPAL SOLID WASTE LANDFILL METHANE MONITORING WELLS NUMBER OF PAGES SECTION 01010 Summary of Work 2 SECTION 01019 Contract Considerations 1 SECTION 01025 Measurement and Payment 3 SECTION 01039 Coordination and Meetings 2 SECTION 01090 Reference Standards 2 SECTION 01300 Submittals 3 SECTION 01400 Quality Control 2 SECTION 01500 Construction Facilities and Temporary Controls 2 SECTION 01600 Material and Equipment 2 SECTION 01700 Contract Closeout 2 SECTION 02146 Methane Monitoring Wells 6 SECTION 03100 Concrete Formwork 3 SECTION 03200 Concrete Reinforcement 2 SECTION 03300 Cast -in -Place Concrete 4 SECTION 09900 Painting 4 APPENDIX A TABLE 1 Methane Well (Gas Monitoring Probe) Approximate Vertical Dimensions EXHIBIT 1 Methane Monitoring Wells Layout Plan EXHIBIT 2 Permanent Gas Monitoring Probes (Section A -A) EXHIBIT 3 Permanent Gas Monitoring Probes (Plan and Bollard Detail) EXHIBIT 4 Permanent Gas Monitoring Probes (Lab Cock Valve and quick Coupling Details, Well Identification Options) APPENDIX B FORM 1 Soil Borehole Construction Log FORM 2 Construction Log (Gas Probe) SECTION 01010 FSUMMARY 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. Contract General Conditions. j' B. Contract Special Provisions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas "Methane Monitoring Wells." B. Location: City of Lubbock, Texas, Municipal Solid Waste Landfill, one mile west of I-27, one and one-half miles n.orth'of FM 2641. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: 1. Methane Monitoring Wells 2. Slush pits 3. Drilling 4. Drilling Logs 5. Casing and Well Screen Installation 6. Sand Filter Pack 7. Gravel Filter Pack 8. Cement-Bentonite Slurry 9. Reinforced Concrete Well Slab 10. Protective Pipe Bollards 11. Well Protective Covers, and 12. Painting. 1.4 CONTRACTOR USE OF SITE A. Limit use of site to allow one -Owner occupancy. B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. 1.5 OWNER OCCUPANCY A. The Owner will occupy the site during construction for the conduct of normal operations. �., B. Cooperate with Owner to minimize conflict, and to facilitate n Owner's operations. C. Schedule the Work to accommodate this requirement. .' CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01010 - 1 2679-95 r, PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01010 - 2 2679-95 SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL 1.1 SECTION INCLUDES- A. Application for Payment. B. Change procedures. 1.2 RELATED SECTIONS A. Section 01300 - Submittals. B. Section 01600 - Material and Equipment: Product options. 1.3 APPLICATIONS FOR PAYMENT A. Submit four copies of each application to the Engineer. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. 1.4 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions, Special Provisions and Supplementary Conditions of the Contract. PART 2 PRODUCTS Not Used PART 3 EXECUTION* Not Used END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01019 - 1 2679-95 f'* 4 F k ' SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL The unit price or lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid prices on the various items. 1.1 SLUSH PITS 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, regrading the entire well site location, at the contract unit price for "Digging Slush Pit." 1.2 DRILLING WELLS The total depth of the holes, as authorized by the Engineer, measured from the ground surface to the bottom of the hole will be measured for payment. This price shall include all costs of drilling the hole through whatever materials are encountered to the depth directed by the Engineer; for keeping the log; and for cleaning the well. The unit price of drilling well shall also include the cost of materials and placement of the cement -bentonite slurry surface seal, complete and in place. 1.3 CASING AND WELL SCREEN The actual amount of casing placed in the wells will be measured in accordance with the specifications. Payment for the casing will be made under two items as follows: 1.3.1 Payment for the actual amount of casing placed in the wells will be made at the contract unit price per linear foot for one -inch casing. This price shall include all costs of furnishing and setting the casing as specified. 1.3.2 Payment for well screen will be made for the actual length of well screen placed in the wells at the contract unit price per linear foot for one - inch well screen. This price shall include all costs of furnishing and setting the well screen as specified. 1.4 GRAVEL FILTER PACK �- The actual number of tons of gravel filter pack placed in the wells will be determined by weighing. This determination will be made by weighing the `. gravel filter pack delivered to the wells and deducting therefrom the weight of pop, any material not actually placed in the wells. Payment will be made for the p CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01025 - 1 2679-95 i t actual number of tons of gravel filter pack placed in the wells at the contract unit price per ton. This bid price shall be complete compensation for furnishing the gravel filter pack, loading and unloading, providing the pipe and other equipment required to place the gravel filter pack as specified, furnishing weight tickets on the materials and other incidental costs. 