Loading...
HomeMy WebLinkAboutResolution - 2023-R0326 - Contract 17319, With Product Recovery Management - 06/27/2023Resolution No 2023-R0326 Item No. 0326 June 27, 2023 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 17319, as per ITB 23-17319-TF, for a Caliche Canyon Landfill Gas Blower and Flare Unit, by and between the City of Lubbock and Product Recovery Management of Butner, North Carolina, and all related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on June 27, 2023 ATT ST: �� Paz, City S APPROVED AS TO CONTENT: �1� Erik Rejino, Assistant City Manager APPROVED AS TO FORM: Ryan Bro ke, Senior Assistant City Attorney RES.Contract No. 17319, Product Recovery Management I 5.30.23 Resolution No 2023-R0326 DATE: 5/17/23 BID SUBMITTAL FORM UNIT PRICE BID CONTRACT PROJECT NUMBER: ITB 23-17319-TF, Caliche Canyon Landfill Gas Blower and Flare Unit Bid of Product Recovery Management (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 consecutive calendar days with final completion of the project within 225 consecutive calendar days as stipulated in the specification and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages in the sum of $350 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $250 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 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. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him. City of Lubbock, TX Solid Waste ITB 23-17319-TF Caliche Canyon Landfill Gas Blower and Flare Unit Product Recovery Management of Butner, NC QTY Unit Extended # Items +/- U/M Price Cost Installation of New Blower / Flare Unit #1-1 Mobilization/Demobilization (Not to Exceed 5%) 1 LS #1-2 Decommission of Existing Flare Units #1-3 Decommissioon of Existing Electrical Services #1-4 LFG Blower / Flare Skid Mounted Unit #1-5 12" HDPA, SDR 11 Piping, Flanges, Bends #1-6 Electrical Connection of LFG Blower/Flare Unit #1-7 Installation of New Skid Unit #1-8 Supplemental Propana Connection #1-9 Start Up, Calibration, Operation Training Additive Alternates #2-1 Removal and Disposal of Flares #2-2 2,000 Gallon Propane Tank, Connected to Flare Pilot System & Supplemental Flame 1 1 1 1 1 1 1 1 $8,749.47 19,910.72 5,164.61 348,897.18 22,415.14 18,990.08 31,399.44 4,502.69 3,816.46 8,749.47 19,910.72 5,164.61 348,897.18 22,415.14 18,990.08 31,399.44 4,502.69 3,816.46 1 LS 6,214.42 6,214.42 1 LS 15,814.68 15,814.68 LS LS LS LS LS LS LS LS Total (Items 1-1 through 2-2): $485,874.89 Enclosed with this bid is a Cashier's Check or Certified Check for �������������X Dollars ($ ������X ) or a Bid Bond in the sum of 5% of the Bid Amount Dollars ($ 24,293.75 ), W�ich it is agreed shall be collected and retained by the Owner as tiquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a comperitive sealed bid that has been opened may not be changed for the purpose of correcring an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE VIADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: � �� Brian Phillps VP Secretary Bidder acknowledges receipt of the following addenda: Addenda No. X Date 5/16/23 Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Date: 5117123 � / /, , , Authorized Signature Justin Stahl (Printed or Typed Name) Product Recovery Management Company 200 20th Street Address Butner , Granville City, County North Carolina , 27509 State Zip Code Telephone: 919 - 957-8890 Fax: - FEDERAL TAX ID or SOCIAL SECURITY No. 45-4185593 EMAIL: Justin.Stahl�a�prmfiltration.com BOND CHECK BEST RATING _________ LICENSED IN TEXAS DATE______ BY: _______ CONTRACT AWARD DATE: June 27, 2023 CITY OF LUBBOCK SPECIFICATIONS FOR Caliche Canyon Landfill Gas Blower and Flare Unit ITB 23-17319-TF CONTRACT 17319 PROJECT NUMBER: 92557 Plans & Specifications may be obtained from https://ci-lubbock-tx.bonfirehub.com/ CITY OF LUBBOCK Lubbock, Texas ADDENDUM 1 Questions and Answers ITB 23-17319-TF Caliche Canyon Landfill Gas Blower and Flare Unit DATE ISSUED: May 15, 2023 OPEN DATE: May 18, 2023, at 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Questions and Answers -17319-TF) only for the flare and blower system or is that for the contracting services for installation and procurement of the flare system? If so, we would be submitting a bid to the contractor rather than to the site. o Response: This project is for turnkey service of the blower flare system at the landfill. General Instructions to Bidders, Paragraph 3.1, will the industry standard of a one (1) year warranty be acceptable? o Response: A one year warranty will be acceptable. uirement is not reasonable. Please consider extending this to a minimum of 270 calendar days? o Response: Contract time may be adjusted to account for manufacturing and delivery of materials Section 01 10 00, Paragraph 1.6, why is the Contractor required to obtain this permit? o Response: Contractor will not be required to furnish TCEQ MSW Permit No. 69. Are there any project specific permits that the Contractor is required to obtain? o Response: There should be no specific permits the contractor is required to furnish. Is the CQA being contracted for separately from this ITB? o Response: Yes, there is a separate contract for CQA. Section 01 57 23, Paragraph 1.2.A.1, will this project be covered by If so, please provide a copy? o Response: The site is permitted under the Muti-Sector General Permit which does not cover construction activities. The limits of disturbance are planned to be under 1 acre which exempts the project from requirements of a Construction General Permit (CGP). Should a change in work arise during the project that causes more than 1 acre to be disturbed, Contractor will need to file an NOI for coverage under the CGP as required by TCEQ. Section 31 90 42.10, Paragraph 3.2.C, should the 30 consecutive days of service be a condition of final completion in lieu of substantial completion? o Response: 30 consecutive days of service is considered part of substantial completion. Section 31 90 42.10, Paragraph 2.7.A.1, usually the stamped design of the foundation is only required by the awarded Contractor. Consider not requiring the stamped design as part of the bid package, especially with such a short timeframe to bid this project from when it was advertised? o Response: Bidders will not be required to submit structural designs during the bid. The awarded Contractor will be required to submit the sealed structural design. Where is the existing condensate drain piping? What is the size and type of the existing condensate drain piping? o Response: The existing condensate drainpipes are 2-inch IPS what are on the west side of the knockout tanks, under the landfill gas inlet. Is there a limit to how long the existing blower/flare equipment can be offline? o Response: Interruption to the existing blower/flare equipment should be minimized. Construction activities can be phased to cause minimal interruption in service by utilizing existing system valves to isolate key components. I see mentions to a bid form in the specs, Can I get some direction on where to find the bid form ? o Response: Please see the bid submittal form in the requested information section of bonfire. Please note the bidtable listed as well. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores@mylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, Teofilo Flores CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL (must be submitted by published due date&time) 1. PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK REFERENCE FORM 3-3.CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-4.SAFETY RECORD QUESTIONNAIRE 3-5.SUSPENSION AND DEBARMENT CERTIFICATION 3-6.PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4.LIST OF SUB-CONTRACTORS 5.PAYMENT BOND 6.PERFORMANCE BOND 7.CERTIFICATE OF INSURANCE 8.CONTRACT 9.CONFLICT OF INTEREST QUESTIONNAIRECHAPTER 176 10.CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11.GENERAL CONDITIONS OF THE AGREEMENT 12.WAGE DETERMINATIONS 13.SPECIAL CONDITIONS (IF APPLICABLE) 14.SPECIFICATIONS 2 Page Intentionally Left Blank ITB 23-17319-TF Caliche Canyon Landfill Gas Blower and Flare Unit 1. NOTICE TO BIDDERS 1.1. Bidders may submit responses electronically by uploading required documents at the City of partner website, Bonfire. This Invitation to Bid is for your convenience in submitting a bid for the specified project. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Bids will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 2:00 PM on May 18, 2023, 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 above referenced. 