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-