1.5 SAND FILTER PACK The actual number of cubic feet of sand filter pack placed in the wells will be determined by the number of bags of filter sand used. Each full bag will be considered as one cubic foot. Payment will be made for the actual number of cubic feet of sand filter pack placed in the wells at the contract unit price per cubic foot. This bid price shall be complete compensation for furnishing the sand filter pack, loading and unloading, providing the pipe and other equipment required to place the sand filter pack as specified, furnishing an accurate volume count and other incidental costs. 1.6 CONCRETE SEALING BLOCK All work involved in constructing the concrete sealing block, as well as any incidental items required for a complete installation as shown or specified shall be paid for at the unit price per each well. Price to include all concrete, steel reinforcement, form work, protective steel casing and lid, -- protective bollards, well identifications, painting, as well as labor and other miscellaneous items necessary to construct the concrete sealing block as shown on the.plans. _ 1.7 BAILING WATER FROM METHANE WELLS Payment will be made for the actual number of hours spent bailing water ` from methane wells. Equipment and labor mobilization, setup time, take -down time and demobilization time shall not be included in the quantity of time charged for bailing water. Only that time actually spent bailing water from inside the -- casing and screen will be considered for payment. Payment shall be made at the unit price bid per hour for "Bailing Water from Methane Wells". This price shall - include all costs of furnishing the equipment and labor for bailing water. 1.8 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 construction disturbed surfaces and construction sites, and in general preparing the site of the work in an orderly manner. The cost of cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. PART 2 PRODUCTS Not Used CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01025 - 2 2679-95 END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01025 - 3 2679-95 FSECTION 01039 COORDINATION AND MEETINGS �.. PART 1 GENERAL I 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. C. Site mobilization conference. 1.2 RELATED SECTIONS A. Contract General Conditions. B. Contract Special Provisions. 1.3 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. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. 1.4 FIELD ENGINEERING A. Owner will provide surveying and field engineering services. B. Well locations will be staked by Owner. 1.5 SITE MOBILIZATION CONFERENCE A. Engineer will schedule a conference at the Project site prior to Contractor occupancy. B. Attendance Required: Engineer and Contractor's Superintendent. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. 8. Procedures for testing. 9. Procedures for maintaining record documents. PART 2 PRODUCTS Not Used CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01039 - 1 2679-95 PART 3 EXECUTION Not Used CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS END OF SECTION 01039 - 2 2679-95 SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. Contract General Conditions. B. Contract Special Provisions. 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. 1.4 SCHEDULE OF REFERENCES ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 CRSI' Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 TNRCC Texas Natural Resource Conservation Commission Box 13087 Austin, Texas 78711-3087 PART 2 PRODUCTS Not Used CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01090 1 2679-95 PART 3 EXECUTION Not Used CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS END OF SECTION 01090 2 2679-95 I F11 SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C, Construction progress schedules. D. Proposed products list. E. Shop drawings. F. Product data. G. Manufacturers' instructions. H. Manufacturers' certificates. 1.2 RELATED SECTIONS A. Contract General Conditions. B. Section 01400 - Quality Control: Manufacturers' field services and _reports. C. Section 01700 - Contract Closeout: Contract warranty, manu- facturer's certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. d CITY OF LUBBOCK, TEXAS. METHANE MONITORING WELLS 01300 - 1 7 2679-95 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required identifying all changes made since previous submittal and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Revise and resubmit as required. C. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. C. For products referenced by trade name, "or equal" substitutions will be considered provided that the substitution serves the same function in every respect as the referenced trade name. Give names of manufacturers, trade name, model number and note any variations from the specifications. 1.7 SHOP DRAWINGS A. Submit in a reproducible form. B. Submit the number of reproductions which Contractor requires, plus three copies which will be retained by Engineer. C. Drawing size shall be minimum 8% x 11 inches and maximum of 24 x 36 inches. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other -data. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Paragraph 1.3 Submittal Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01300 - 2 2679-95 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference 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. PART 2 PRODUCTS Not Used --PART 3 EXECUTION Not used END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01300 - 3 2679-95 7 7 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. 1.2 RELATED SECTIONS A. Section 01090 - Reference Standards. B. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. C. Section 01600 - Material and Equipment: Requirements for material and product quality. 