1.3. After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTNlcXV1SkhWdkZiMDk4MXh2dz09 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the bidder to ensure that his bid is actually received by the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. 1.5. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of bids, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although bids may be submitted electronically, hard copy bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX BIDS. 1.7. Bids may be withdrawn prior to the above scheduled time set for closing. Alteration made before ITB opening must be initialed by bidder guaranteeing authenticity. 1.8. Bids are due at 2:00 PM on May 18, 2023, and the City of Lubbock Council members will consider the bids on June 13, 2023, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current . THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. The estimated budget for this project is $450,500. 1.12. 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 the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the bidder. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. 1.13. Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lubbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.14. It shall be each bidderbidder regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. 2. PRE-BID MEETING 2.10. For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandatory pre-bid meeting will be held May 9, 2023, at 2:00 p.m., via teleconference. The Zoom meeting information is as follows: Website: https://zoom.us/j/98756484960?pwd=UlRDcUNWUFhrQWJKQitvSktUdzJtdz09 Meeting ID: 987 5648 4960 Passcode: 1314 2.11. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.12. It is the bidder's responsibility to attend the pre-bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre-bid meeting to bidders who do not attend the pre-bid meeting. 3. 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 and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidders attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 4. 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. 5. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERALINSTRUCTIONSTO Page Intentionally Left Blank GENERAL INSTRUCTIONS TO BIDDERS 1. BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 1.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 180 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear three years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault-free performance and fault-free result in the processing date and date-related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the or any document incorporated in this Contract by reference. 4. BID AWARD 4.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items plus the sum of any Alternate Bids or Options the City may select. 4.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 4.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti-Trust violations. 4.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 4.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 4.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. GENERAL INSTRUCTIONS TO BIDDERS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 6.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. 7. BID PREPARATION COSTS 7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. https://lubbocktx.govqa.us/WEBAPP/_rs/(S(quiyirflbtihahjnycegwpcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pages/public-information-act 9. LICENSES, PERMITS, TAXES 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or perso affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventhbusiness day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: https://www.ethics.state.tx.us/forms/conflict/ Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 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. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY BIDDERS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 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. 17. MATERIALS AND WORKMANSHIP 17.1 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. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 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: 19.1.1 The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. 19.1.2 A sworn statement of the current financial condition of the bidder. 19.1.3 Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 21.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23. EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24. CONTRACTOR'S REPRESENTATIVE 24.1 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. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBB OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 26. LABOR AND WORKING HOURS 26.1 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 that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.1.3 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.2 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29. PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. 29.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub-Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. 29.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31. QUALIFICATIONS OF BIDDERS 31.1 The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and re may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (c) The quality of performance of previous contracts or services. (d) The safety record of the Contractor and proposed Sub-Contractors 31.2 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non-municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. PLANS FOR THE CONTRACTOR 32.1 The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 33. ANTI-LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock sixty dollars ($60) for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 35. PROTEST 35.1 All protests regarding the ITB process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the ITB process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. 35.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. BID SUBMITTAL FORM BID SUBMITTAL FORM UNIT PRICEBID CONTRACT DATE: _______________________________________ PROJECT NUMBER: ITB 23-17319-TF,Caliche Canyon Landfill Gas Blower and Flare Unit Bid of ___________________________________________________________________ (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of the referenced project, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all ofthe conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially completethe project within 180consecutive calendar days withfinal completionof the project within 225consecutive calendar daysas stipulated in the specification and other contract documents. Bidderhereby further agrees to pay to Owner as liquidated damages in the sum of$350for each consecutive calendar day after substantial completionand liquidated damages in the sum of $250for each consecutive calendar day after final completionset forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completedand submitted in accordance with instruction number 29of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60calendar 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 hehas bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10business days after notice of award of the contract to him. City of Lubbock, TX Solid Waste ITB 23-17319-TF Caliche Canyon Landfill Gas Blower and Flare Unit Product Recovery Management of Butner, NC QTYUnitExtended #Items+/-U/MPriceCost Installation of New Blower / Flare Unit #1-1Mobilization/Demobilization (Not to Exceed 5%)1LS$8,749.47 8,749.47 #1-2Decommission of Existing Flare Units1LS19,910.72 19,910.72 #1-3Decommissioon of Existing Electrical Services1LS5,164.61 5,164.61 #1-4LFG Blower / Flare Skid Mounted Unit1LS348,897.18 348,897.18 #1-512" HDPA, SDR 11 Piping, Flanges, Bends1LS22,415.14 22,415.14 #1-6Electrical Connection of LFG Blower/Flare Unit1LS18,990.08 18,990.08 #1-7Installation of New Skid Unit1LS31,399.44 31,399.44 #1-8Supplemental Propana Connection1LS4,502.69 4,502.69 #1-9Start Up, Calibration, Operation Training1LS3,816.46 3,816.46 Additive Alternates #2-1Removal and Disposal of Flares1LS6,214.42 6,214.42 2,000 Gallon Propane Tank, Connected to Flare #2-21LS15,814.68 15,814.68 Pilot System & Supplemental Flame Total (Items 1-1 through 2-2): $485,874.89 Enclosed with this bid is a Cashier's Check or Certified Check for xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx _________________________________ Dollars ($___________) or a Bid Bond in the sum of 24,293.75 _________________________________ Dollars ($___________), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Date: Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Authorized Signature THEREFORE, ANY CORRECTIONS TO THE BID PRICE ______________________________________ MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Printed or Typed Name) _____________________________________ Company ______________________________________ (Seal if Bidder is a Corporation) Address _____________________, ________________ ATTEST: City, County _____________________, ________________ _________________________________________ State Zip Code Secretary Telephone: ______ -_____________________ Fax: - Bidder acknowledges receipt of the following addenda: FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. _______ Date_________ ____________________________________________ Addenda No. _______ Date_________ AddendaNo. _______ Date_________ EMAIL: _____________________________________ Addenda No. _______ Date_________ M/WBEWomanBlack AmericanNative American Firm: Hispanic Asian Pacific Other (Specify) AmericanAmerican INSURANCE REQUIREMENTS I, the undersigned Bidder certify thatthe insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-Federal entities from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non-procurement transactions (e.g., sub-awards to sub- recipients). Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1.Company does not boycott Israel; and 2.Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1)"Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include anaction made for ordinary business purposes; and (2)"Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for theduration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section2274.002 of the Texas Government Code does notapply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements incurrence, or management ofdebt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and () is acceptable () is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned bidder,having examined the bid documents, instructions to bidders, documents associated with the invitation to bid,and being familiar with the conditions to be methas reviewedthe above information regarding: Insurance Requirements Suspension and Debarment Certification Texas Government Code Section 2252.152 Texas Government Code Section 2271.002 Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in bidrejection. By signing below, the terms stated have been reviewed and approved. Company Name:________________________________________________________ Signed By:_____________________________________________________________ Print Name and Title:____________________________________________________Mel Phillips President Date:___________________________ 5/17/23 WORKERS COMPENSATION EXPERIENCE RATING Risk Name:PRODUCT RECOVERY MANAGEMENT INCRisk ID:911325799 Rating Effective Date:10/31/2022Production Date:05/26/2022State:INTERSTATE StateWtExp ExcessExpectedExp PrimAct Exc LossesBallastAct Inc LossesAct Prim LossesLossesLossesLosses FL .09473737264028,25000 NH .099714346024,37500 NC .0924,63336,40911,776028,8751,1781,178 (A)(B)(C) Exp Excess(D) Expected(E) Exp Prim(F) Act Exc(G) Ballast(H) Act Inc(I) Act Prim WtLosses (D - E)LossesLossesLosses (H - I)LossesLosses .0925,20337,28912,086028,845354354 Primary LossesStabilizing ValueRatable ExcessTotals (I)C * (1 - A) + G (A) * (F) (J) Actual 35451,780052,134 (E)C * (1 - A) + G (A) * (C) (K) 12,08651,7802,26866,134 Expected ARAPFLARAPSARAPMAARAPExp Mod (J) / (K) .79 1.001.00 Factors RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. THE ARAP FACTOR SHOWN IS FOR THOSE STATES CONTAINED ON THIS RATING THAT HAVE APPROVED THE ARAP PROGRAM AND IS CALCULATED BASED ON THE STATE WITH THE HIGHEST APPROVED MAXIMUM ARAP SURCHARGE. THE MAXIMUM ARAP SURCHARGE MAY VARY BY STATE. PLEASE REFER TO EACH STATE'S APPROVED RULES FOR THE APPLICABLE MAXIMUM ARAP SURCHARGE. NEW YORK WILL NO LONGER PARTICIPATE IN INTERSTATE EXPERIENCE RATING EFFECTIVE 10/01/2022. EXPERIENCE RATING MODIFICATIONS WITH AN EFFECTIVE DATE OF 10/01/2022 AND LATER WILL EXCLUDE NEW YORK EXPERIENCE. © Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. Page 1 of 5 WORKERS COMPENSATION EXPERIENCE RATING Risk Name:PRODUCT RECOVERY MANAGEMENT INCRisk ID:911325799 Rating Effective Date:10/31/2022Production Date:05/26/2022State:INTERSTATE 09-FLORIDAFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:34169Policy No.19645720Eff Date:03/19/2018Exp Date:03/19/2019 CodeELRD-PayrollExpectedExp PrimClaim DataIJOFAct IncAct Prim RatioLossesLossesLossesLosses WAIVER OF SUBROGAT 093000 8742.14.35108,00115153 9812EMPLOYERS LIABILIT00 SubjectTotal Act Inc Policy Total:108,001Premium:503Losses:0 09-FLORIDAFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:34169Policy No.19645720Eff Date:03/19/2019Exp Date:10/31/2019 CodeAct Inc ELRD-PayrollExpectedExp PrimClaim DataIJOFAct Prim RatioLossesLossesLossesLosses 0930WAIVER OF SUBROGAT00 8742.14.3561,5398630 9812EMPLOYERS LIABILIT00 SubjectTotal Act Inc Policy Total:61,539Premium:242Losses:0 09-FLORIDAFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:34169Policy No.19645720Eff Date:10/31/2019Exp Date:10/31/2020 CodeAct Inc ELRD-PayrollExpectedExp PrimClaim DataIJOFAct Prim RatioLossesLossesLossesLosses 0930WAIVER OF SUBROGAT00 WAIVER OF SUBROGAT 093000 8742.14.3537,9585319 8742.14.3579,92711239 8810.08.4035,6782912 8810.08.4035,4972811 EMPLOYERS LIABILIT 981200 9812EMPLOYERS LIABILIT00 SubjectTotal Act Inc Policy Total:189,060Premium:595Losses:0 © Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. * Total by Policy Year of all cases $2000 or less.D Disease LossX Ex-Medical CoverageU USL&HW Page 2 of 5 C Catastrophic LossE Employers Liability Loss# Limited Loss WORKERS COMPENSATION EXPERIENCE RATING Risk Name:PRODUCT RECOVERY MANAGEMENT INCRisk ID:911325799 Rating Effective Date:10/31/2022Production Date:05/26/2022State:INTERSTATE 09-FLORIDAFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:34169Policy No.19645720Eff Date:10/31/2020Exp Date:10/31/2021 CodeELRD-PayrollExpectedExp PrimClaim DataIJOFAct IncAct Prim RatioLossesLossesLossesLosses WAIVER OF SUBROGAT 093000 8742.14.35155,78921876 8810.08.4074,6756024 EMPLOYERS LIABILIT 981200 SubjectTotal Act Inc Policy Total:230,464Premium:694Losses:0 28-NEW HAMPSHIREFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:13897Policy No.WC247237803Eff Date:10/31/2019Exp Date:10/31/2020 CodeELRD-PayrollExpectedExp PrimClaim DataIJOFAct IncAct Prim RatioLossesLossesLossesLosses 8742.13.3226,9233511 9812EMPLOYERS LIABILIT00 MINIMUM PREMIUM FO 984800 SubjectTotal Act Inc Policy Total:26,923Premium:212Losses:0 28-NEW HAMPSHIREFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:26387Policy No.WC247237804Eff Date:10/31/2020Exp Date:10/31/2021 CodeELRD-PayrollExpectedExp PrimClaim DataIJOFAct IncAct Prim RatioLossesLossesLossesLosses 8742.13.3283,29910835 9812EMPLOYERS LIABILIT00 SubjectTotal Act Inc Policy Total:83,299Premium:253Losses:0 32-NORTH CAROLINAFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:34169Policy No.19645720Eff Date:03/19/2018Exp Date:03/19/2019 CodeELRD-PayrollExpectedExp PrimClaim DataIJOFAct IncAct Prim RatioLossesLossesLossesLosses 157686 0930WAIVER OF SUBROGAT0006F282282 3507.72.34776,1815,5891,900 3681.29.38104,817304116 37241.15.24165,0051,898456 8010.66.38109,373722274 8810.04.381,028,503411156 EMPLOYERS LIABILIT 981200 SubjectTotal Act Inc Policy Total:Premium:Losses: 2,183,87928,516282 © Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. * Total by Policy Year of all cases $2000 or less.D Disease LossX Ex-Medical CoverageU USL&HW Page 3 of 5 C Catastrophic LossE Employers Liability Loss# Limited Loss WORKERS COMPENSATION EXPERIENCE RATING Risk Name:PRODUCT RECOVERY MANAGEMENT INCRisk ID:911325799 Rating Effective Date:10/31/2022Production Date:05/26/2022State:INTERSTATE 32-NORTH CAROLINAFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:34169Policy No.19645720Eff Date:03/19/2019Exp Date:10/31/2019 CodeELRD-PayrollExpectedExp PrimClaim DataIJOFAct IncAct Prim RatioLossesLossesLossesLosses 196069 WAIVER OF SUBROGAT 