1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Perform work by persons qualified to produce workmanship of specified quality. 1.4 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing. Contractor shall be responsible for inspection and testing laboratory services that are a part of the submittal requirements. 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. 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. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01400 - 1 2679-95 PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS END OF SECTION 01400 - 2 2679-9° SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, water, and sanitary facilities..- B. Temporary Controls: Barriers, water control, protection of the Work, and security. rC. Construction Facilities: Progress cleaning and removal of l utilities. 1.2 RELATED SECTIONS Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY ELECTRICITY A. Provide temporary electric feeder from the existing electrical service as needed for Contractor's operations. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required by Contractor's operations. Provide flexible power cords as required. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. 1.4 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. 1.5 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.6 BARRIERS Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and i i adjacent properties from damage from construction operations and demolition. 1.7 WATER CONTROL A. Grade site to drain., Maintain excavations free of water. CITY OF IAJBBOCK, TEXAS METHANE MONITORING WELTS 01500 - 1 2679-95 i i B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.8 PROTECTION OF INSTALLED WORK Protect installed Work and provide special protection where specified in individual specification Sections. 1.9 SECURITY Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. . 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish from construction operations. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose at intervals as required to maintain clean site. 1.11 REMOVAL OF UTILITIES Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01500 - 2 2679-95 I i SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. 1.2 RELATED SECTIONS A. Section 01300 - Proposed Products List: "Or -equal" items. B. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS Products mean new material. components, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged 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. 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. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01600 - 1 2679-95 5. Store loose granular materials on solid flat surfaces in a well -drained area. Provide cover to stockpile to prevent windblown contaminants from mixing with the stockpile. Granular materials shall not be stored on bare ground or asphalt surfaces. C. Handling -- 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and -installation. 1.5 PRODUCT OPTIONS Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not used END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01600 - 2 2679-95 SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Project record documents. D. Warranties. 1.2 RELATED SECTIONS Section 01500 - Construction Facilities and Temporary Controls: Progress Cleaning. 1.3 CLOSEOUT PROCEDURES 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. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. -Submit documents to Engineer with claim for final Application for Payment. CITY OF LUBBOCK, TEXAS r METHANE MONITORING WELLS 01700 - 1 2679-95 t _ 911 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Submit prior to final Application for Payment. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used _ END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 01700 - 2 2679-95 _ i F PART 1 GENERAL 1.1 DESCRIPTION SECTION 02146 METHANE MONITORING WELLS These specifications describe the construction of 12 new methane monitoring wells. The new wells will be drilled at the specific site location designated on the plans. Well installation shall be performed by a qualified, licensed monitor -well driller, experienced specifically in the installation of landfill monitor wells.. From available data, it is estimated that the boring depth of each new well will range from approximately 11 feet to 90 feet and that each well will require approximately 2-feet to 81-feet of well screen. See Table 1. in Appendix A for planned dimensions for each well. 1.2 SUBMITTALS A. Manufacturer's affidavit for casing and screen. B. Gradation, abrasion test and soundness test for gravel filter pack. C. Sand filter pack. D. PVC pipe caps. E. Commercial well casing centering devices. F. Protective steel collar. G. Pipe for bollards. H. Concrete mix, if ready -mix plant concrete. I. Lab cock valves. J. Quick connect couplings. PART 2 PRODUCTS 2.1 CASING MATERIAL The casing shall be one -inch nominal diameter and shall be new polyvinyl chloride (PVC) Schedule 40 pipe, cell class 12454 - ASTM Specification F-480. The casing shall be furnished with flush threaded ends and 0-ring joints, and in such lengths that they can be properly handled and aligned with the equipment. No cement glue joints are permitted. No inks or other manufacturer markings will be permitted on the casing. The Contractor shall provide a manufacturer's affidavit which states the ASTM specification to which the casing complies. 