09300006F645645 3507.72.34469,0693,3771,148 3681.29.3843,59412648 37241.15.24128,5461,478355 8010.66.3881,607539205 8810.04.38635,48925497 EMPLOYERS LIABILIT 981200 SubjectTotal Act Inc Policy Total:1,358,305Premium:15,813Losses:645 32-NORTH CAROLINAFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:34169Policy No.19645720Eff Date:10/31/2019Exp Date:10/31/2020 CodeELRD-PayrollExpectedExp PrimClaim DataIJOFAct IncAct Prim RatioLossesLossesLossesLosses 233702 0930WAIVER OF SUBROGAT0006F251251 0930WAIVER OF SUBROGAT00 3507.72.34268,0191,930656 3507.72.34548,8073,9511,343 3681.29.3848,62814154 3681.29.3823,0946725 37241.15.24136,9141,575378 37241.15.2465,023748180 8010.66.3898,862652248 8010.66.3846,951310118 8742.10.308,90793 8742.10.304,42641 8810.04.38727,482291111 8810.04.38368,83614856 9812EMPLOYERS LIABILIT00 EMPLOYERS LIABILIT 981200 SubjectTotal Act Inc Policy Total:2,345,949Premium:25,128Losses:251 © Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. * Total by Policy Year of all cases $2000 or less.D Disease LossX Ex-Medical CoverageU USL&HW Page 4 of 5 C Catastrophic LossE Employers Liability Loss# Limited Loss WORKERS COMPENSATION EXPERIENCE RATING Risk Name:PRODUCT RECOVERY MANAGEMENT INCRisk ID:911325799 Rating Effective Date:10/31/2022Production Date:05/26/2022State:INTERSTATE 32-NORTH CAROLINAFirm ID:Firm Name:PRODUCT RECOVERY MANAGEMENT INC Carrier:34169Policy No.19645720Eff Date:10/31/2020Exp Date:10/31/2021 CodeELRD-PayrollExpectedExp PrimClaim DataIJOFAct IncAct Prim RatioLossesLossesLossesLosses WAIVER OF SUBROGAT 093000 3507.72.341,020,4517,3472,498 3681.29.3856,55716462 37241.15.24232,7202,676642 8010.66.38184,0411,215462 8810.04.381,208,210483184 EMPLOYERS LIABILIT 981200 SubjectTotal Act Inc Policy Total:2,701,979Premium:28,145Losses:0 © Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished “As is” “As available” “With all defects” and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user’s and NCCI shall not have any liability thereto. * Total by Policy Year of all cases $2000 or less.D Disease LossX Ex-Medical CoverageU USL&HW Page 5 of 5 C Catastrophic LossE Employers Liability Loss# Limited Loss POST-CLOSING DOCUMENT REQUIREMENTS The below-listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB-CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB-CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. SUBMITTED BY: ___________________________________ (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB-CONTRACTORS WILL BE USED PLEASE INDICATE SO PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Product Recovery Management (hereinafter called the Principal(s), as Principal(s), and _______________________________________________________ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Hundred Eighty-Five Thousand Eight Hundred Seventy-Four Dollars and Eighty-Nine Cents ($485,874.89) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. th WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 27 day of June, 2023, to ITB 23-17319-TF Caliche Canyon Landfill Gas Blower and Flare Unit __________________ __________________________________________________________________________________________ and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ________ day of __________________ 2023. ________________________________ _____________________________ Surety (Company Name) *By:_____________________________ By:__________________________ (Title) (Printed Name) _____________________________ (Signature) _____________________________ (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ____________________ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. _____________________________ Surety * By: _________________________ (Title) Approved as to form: City of Lubbock By: ____________________________ City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Product Recovery Management (hereinafter called the Principal(s), as Principal(s), and _______________________________________________________ (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Hundred Eighty-Five Thousand Eight Hundred Seventy-Four Dollars and Eighty-Nine Cents ($485,874.89) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. th WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 27 day of June, 2023, to ITB 23-17319-TF Caliche Canyon Landfill Gas Blower and Flare Unit __________________ __________________________________________________________________________________________ and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ___ day of ____________________, 2023. ____________________________ _____________________________ Surety (Company Name) * By: _______________________ By:__________________________ (Title) (Printed Name) _____________________________ (Signature) _____________________________ (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ______________________________ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. _______________________ Surety *By:____________________ (Title) Approved as to Form City of Lubbock By: ____________________ City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 GENERAL LIABILITY AUTOMOTIVE LIABILITY GARAGE LIABILITY BUILDER’S RISK INSTALLATION FLOATER EXCESS LIABILITY WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY OTHER DAVIS BACON WAGE DETERMINATIONS GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-partnership or corporation, to wit Product Recovery Management who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Brenda A. Haney, P.E., Solid Waste Director, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Response, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished five copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the onsite responsible for the construction means, methods, techniques, sequences or procedures, or the safety the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to rev whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in tive, such person or persons 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 workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classifiedunder the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher-tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, 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, be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as he commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with th Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY tion Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a -insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue ofpayment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE ROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. Commercial General Liability Requirements: $1M occurrence / $2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automatically add an excess liability of $4M. Commercial General Liability Heavy Equipment Endorsement: Heavy equipment endorsement is required Automobile Liability Requirements: $1M/occurrence is needed Builder's Risk Requirements: Builder's Risk Insurance is needed for this project, and at a minimum, the insurance should cover the full insurable value of the improvements. Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license. Employer Liability ($1M) is required with Workers Compensation. * The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are required for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non- payment. * Carriers must meet a A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part ofthe services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal ; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification t or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $350 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request Representative within twenty (20) calendar days of the occurrence of the event causing said delay. (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective 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 this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents If Contractor engages a sub- the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of sentative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shal written notice of final completion, the Owner's Representative shall proceed to make final tive on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of three years from the date of 46. PAYMENT WITHHELD withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters entative, said agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non- compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not of said request, said request shall be deemed to be denied. responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non-appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then- current fiscal year or when the appropriation made for the then-current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON-ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. DAVIS BACON WAGE DETERMINATIONS EXHIBIT A Page Intentionally Left Blank EXHIBITS B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the FairLabor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank PROJECT MANUAL CITY OF LUBBOCK Caliche Canyon Landfill TCEQ MSW Permit #69 Gas Blower And Flare Unit September | 2022 Parkhill Project # 01561121 tğƩƉŷźƌƌ͵ĭƚƒ PROJECT MANUAL CITY OF LUBBOCK Caliche Canyon Landfill TCEQ MSW Permit #69 Gas Blower And Flare Unit 09/22/2022 September | 2022 Parkhill Project # 01561121 tğƩƉŷźƌƌ͵ĭƚƒ (EJCDC) TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Not Used DIVISION 01 GENERAL REQUIREMENTS 01 10 00 Summary ............................................................................................................................. 2 01 20 00 Price and Payment Procedures ............................................................................................ 3 01 22 00 Measurement and Payment ................................................................................................. 2 01 25 00 Substitution Procedures ...................................................................................................... 2 01 30 00 Administrative Requirements ............................................................................................. 3 01 32 16 Construction Progress Schedule ......................................................................................... 2 01 33 00 Submittal Procedures .......................................................................................................... 3 01 40 00 Quality Requirements ......................................................................................................... 2 01 43 26 Testing Laboratory Services ............................................................................................... 3 01 50 00 Temporary Facilities and Controls ...................................................................................... 6 01 57 23 Temporary Stormwater Pollution Control .......................................................................... 2 01 60 00 Product Requirements ......................................................................................................... 2 01 70 00 Execution and Closeout Requirements ............................................................................... 9 DIVISIONS 02 28 Not Used DIVISION 31 EARTHWORK 31 90 05.40 Solid Waste Basic Pipe and Fitting Requirements.............................................................. 9 31 90 40.10 HDPE Landfill Gas Pipe ..................................................................................................... 4 31 90 42.10 Landfill Gas Blower Flare System .................................................................................... 16 31 90 42.20 Landfill Gas System Valves ................................................................................................ 4 DIVISIONS 32 48 Not Used 01561121 TABLE OF CONTENTS TOC - 1 09/22 SECTION 01 10 00 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Work covered by Contract Documents. 2. Owner-furnished products. 3. Contractor use of site and premises. 4. Future work. 5. Work sequence. 6. Owner occupancy. 7. Permits. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Owner: City of Lubbock. B. Identification: City of Lubbock Caliche Canyon Landfill Gas Blower And Flare Unit. C. Location: Lubbock, Texas. D. Work consists of purchase and installation of a skid mounted blower/flare unit that conforms to specifications. Installation will include tying into existing pipe network and electrical connections. 1.3 OWNER-FURNISHED PRODUCTS A. Owner's responsibilities: 1. Arrange for and deliver to Contractor, Owner-reviewed Shop Drawings, Product Data, and Samples. 2. Arrange and pay for product delivery to site. 3. On delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturer warranties, inspections, and service. B. Contractor's responsibilities: 1. Review Owner-reviewed Shop Drawings, Product Data, and Samples. 2. Receive and unload products at site. With Owner, inspect for completeness or damage. 3. Handle, store, and install products. 4. Repair or replace items damaged after receipt. 1.4 CONTRACTOR USE OF SITE AND PREMISES A. Limit use of site and premises to allow: 1. Owner occupancy. 2. Work by Owner. B. Construction operations: Limited to areas noted on Drawings. C. Time restrictions for performing Work: 1. 8:00 AM 5:00 PM Monday-Saturday. No Work on Sunday. 01561121 SUMMARY 01 10 00 - 1 09/22 D. Utility outages and shutdowns. 1. Coordinate and schedule utility outages/shutdown. 2. Allowed only at previously-agreed-upon times. 3. Schedule at least one week before outage/shutdown. 4. Submit outage/shutdown request to Engineer itemizing dates, times, and durations of early requested outage/shutdown. 1.5 OWNER OCCUPANCY A. Owner will occupy premises during construction to conduct normal operations. B. Cooperate with Owner to minimize conflict and facilitate Owner operations. 1.6 PERMITS A. Furnish all necessary permits for construction of Work including: 1. TCEQ MSW Permit No. 69. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 SUMMARY 01 10 00 - 2 09/22 SECTION 01 20 00 - PRICE AND PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Inspection and testing allowances. 2. Schedule of Values. 3. Application for Payment. 4. Change Procedures. 5. Measurement and payment - unit prices. 6. Alternates. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SCHEDULE OF VALUES A. Submit Schedule of Values within 15 days after date established in Notice to Proceed. B. Format: Utilize Table of Contents (TOC) of this Project Manual. Identify each line item with number and title of major Specifications. Identify site mobilization, general conditions, bonds, and insurance as separate line items. C. Include within each line item, a directly proportional amount of Contractor's overhead and profit. D. Revise schedule to list approved Change Orders with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit application on Engineer-provided/-approved Application for Payment. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner-Contractor agreement. D. Complete Application for Payment includes Construction progress schedule, and submittal schedule, all required to process Application for Payment. 1.4 CHANGE PROCEDURES A. Submittals: Submit name of person authorized to receive change documents and responsible B. Carefully study and compare Contract Documents before proceeding with fabricating and installing Work. Promptly advise Engineer of any error, inconsistency, omission, or apparent discrepancy. C. Requests for Information (RFI) and Clarifications: Allot time in construction scheduling for liaison with Engineer. Establish procedures for handling queries and clarifications. 1. Use Engineer-\]standard RFI for requesting information. 2. Engineer may respond with a direct answer on RFI form, EJCDC C-941 "Change Order." D. Engineer will advise of minor changes in the Work not involving adjustment to Contract Price or Time by issuing supplemental instructions on EJCDC C-942 "Field Order." 01561121 PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 09/22 E. Engineer may issue EJCDC C-941 "Change Order," including a detailed description of proposed change with supplementary or revised Drawings and Specifications for executing change. Contractor will prepare and submit proposed change in Contractor Price and/or Time within seven days. F.Contractor may propose changes by submitting a request for change to Engineer, describing proposed change, and its full effect on Work. Include a statement describing reason for change, effect on Contract Price and Time, with full documentation. G. Stipulated Price Change Order: Based on EJCDC C-941 a as recommended by Engineer and accepted by Owner and Contractor. H. Unit Price Change Order: For Contract unit prices and quantities, Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units not predetermined, execute Work under EJCDC C-941 as recommended by Engineer and accepted by Owner and Contractor. I. Work Directive Change: Engineer may issue directive on EJCDC C-940 Directive signed by Owner, instructing Contractor to proceed with change in Work, for subsequent inclusion in Change Order. Document will describe changes in Work and designate method of determining any change in Contract Price or Time. Promptly execute change. J. Document each quotation for change in Project Cost or Time with sufficient data to allow evaluation of quotation. K. Change Order Forms: EJCDC C-941 . L. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. M. Correlation of Contractor Submittals: 1. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as separate line item and adjust Contract Price. 2. Promptly revise Progress Schedules to reflect change in Contract Time, revise sub- schedules to adjust times for other items of Work affected by change, and resubmit. 3. Promptly enter changes in Record Documents. 1.5 UNIT PRICES A. Authority: Measurement methods delineated in Section 01 22 B. Take measurements and compute quantities. Engineer to verify. C. Unit Quantities: Quantities and measurements indicated in Bid Form are for Contract purposes only. Quantities and measurements supplied or placed in Work determine payment. When actual Work requires more or fewer quantities than those indicated, provide required quantities at contracted unit prices. D. Payment Includes: 1. Full compensation for required labor, products, tools, equipment, plant, transportation, services, and incidentals; 2. Erection, application, or installation of Work item; 3. Overhead and profit. E. Final payment for Work governed by unit prices will be made based on actual measurements and quantities accepted by Engineer multiplied by unit price for Work incorporated in or made necessary by Work. 01561121 PRICE AND PAYMENT PROCEDURES 01 20 00 - 2 09/22 1.6 ALTERNATES A. Owner will review and accept/reject Alternates quoted on Bid Form. Accepted Alternates are identified in Owner-Contractor Agreement as accepted. B.Coordinate related Work and modify surrounding Work asrequired. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 PRICE AND PAYMENT PROCEDURES 01 20 00 - 3 09/22 SECTION 01 22 00 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for measurement and payment. 2. Mobilization demobilization. 3. Unit price items. 4. Lump sum items. 5. Bid Form-specific payment items. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of the Section. 2. Section 00 41 00 "Bid Form." 1.2 PROCEDURES FOR MEASUREMENT AND PAYMENT A. Unit price bid on each item as stated in Section 00 41 00 "Bid Form" includes furnishing all labor, superintendence, machinery, equipment, and materials, except as otherwise specified, necessary, or incidental to complete various item of Work per Drawings and Specifications. B. Cost of Work or materials shown on Drawings or called for in Specifications and on which no separate payment is made, included in bid prices on various pay items. C. Payment not made for any items not complete, including all associated incidental Work. 1.3 MOBILIZATION/DEMOBILIZATION A. Payment made for mobilization and demobilization on lump sum basis. B. Bid amount for mobilization and demobilization shall not exceed 5 percent of total Bid Price. C. Work under this item consists of preparatory work and operations, including but not limited to those necessary for movement of personnel, equipment, supplies, and incidentals to Work; establish all offices, buildings, and other facilities necessary for Work; and all other work and operations performed or costs incurred prior to beginning work on various items of Work. D. Payment for mobilization and demobilization will be on a lump sum basis with partial payments as noted. The adjusted Contract Amount as used herein is defined as the total Contract amount less lump sum for mobilization and demobilization. 1. First Application for Payment: 50 percent of lump sum. 2. Second Application for Payment: 75 percent of the lump sum. 3. When 10 percent of adjusted Contract amount is earned, 90 percent of mobilization and demobilization lump sum. 4. Final Application for Payment: 100 percent of mobilization and demobilization lump sum. 1.4 UNIT PRICE ITEMS A. Unit price items, not otherwise included herein, paid at a unit price per unit. B. Payment will include all work and material for installing unit price item as specified. C. Measurement made in units shown on Section 00 41 00 "Bid Form." 01561121 MEASUREMENT AND PAYMENT 01 22 00 - 1 09/22 1.5 LUMP SUM ITEMS A. Lump sum items include all work and materials for installing lump sum item as specified. B. Payment based on percentage complete basis as agreed by Engineer and Contractor. C. Payment includes all work and material for installing lump sum bid item as specified. 1.6 BID FORM-SPECIFIC PAYMENT ITEMS A. General/Site 1. HDPE Pipe a. Measurement: Linear foot basis as measured along center line of installed pipe, measured center-of-fitting to center-of-fitting or end-of-pipe without any deduction for length of intermediate fittings or valves. b. Payment: For each type and size specified, shown on Drawings and included in Bid Form, payment per unit price for furnishing and installing at depths shown. 2. HDPE Fittings and Valves a. Measurement: Per each basis. b. Payment: For each type and size specified on Drawings and included in Bid Form, payment per each. 3. Concrete Pad Construction a. Measurement: Lump Sum b. Payment: For construction of concrete pad to support the combination blower and flare landfill gas unit. Concrete pad will be constructed to the requirements of the manufacturer of the blower/ flare unit to support the unit. 4. Combination Blower and Flare Landfill Gas Unit Mounted on Skid. a. Measurement: Per each basis. b. Payment: For each unit specified in Section Landfill Gas Blower and Flare System. 5. Combination Blower and Flare Landfill Gas Unit Mounted on Skid Installation a. Measurement: Lump Sum. b. Payment: For installation of the Combination Blower and Flare Landfill Gas Unit as shown on Drawings and connecting the unit to the HDPE pipe system and Electrical Connection as shown on Drawings. B. Additive Alternate 1. Removal and Disposal of the Two Existing Flares a. Measurement: Lump Sum b. Payment: For removal of the two existing candlestick flares and disposal of the removed material. 2. 2,000 Gallon Liquid Propane Tank a. Measurement: Lump Sum b. Payment: For installation of a 2,000 gallon liquid propane tank as shown on Drawings and connecting to the Combination Blower and Flare Landfill Gas Unit. 01561121 MEASUREMENT AND PAYMENT 01 22 00 - 2 09/22 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 MEASUREMENT AND PAYMENT 01 22 00 - 3 09/22 SECTION 01 25 00 - SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Quality assurance. 2. Product options. 3. Product substitution procedures. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE A. Contract is based on products and standards established in Contract Documents without consideration of proposed substitutions. B. Products specified define standard of quality, type, function, dimension, appearance, and performance required. C. Substitution Proposals: Permitted for specified products except where specified otherwise. Do not substitute products unless Owner accepts substitution and approves in writing. 1.3 PRODUCT OPTIONS A. See Section 01 60 00 "Product Requirements." 1.4 PRODUCT SUBSTITUTION PROCEDURES A. Engineer will consider requests for substitutions only within 30 days after date established in Notice to Proceed. B. Substitutions may be considered when product becomes unavailable through no fault of Contractor. C. Document each request with complete data, substantiating compliance of proposed substitution with Contract Documents, including: 1. Manufacturer name and address, product, trade name, model, or catalog number, performance and test data, and reference standards. 2. Itemized point-by-point comparison of proposed substitution with specified product, listing variations in quality, performance, and other pertinent characteristics. 3. Reference to Article numbers in Specifications. 4. Cost data comparing proposed substitution with specified product and amount of net change to Contract Sum. 5. Changes required in other Work. 6. Availability of maintenance service and source of replacement parts, as applicable. 