2.2 WELL SCREEN MATERIAL The well screen shall be new polyvinyl chloride (PVC) Schedule 40 pipe, cell class 12454 - ASTM Specification F-480, nominal one -inch diameter. All material shall be prime quality and no rejects or limited service pipe will be acceptable. All screen pipe shall be furnished with flush threaded ends and O-ring joints. No cement glue joints are permitted. Well screen shall be free of ink, labels or other markings. Screen pipe shall be furnished in such lengths that they can CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 02146 - 1 2679-95 r be properly handled and aligned with the equipment. The Contractor shall provide a manufacturer's affidavit which states the ASTM specification to which the screen complies. The slot opening size shall be 0.020 inches wide by 1.0 inch inside length. There shall be a minimum of 2 rows of slots, with the rows spaced 180-degrees apart, along the entire length of the screen with 44 slot openings per row per foot of length of pipe. The well screen shall be of sufficient size and design to hold back and support the gravel filter pack material. The openings shall be smooth, sharp -edged and free of any burrs, chipped edges or broken pieces on the interior and exterior surface of the pipe. Field constructed screen is not acceptable. The plastic pipe screen strength properties shall be equivalent to those for the plastic casing with which the screen is used. 2.3 GRAVEL FILTER PACK Gravel for filter packing the wells shall be washed pea gravel or crushed stone and meet the following gradation: Gradation by ASTM C136 Sieve Size Percent Passing 3/8-inch 95-100 1/4-inch 0-20 No. 4 0-5 No. 10 0 The pea gravel or crushed stone shall be composed of tough, durable particles which will not exhibit more than 45 percent wear as determined by the Los Angeles Abrasion machine test, ASTM C131, nor more than 30 percent loss in five cycles when the magnesium sulfate soundness test in ASTM C33 is performed. The pea gravel shall be washed with clean uncontaminated water at the source to remove fines prior to shipment to the site. 2.4 SAND FILTER PACK Sand filter pack material shall be Brady Sand, Size 8-16, as manufactured by Texas Mining Company, Brady, Texas, or equal., 2.5 CEMENT-BENTONITE MIXTURE A cement-bentonite mixture shall be placed on top of the sand filter pack as a surface seal as shown on the drawings. Cement shall conform to ASTM C150, Type I or II. The mixture shall be proportioned in the amount of 5.2 gallons of water to 94 pounds of cement. Combine four (4) to five (5) pounds of bentonite powder by weight with the cement water mixture. Water used in the mixture shall be free of oil and other organic material. Dissolved minerals should be less than 2,000 mg/1. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 02146 - 2 2679-95 Poo h d r 4: 2.6 PVC PIPE CAPS Provide two one -inch PVC pipe caps for each well. Each PVC pipe cap shall meet the standards of ASTM F480. Each top cap shall be drilled and tapped with National Pipe Threads (NPT) to accept the Lab Cock monitoring valve. The bottom one -inch PVC cap furnished and installed for each well screen shall have one 5/32-inch diameter hole drilled in it for drainage. The Lab Cock Valve shall be installed in the top PVC cap after tapping. After the Lab Cock Valve is installed in the pipe cap, the quick disconnect shall be installed on the Lab Cock Valve. The Lab Cock Valve shall be Model 5309, with 1/4-inch MPT by 1/4-inch FPT (MPT — Male Pipe Thread, FPT — Female Pipe Thread), as offered by Ryan-Herco 1-800-848-1141. The quick disconnect coupling shall be the female side of the coupling, chrome -plated brass with shutoff, Model 0858, 1/8-inch flow with 1/4-inch MPT as offered by Ryan-Herco. No substitutions will be allowed for the Lab Cock Valve or the quick -disconnect coupling. The Contractor shall furnish male quick disconnects which match the female quick disconnects specified above. The male side of the quick disconnect coupling shall be Model 0865 with barbed male insert for 1/8-inch I.D. tubing with 1/8- inch flow. 2.7 PORTLAND CEMENT CONCRETE Concrete shall conform to Section 03300. 2.8 PROTECTIVE STEEL COVER Provide a 6-inch minimum diameter steel standard weight pipe with a lockable hinge cap as shown on the plans including Master Lock. Each Master Lock for the 12 wells shall be operational with the same key. Furnish Owner all keys associated with the Master Locks. 2.9 BOLLARD Provide 8-inch diameter standard weight steel pipe, ASTM A53, filled with portland cement concrete as shown on the plans. PART 3 EXECUTION 3.1 SLUSH PITS 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 the entire area regraded to approximately its original condition. Slush pit locations shall be coordinated with the Owner to cause the minimum damage to the adjacent areas, blockage of haul routes and simultaneous construction by others. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 02146 - 3 2679-95 l d 3.2 METHANE MONITORING WELL CONSTRUCTION A. Drilling Drilling shall be done with rotary or hollow -stem auger drilling equipment which is of sufficient size to drill the well to the required depth and diameter. For rotary methods, only water from a public municipal supply shall be used as the drilling fluid. No bentonite or other additives will be permitted in the drilling fluid. Each well shall be drilled, cased and developed in a workmanlike manner. The well shall be drilled straight and plumb within the limits specified. The plumbness of the well shall be such that the variation from truly vertical does not vary more than one-half of one degree at any point being tested. If 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 bailing equipment, the alignment shall be checked by lowering a section of pipe 20 feet long into each casing. The outside diameter of the pipe shall be the same as — 3/8-inch diameter Schedule 40 PVC pipe. The 20-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 each casing and screen, the Contractor shall furnish the necessary equipment for caging the well, and if necessary the 20 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. From the ground surface to bottom of each planned well, the bore hole shall be drilled not less than 8 inches in diameter. B. Drilling Log Immediately after completion of the drilling, the well shall be cased, filter pack treated, sealed and cleaned as specified herein. A careful log of each hole drilled shall be performed by the driller. — Form 1 and Form 2 in Appendix B will be jointly completed by the driller and the Engineer. The driller shall cooperate with the Engineer in obtaining measurements for the forms. The driller shall furnish the Engineer a signed copy of the State of Texas Well Report for each well. C. Casing The Contractor shall furnish and set all casing and well screen required for the construction of the well. The well screens shall be directly connected to the casing. The screen shall be of the length indicated in Table 1 in Appendix A. The Engineer may adjust the well screen length installed during construction. D. Setting The solid casing and well screen shall be set as soon as drilling is completed and shall extend from the down hole interval shown on the drawings to approximately 36-inches above the top of the surface concrete slab. The casing shall be set truly vertical. Well casing and screen 'shall have approved CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 02146 - 4 2679-95 ,L I centeringdevices spaced 120 degrees apart at intervals not exceeding 30 feet P 8 along the length of the screen and casing. E. Filter Pack As soon as the casing has been set, the space between the casing, screen and the wall of the well shall be filled with the specified gravel by methods approved by the Engineer. The method shall be such that the gravel is uniformly placed around the casing and screen to the desired thickness. The process shall be continued until the gravel is one (1) foot above the well screen. A one -foot thickness of filter pack sand shall then be placed on top of the gravel filter pack. F. Placing Cement-Bentonite Slurry The annular space between the casing and walls of the hole shall be filled with a cement -bentonite slurry in the upper region of each well. No method will be approved that does not specify the forcing of the slurry from the bottom of the space to be grouted toward the surface. Grouting shall be done in a continuous manner to insure that the entire annular space: is filled in one operation. The cement -bentonite slurry will be placed from the top of the uppermost sand filter pack upward to 8 inches from the top of the hole. G. Development Each well drilled by rotary methods with water circulated as the drilling fluid will be allowed to stand for 48 hours to allow down -hole water to naturally drain away. Any standing water remaining in the screen and casing after 48 hours shall be bailed from the well by the Contractor. It is not expected that wells drilled by hollow -stem auger methods will require bailing. H. Well Construction Schedule The wells shall be constructed in the following order: Well No. 2 Well No. 1 Well No. 3 Remaining Wells (Well Numbers 4 through 12) can be drilled in any order. 3.3 CONCRETE SEALING BLACK After completion of the well a concrete surface foundation shall be constructed in accordance with the plans. The top of well foundation shall be given a smooth, neat finish with trowel and light brush. The slab will be constructed so as to drain away from the protective casing cover with a minimum slope of 1/4-inch per foot. 3.4 PROTECTIVE STEEL COVER Install the protective steel casing cover in the concrete sealing block to a minimum depth of five and one -quarter (5%) inches. CITY OF UJBBOCK, TEXAS METHANE MONITORING WELLS 02146 - 5 2679-95 3.5 BOLLARD Construct the bollards so they form an independent protective barrier for the surface slab and steel protective cover as shown on the plans. 3.6 CLEANING UP After completion and testing of the well, the Contractor shall remove all debris, including excess sand, from the site, fill all slush pits, drainage ditches and grade around the site, leveling all materials taken from the well during drilling, so that the area is left in a neat condition. END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 02146 - 6 2679-95 SECTION 03100 t: CONCRETE FORMWORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Formwork for cast -in place concrete. B. Form accessories. C. Form stripping. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION r- A. Section 03300 - Cast -In -Place Concrete: Supply of concrete f accessories for placement by this Section. 1.3 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. r 1.4 REFERENCES �` A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 - Construction and Industrial Plywood. f 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. 1.6 SUBMITTALS A. No submittals required this section. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent • deterioration from moisture. r- CITY OF LUBBOCK, TEXAS l METHANE MONITORING WELLS 03100 - 1 2679-95 r. 1.9 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate this Section with other Sections of work which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 PRODUCTS .2.1 WOOD FORK -MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 FORMWORK ACCESSORIES A. Form Release Agent:. Colorless mineral oil which will not stain .concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that.dimensions agree with Drawings. 3.2 EARTH FORMS A. Earth forms will not be permitted. 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. S h o r e o r strengthen formwork subject to overstressing by construction loads. -' C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. D. Align joints and make watertight. Keep form joints to a minimum. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. -- CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 03100 2 2679-95 7 r C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Locate and set in place items which will be cast directly into concrete. B. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are. not disturbed during concrete placement. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. 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 CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 03100 - 3 2679-95 r S 7 SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.1 SECTION INCLUDES r,. A. Wire fabric and accessories for cast -in -place concrete. 1.2 RELATED SECTIONS ' r € A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. D. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. E. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. F. CRSI 65 - Recommended Practice For Placing Bar Supports, — - Specifications and Nomenclature. 1.4 SUBMITTALS A. Submittals not required for this section. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate with placement of formwork and other Work. PART 2 PRODUCTS 2.1 REINFORCEMENT A. Welded Steel Wire Fabric: ASTM A185 Plain Type. 2.2 ACCESSORY MATERIALS L A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Supports: Sized and shaped for strength and support of reinforcement during concrete placement conditions. CITY OF LUBBOCK TEXAS METHANE MONITORING WELLS 03200 - 1 2679-96 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of any splices with Engineer. Minimum splice overlap shall not be less than two wire fabric openings. PART 3 EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 03200 - 2 2679-96 r i 4 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 GENERAL 1.1 SECTION INCLUDE A. Slabs on grade. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork: Formwork and accessories. B. Section 03200 - Concrete Reinforcement. 1.3 REFERENCES A. ACI 302 - Guide for Concrete Floor and Slab Construction. B. ACI 304 -Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. C. ACI 305R - Hot Weather Concreting. t" D. ACI 306R - Cold Weather Concreting. t E. ACI 308 - Standard Practice for Curing Concrete. F. ACI 318 - Building Code Requirements for Reinforced Concrete. G. H. ASTM C33 ASTM C94 -Concrete Aggregates. - Ready -Mixed Concrete. I. ASTM C150 - Portland Cement. J. ASTM C260 - Air Entraining Admixtures for Concrete. j" K. ASTM C494 - Chemicals Admixtures for Concrete. Ih L. ASTM C309 - Curing Compound, Type 2, White Pigmented. F F ro d. IF 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Mix Data: Provide mix proportions of water, cement and aggregates. C. Product Data: Provide data on admixtures, cement types and bonding agents to be used. D. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. D. Conform to ACI 306R when concreting during cold weather. 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate erection of concrete formwork and placement of form accessories. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 03300 - 1 2679-95 PART 2 PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal, Type II - Moderate, Portland type. All cement shall be from the same manufacturer unless otherwise approved by the Engineer. B. Fine and Coarse Aggregates: ASTM C33, Size No. 67. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type D - Water Reducing and Retarding; No calcium chloride in admixture. 2.3 ACCESSORIES A. No accessories (such as non -shrink grout) this section. 2.4 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: 1. Compressive Strength (7 days): 2,100 psi. _ 2. Compressive Strength (28 days): 3,000 psi. 3. Slump: 3 to 5 inches. 4. Air: 3 to 6 percent. D. Use set retarding admixtures during hot weather only when approved by Engineer. E. Add air entraining agent to normal weight concrete mix. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01039. B. Verify requirements for concrete cover over reinforcement. C. Verify that reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 03300 - 2 2679-95 F 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement and embedded parts are not disturbed during concrete placement. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to .be left exposed with smooth surfaces free of honeycombs, aggreage breakout, and fins. B. Steel -trowel and brush top surfaces of slabs. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. Once laitance has disappeared from slab surface and finishing is complete, apply curing compound according to manufacturer's directions. Apply curing compound to formed surfaces after forms are stripped. 3.6 FIELD QUALITY CONTROL A. Field inspection will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Tests of cement and aggregates may be performed by Owner to ensure conformance with specified requirements. 