7. Certified test data to show compliance with performance characteristics specified. 8. Samples when applicable or requested. 9. Other information as necessary to assist Engineer's evaluation. D. A request constitutes a representation Contractor: 1. Investigated proposed product and determined it meets/exceeds quality level of specified product. 2. Will provide same warranty for substitution as specified product. 01561121 SUBSTITUTION PROCEDURES 01 25 00 - 1 09/22 3. Will coordinate installation and make changes to other Work required for Work to complete with no additional cost to Owner. 4. Waives claims for additional costs/time extension that subsequently become apparent. 5. Will coordinate installation of accepted substitute, making required changes for Work to complete in all respects. 6. Will reimburse Owner for review/redesign services associated with reapproval by authorities having jurisdiction. E. Substitutions not considered when indicated/implied on Shop Drawing or Product Data submittals without separate written request or acceptance requires revision to Contract Documents. F. Substitution Submittal Procedure: 1. Submit requests for substitutions on Contractor-standard or Engineer-provided form. 2. Submit electronic files to Project website of Request for Substitution for consideration. Limit each request to one proposed substitution. 3. Submit Shop Drawings, Product Data, and certified test results attesting to proposed product equivalence. Burden of proof is on Contractor. 4. Engineer will notify Contractor in writing of decision to accept/reject request. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 SUBSTITUTION PROCEDURES 01 25 00 - 2 09/22 SECTION 01 30 00 - ADMINISTRATIVE REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project Information Management. 2. Coordination. 3. Preconstruction meeting. 4. Request for information. 5. Progress meetings. 6. Preinstallation meetings. B. Related Requirements: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT INFORMATION MANAGEMENT A. Project Website: 1. Use Newforma Info Exchange at https://projects.team-psc.com/UserWeb/Login to send and receive Project information. 2. Contact Engineer to set up username and password information. 3. If Project is not listed when logged in, contact Engineer to add Project to your account. B. Project information includes, but is not limited to: 1. Product Submittals. 2. Requests for Information (RFI). 3. Applications for Payment. 4. Schedules. 5. Construction Change Requests (CCRs). 6. Close-out Documents. 7. Construction Document Files. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work to assure efficient and orderly sequence of installation of construction elements. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing such equipment in service. C. Coordinate space requirements and installation of mechanical and electrical work indicated diagrammatically on Drawings. Follow routing as closely as practicable. Utilize spaces efficiently to maximize accessibility for other installations, maintenance, and repairs. D. In finished building areas, except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements, as applicable. E. 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. F. After Owner occupancy of premises, coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 01561121 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 1 09/22 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting after Notice to Proceed. B. Attendance Required: 1. Owner. 2. Engineer. 3. Contractor. 4. Major subcontractors. C. Agenda: 1. Distribute Contract Documents. 2. Submit lists of subcontractors and products, Schedule of Values, submittal schedule, and progress schedule. 3. Designate personnel representing each party in Contract and Engineer. 4. Procedures and processing field decisions, submittals, substitutions, Applications for Payments, proposal request, Change Orders, Request for Information (RFI), and Contract closeout procedures. 5. Review Notice to Proceed and Substantial/Final Completion Dates. 6. Workmen's identification and background checks. 7. Stormwater Pollution and Prevention Plan (SWPPP), if necessary. 8. Scheduling: a. Use of premises by Owner and Contractor. b. Owner's requirements and occupancy. c. Construction facilities and controls provided by Owner. d. Temporary utilities provided by Owner. e. Security and housekeeping procedures. f. Construction progress meetings. g. Procedures for testing. h. Procedures for maintaining record documents. i. Requirements for start-up of equipment. j. Inspection and acceptance of equipment put into service during construction. 9. Scheduling activities of Construction Material Testing lab. D. Engineer shall record minutes and distribute copies to participants. 1.5 REQUEST FOR INFORMATION (RFI) A. RFI requests from subcontractors or material suppliers will not be considered. B. Information indicated on RFI shall be complete before submission. If Engineer determines request can be answered with information provided, Engineer will assign RFI tracking number. If Engineer determines request is not an RFI, request will be returned to Contractor electronically and deleted from Engineer's electronic tracking software without assigning an RFI tracking number. A transmittal document returning denied RFI request will be provided with a response indicating action to be taken by Contractor. C. RFIs may contain more than one item when items are related. Otherwise, only one item shall be addressed on each RFI request. D. Allow seven days for Engineer's response to each RFI. E. Response to RFI will be issued to Contractor and Owner per Section 01 33 00 "Submittal Procedures." F. Responses from Engineer are not Changes, unless issued with a change per Section 01 20 00 "Price and Payment Procedures." 01561121 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 2 09/22 1.6 PROGRESS MEETINGS A. Schedule and administer monthly meetings throughout Work progress, at minimum. B. Engineer will arrange meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: 1. Owner. 2. Job superintendent. 3. Major subcontractors. 4. Suppliers. 5. Engineer. D. Agenda: 1. Review minutes of previous meetings. 2. Review Work progress. 3. Field observations, problems, and decisions. 4. Identify problems which impede planned progress. 5. Review submittal schedule and status of submittals. 6. Review off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding Work period. 10. Coordinate projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within five days to Engineer, participants, and those affected by decisions made. 1.7 PREINSTALLATION MEETING A. When required in individual Specifications, convene a preinstallation meeting at site before installing Work. B. Require attendance of parties directly affecting, or affected by, Work. C. Notify Primary Designer 5 days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation, and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within five days after meeting to participants and copy Engineer. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 3 09/22 SECTION 01 32 16 - CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittals. 2. Bar / Gantt chart schedules. 3. Review and evaluation. 4. Updating schedules. 5. Distribution. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Post as electronic file to Project website. B. Submit initial progress schedule for Engineer review within 15 days after established Notice to Proceed date. C. Schedule Updates: 1. Submit with each Application for Payment. 2. Projected and actual percent of completion. 3. Completion progress by listed activity and subactivity, to within five working days prior to submittal. 4. Changes in Work scope and activities modified since submittal. 5. Delays in submittals or resubmittals, deliveries, or Work. 6. Adjusted or modified sequences of Work. 7. Other identifiable changes. 8. Revised projections of progress and completion. D. Narrative Progress Report: 1. Submit with each Application for Payment. 2. Summary of Work completed during past period between reports. 3. Work planned during next period. 4. Explanation of differences between summary of Work completed and Work planned in previously submitted report. 5. Current and anticipated delaying factors and estimated impact on other activities and completion milestones. 