3.7 PATCHING A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. C. Patch imperfections as directed. 3.8 DEFECTIVE CONCRETE r— 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. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 03300 - 3 2679-95 DI I 3.9 SCHEDULE - CONCRETE TYPES AND FINISHES A. Surface slabs: 3,000 psi 28 day concrete, Type I or Type II cement, trowelled and brushed finish. END OF SECTION r- CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 03300 - 4 2679-95 _. F SECTION 09900 r PAINTING PART 1 GENERAL 1.1 WORK INCLUDED A. Surface preparation. B. Surface finish schedule. 1.2 RELATED DOCUMENTS A. Contract General Conditions. B. Contract Special Provisions. C. Section 01300: Submittals. i ( D. Section 01400: Quality Control. E. Section 01600: Material and Equipment. 1.3 RELATED WORK r, A. Section 02146 - Methane Monitoring Wells. 1.4 REFERENCES A. ANSI/ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. 1.5 DEFINITIONS A. Conform to ANSI/ASTM D16 for interpretation of terms used in this Section. 1.6 QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with five years experience. 1.7 SUBMITTALS A. Provide product data on all finishing products. B. Submit manufacturer's application instructions under provisions of Section 01300. t 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01600. B. Store and protect products under provisions of Section 01600. r^ C. Deliver products to site in sealed and labelled containers; inspect to verify acceptance. D. Container labelling to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 09900 - 1 2679-95 I cleanup, color designation, and instructions for mixing and reducing. _ E. Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in well ventilated area, unless required otherwise by manufacturer's instructions. F. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.9 ENVIRONMENTAL REQUIREMENTS A., Do not apply exterior coatings during rain, snow or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions. Do not apply exterior coatings any time during blowing dust conditions. B. Minimum Application Temperatures for Latex Paints: 65 degrees F for exterior; unless required otherwise by manufacturer's instructions. C. Minimum Application Temperature for Other Paints: 65 degrees F for exterior, unless required otherwise by manufacturer's instructions. 1.10 EXTRA STOCK A. Provide a one gallon container of each top coat color to Owner. B. Label each container with color, location (well cover or protective bollard). PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS - PAINT AND COATINGS A. Glidden Coatings and Resins Division of SCM Corporation. B. PPG Industries, Inc., Coatings and Resins Division. C. Kelly -Moore Paint Co., Inc. D. Steelcote Manufacturing Company. E. Sherwin-Williams Company. F. Tnemec Company, Inc. G. Koppers Company, Inc. H. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. B. Coatings: Good flow and brushing properties; capable of drying or curing free of streaks or sags. C. Accessory Materials: Paint thinners and other materials not specifically indicated but required to achieve the finishes specified, of commercial quality. CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 09900 - 2 2679-95 L , 2.3 FINISHES A. Refer to schedule at end of Section for surface finish schedule. PART 3 EXECUTION 3.1 INSPECTION rA. Verify that surfaces are ready to receive work as instructed by the. 1 product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of *" work. Report any condition that may potentially affect proper f application. C. Beginning of installation means acceptance of existing surfaces. 3.2 PREPARATION A. Correct minor defects and clean surfaces which affect work of this Section. ! t B. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt, and rust. Where heavy coatings of scale are evident, remove by wire r" brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. rand C. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Prime metal items including shop primed items. 3.3 PROTECTION j'' A. Protect elements surrounding the work of this Section from damage I or disfigurement. B. Repair damage to other surfaces caused by work of this Section. C. D. Do not paint over identification tags. Furnish drop cloths, shields, and protective methods to prevent spray or droppings from disfiguring other surfaces. E. Remove empty paint containers from site. is 3.4 APPLICATION .-� A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish. D. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. E. Sand lightly between coats to achieve required finish. F. Allow applied coat to dry before next coat is applied. r. t . CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 09900 - 3 2679-95 F 3.5 CLEANING A. As Work proceeds, promptly remove paint where spilled, splashed, or spattered. B. During progress of Work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. 3.6 SCHEDULE - OF PAINTING AND COATING A. The kinds and brands of paint and number of coats required on the various surfaces shall be those listed below. Equal brands of paints such as Sherwin Williams, Mobil, Koppers, etc., will be permissible upon the Engineer's approval of the brand submitted. The types of paint are identified with Tnemec numbers. B. Well Protective Covers 1. First Coat: Series 4 Versare Modified Alkyd Primer, Gray or White, 2.5 mils dry film thickness. 2. Second Coat: Series 2H Hi -Build Tneme-Gloss Alkyd Enamel, BT21 Peridot, 1.5 mils dry film thickness. 3. Third Coat: Same as second coat. C. Bollards 1. First Coat: Series 4 Versare Modified Alkyd Primer, Gray or White, 2.5 mils dry film thickness. 2. Second Coat: Series 2H Hi -Build Tneme-Gloss Alkyd Enamel, BV57 Safety Yellow, 1.5 mils dry film thickness. 3. Third Coat: Same as.second coat. END OF SECTION CITY OF LUBBOCK, TEXAS METHANE MONITORING WELLS 09900 4 2679-95 a r* I I i` TABLE 1 METHANE WELL (GAS MONITORING PROBE) APPROXIMATE VERTICAL DIMENSIONS Identification Approx. Ground Elevation (msl) Bore Hole Bottom Elevation (msl) Bore Depth (ft) well Screen Length (ft) Casing Length 001 Gravel Filter Pack (ft) No.1 3246 3160 86 71' 10 79.3 No.2 3250 3160 90 81. 10 83.3 No.3 3238 3208 30 21 10 23.3 No.4 3248 3210 38 29 10 31.3 No.5 3248 3210 38 29 10 31.3 No.6 3226 3215 11 2 10 4.3 No.7 3214 3184 30 21. 10 23.3 No.8 3238 3208 30 21. 10 23.3 No.9 3246 3194 52 43 10 45.3 No. 10 3248 3192 56 47 10 49.3 No.11 3256 3190 66 57 10 59.3 No. 12 3222 3160 62 53 10 55.3 'Includes casing above ground surface inside the well protective cover. i MAP IN FILE SEE RESOLUTION # Z4 c PERMISSIBLE CONSTRUCTION JOINT O FINAL CONCRETE a POUR 1/4' PER FOOT I POURL CONCRETE x -- ~ ui W ^ i mIr W J Q ~ m ~ W N v Z W WJ W > U Q N 6' DIA. VENTED STEEL PROTECTIVE COVER WITH I.D. AND HINGED LOCKABLE LID CEMENTED IN SURFACE SLAB. PVC CAP (NO GLUE) WITH 1 /4" LABCOCK VALVE, DRILL AND TAP CAP FOR VALVE 1' DIA. PVC PIPE CASING 5'-0' SQ. CONCRETE SLAB EXISTING GROUND i CEMENT/BENTONITE GROUT SEAL SAND FILTER PACK —ALL JOINTS FLUSH THREADED (NO GLUE OR PIPE JOINT COMPOUND) 1/4" WASHED PEA GRAVEL FILTER PACK 1' DIA. PVC PIPE SCREEN iF5 1' DIA. PVC CAP (NO GLUE) 0 0 o DRILL 5/32' HOLE IN CAP FOR �6 0 DRAINAGE 0 0 BOTTOM ELEVATION (SEE TABLE 1) 8"' 1.) CASING AND SCREEN CENTRALIZERS NOT SHOWN 2.) WELDED WIRE FABRIC SECTION A - A NX BOTH DINITIALAND REQUIRED NOT TO SCALE FINAL CONCRETE POURS. 4� 0 F. AN M, I LLENM ♦++ 52683 _ dp ti CITY OF LUBBOCK, TEXAS MUNICIPAL LANDFILL PERMANENT GAS MONITORING PROBES EXHIBIT 2 FE13RUARY 1A9S $„ ROUND CONCRETE ABOVE TOP OF PIPE----�j I I FILL BOLLARD 1 0 WITH CONCRETE i I NATURAL GROUND 0 CONCRETE BACKFILL o 16" TYPICAL BOLLARD DETAIL NOT TO SCALE CONCRETE SLAB (FINAL CONCRETE POUR) —\ A )- 6" MIN. DIA. PROTECTIVE COVER 8" DIA. BOLLARD (TYP.) �--INITIAL CONCRETE POUR BELOW SURFACE SLAB SEE EXHIBIT 2 PLAN FOR SECTION A- A NOT TO SCALE CITY OF LUBBOCK, TEXAS MUNICIPAL LANDFILL PERMANENT GAS MONITORING PROBES EXHIBIT 3 FEBRARY 1995 r l r NOTES: 1.) ALL JOINTS TO BE TIGHTENED HAND TIGHT OP 2.) NO GLUES, JOINT COMPOU. OR THREAD TAPES ALLOW 3.) SEE TABLE 1 AND EXHIBIT FOR IDENTIFICATIONS AND LOCATIONS. DRILL AND TAP PVC CAP WITH 1/4" NATIONAL PIPE THREAD. QUICK DISCONNECT COUPLING AS SPECIFIED 1 /4" LAB COCK VALVE AS SPECIFIED 1" PVC SLIP CAP (NO GLUE) 1" DIA. PVC PIPE CASING LABCOCK VALVE AND QUICK COUPLING DETAILS SPOT WELD TO PROTECTIVE COVER (TYP.) 10 2" MIN. 3/8 " (TYP) JL I 1 2" (TYP) (TTt-) METAL TAG WITH ENGRAVED IDENTIFICATION WELD BEAD IDENTIFICATION WELL IDENTIFICATION OPTIONS CITY OF LUBBOCK, TEXAS MUNICIPAL LANDFILL PERMANENT GAS MONITORING PROBES EXHIBIT 4 FEBRUARY 1995 No Text F r l F CONSTRUCTION LOG (GAS PROBE) FORM 2 PROBE NUMBER: SURVEY DATA: ELEVATION: PROBE TYPE: SINGLE PROBE I DIMENSIONS: P TE MIN. VENTED NTH I. I.C.PROTECTIVE COVER . LE AND HINGED LOCKABLE LID CEMENTED IN SUrrACE SLAB. PVC CAP A: PERMISSIBLE CONSTRUCTION JOINT WITH T/a' LABCOCK VALE DRILL AND TAP CAP AND VALVE B: FINALCONCRETE Y 0'A, eVC PIPE CASINO S'-0' S0. CONCRETE SLAB • Tj� EbSTING GROUND • Y-0` SO. INITIAL CONCRETE CEMENT/BENTONITE GROUT SEAL E . P VPOUR `°` 0 /z 04Ao` FILTER PACK, TYP, F: G• H: isSAND 11. MATERIALS s = 0 0 ALL JOINTS FLUSH THREADED (NO GLUE OR PIPE JOINT COMPOUND) FILTERSAND: O 0 I O 0 GRAVEL: o 0 O O 0 O O I O O I 0 A T/•' MASHED PEA GRAVEL FILTER PACK o O O 0 O O MO O I O 0 0 O II O 1' DIA. PVC PIPE SCREEN O O I O O 0 0 I OQUO O 0 0 0 T' OIA. PVC CAP (NO GLUE) r O O 0 0 O 0 0 O BOTTOM ELEV, (SEE TABLE 1 III. CONSTRUCTION F. r p SOIL BOREHOLE CONSTRUCTION LOG FORM 1 SITE NAME AM LOCATION ORLLNC WETHOD, BORING NO. SHT OF SAlPLNC KTHO0% OR START STOP Tw DATE CASING DEPTH OATW ELEVATION WATER LEVEL OR11 RIC: SURFACE CONDITIONSt ANCLE, eEARNG, SAIPLL HA&AAER TORQUE, FT-LBS DEPTH N FEET (ELEVATION) SYMOL SOIL OESCRPTION DEPTH IN FEET (ELEVATION) COIaLENTS s s w 15 15 20 20 25 25 30 30 3S 35 ' - - - _ .; ..-. "' _ -I - 'ter•. i .01 p ! j'- I F� ►F. NAN !1 j 1i .Rrt ]/ C CAS f i �/ UPP: DRAIL / -1- STD. PIPE tMAU - � ��-•.P.LE'�. � ,:., \\ � � � QA71 t�C_ � r CA lip .4.E No Text LA tQ .,• 1 . K ,.fYL 4 +; .- *;" .,i ,, �-�- -!•. w° :- �L + FW�a, t {l ] P 'eft. �:1 1 f- 1 -.f i Y .Y y •� �1Y''lT .., I v t i ri 4 /� _ •.'R t +T,y • �' { Lyy 'R ittF i -7 i }' rt 15. f t ; C' , - i � ..ti •� �. ',ate � ,.."}•r 1.��� � i � �. . }..i,y�,r•y�+-,f'♦.. - .. - ` • .a �: ,ki R _.�.� � L +} �PTl e;yv k}^i „kl.:^T �€x. � �,�� rl '�. 77 f ` 'isn't„'^':-•_-;..-. , . _ 't, -r . ' Y FF , N - •A +4ai rt " , .' 1.... , '.�Ji. �. • , It / '`� ► * i 5 � �-- ,,,,•,--..�� }' �..-...r� 1 ,� ! ' - � �� Vim" ., ' :�. f f Ai; +� r, ••'a..o.r'•'••r f ir�r.....w• • w . / ,a - I _ + s l - v �i - - s - I� YW. - -- - ': -- -- -" J"�•�.�„�.M•_1r•r�+w.y, _ - +.•.�.�.�.Y...�y,,,,_ 'j f7'a� �. � +_ I,nJ 1 � l - _ ! � � y 'Ixs -;I k i Ifs .►` iiAw, I "_11 , ' ' 1 _._ _ ram. �-,._ �. � •. • � I � . �, ,' - }. 1. ,a_ , .`` Y . ,. - r P '�; �- '!.. �_':r ��'hi � I.ify� � �•� _ '"r,LA 1��k ,-•, r �t r5 1 v f, d, tj;IT'1 41, i " - � 1 � - •' �•� • :� fi�.^r .e.-do- I• - >, � t � s � wT - e,• d�, h-