6. Corrective action taken or proposed. 1.3 BAR / GANTT CHART SCHEDULES A. Format Bar / Gantt chart Schedule, to include at least: 1. Identification and listing, in chronological order, activities reasonably required to complete Work, including: a. Subcontract Work. b. Major equipment design, fabrication, factory testing, and delivery dates including required lead times. c. Move-in and other preliminary activities. 01561121 CONSTRUCTION PROGRESS SCHEDULE 01 32 16 - 1 09/22 d. Equipment and equipment system test and startup activities. e. Project closeout and cleanup. f. Work sequences, constraints, and milestones. 2. Listings identified by Specification Section number. 3. Identification of: a. Horizontal time frame by year, month, and week. b. Duration, early start, and completion for each activity and subactivity. c. Critical activities and Project float. d. Sub-schedules to further define critical portions of Work. 1.4 REVIEW AND EVALUATION A. Participate in joint review and evaluation of schedules with Engineer at each Progress Meeting or Application for Payment submittals. B. Evaluate Project status to determine Work behind and ahead of schedule. C. After review, revise schedules incorporating results of review, and resubmit within 10 days. 1.5 UPDATING SCHEDULES A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. Annotate schedules to depict current status of Work. C. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. D. Upon approval of Change Order, include change in next schedule submittal. E. Indicate changes required to maintain Date of Substantial Completion. F. Prepare narrative report to define problem areas, anticipated delays, and impact on schedule. Report corrective action taken or proposed and effect. 1.6 DISTRIBUTION A. Following joint review, distribute copies to subcontractors, suppliers, Engineer. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 CONSTRUCTION PROGRESS SCHEDULE 01 32 16 - 2 09/22 SECTION 01 33 00 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal procedures. 2. Resubmittal requirements. 3. Proposed products list. 4. Requirements for complete shop drawings. 5. Product data. 6. Samples. 7. Test reports. 8. Certificates. 9. Manufacturer instructions. 10. Manufacturer field reports. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTAL PROCEDURES A. Submit to Engineer for review to check for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with this Article. C. Use Project website to submit record documents as described in Section 01 70 00 "Execution and Closeout Requirements." D. Transmit each submittal separately with Contractor's standard transmittal letter including Contractor name, address, and phone number. Each submittal shall contain only one Specification Section. E. numbering system. F. Identify Project, Contractor, subcontractor, or supplier, pertinent Drawing sheet and detail number(s), and Specification Section number appropriate to submittal. G. Apply Contractor's stamp, signed or initialed certifying review, verification of products required, field dimensions, adjacent construction Work, and coordination of information, is per requirements of Work and Contract Documents. H. Schedule submittals to expedite Project and deliver to Engineer. Coordinate submission of related items. I. For each submittal for review, allow 10 working days excluding delivery time to and from Contractor. J. Identify variations from Contract Documents and product or system limitations detrimental to successful performance of completed Work. Information, comments, field verifications, responses, or other notations marked on submittals by Contractor shall be in blue or green colors only. K. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. L. Unrequested Submittals will not be recognized or processed. 01561121 SUBMITTAL PROCEDURES 01 33 00 - 1 09/22 M. Format: 1. Submit all submittals digitally using PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for same submittal will not be accepted. 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies are not accepted. 4. To ensure each page is legible, PDF pages of Drawings shall be same size/scale as hard copy. Where applicable, provide scale symbols to indicate scale. Illegible submittals will be rejected. 5. Upload submittals to Project website. N. Submittal procedures described herein apply to construction progress schedule, products list, shop Drawings, product data, samples (actual samples and digital files of same), design data, test reports, certificates, manufacturer's instructions and field reports, erection Drawings, RFIs, and other submittals submitted to Engineer. 1.3 RESUBMITTAL REQUIREMENTS A. Revise submittals as required and resubmit to meet requirements specified and noted on submittal reviews. B. Mark as Resubmittal. C. Reuse original transmittal number and supplement with sequential alphabetical or numeric suffix for each resubmittal. 1.4 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.5 REQUIREMENTS FOR COMPLETE SHOP DRAWINGS A. Printable Image Size: Minimum 8.5 x 11 inches, maximum 30 x 42 inches. B. Draw details to a noted scale. C. Draw site plans to same scale indicated on Contract Drawings. D. Engineer-issued Construction Documents (electronic or paper format) cannot be used in any shape, form, or fashion in creating and developing Shop Drawings, except electronic files containing floor, site plans, or layout plans purchased from Engineer may be used as backgrounds for Contractor, subcontractors, sub-subcontractors, and material suppliers in Shop Drawing process. E. Electronic Files: Available upon request. See Project Manager. 1. Electronic AutoCAD drawing files are available for purchase from Engineer upon request. Cost of files plus applicable taxes are: a. 1 - 3 sheets: $100.00 per sheet. b. 4 - 6 sheets: $400.00 flat fee. c. 7 - 9 sheets: $500.00 flat fee. 2. Contractor, subcontractors, and/or sub-subcontractors may purchase electronic file. Electronic file will be provided in software release currently used by Engineer. File provided via Project website. 3. Before file delivery, purchaser shall sign an Electronic File Transfer Release Form. Payment for an electronic file shall occur upon delivery of file to purchaser. 01561121 SUBMITTAL PROCEDURES 01 33 00 - 2 09/22 4. Only use electronic file for production of information required by Project and not any other form (in whole or part). 5. In creation and publication of Shop Drawings, under no circumstances shall Engineer's seal or title block of drawing be reproduced. Shop drawings must be original works from Contractor subcontractors, sub-subcontractors, and material suppliers. 1.6 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C. After review, distribute per Article 1.2 "Submittal Procedures," and provide copies for Record Documents described in Section 01 70 00 "Execution and Closeout Requirements." 1.7 TEST REPORTS A. istrator or Owner. B. Submit test reports for information to assess conformance with information given and design concept expressed in Contract Documents. 1.8 CERTIFICATES A. When specified in individual Specifications, submit certification by manufacturer, installation/application subcontractor, or Contractor, to Engineer. B. Indicate material or product conforms to/exceeds specified requirements. Submit supporting reference data, affidavits, and certifications, as appropriate. C. Certificates may be recent, or previous test results on material or product, but must be acceptable to Engineer. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual Specifications, submit manufacturer-printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.10 MANUFACTURER'S FIELD REPORTS A. Submit reports for Engineer's benefit as contract administrator or for Owner. B. Submit report within 30 days of observation to Engineer for information. C. Submit for information to assess conformance with information given and design concept expressed in Contract Documents. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 SUBMITTAL PROCEDURES 01 33 00 - 3 09/22 SECTION 01 40 00 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Quality control. 2. Tolerances. 3. References. 4. Mockup requirements. 5. Testing and inspection services. 6. Manufacturers' field services. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY CONTROL A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with . Contract Documents, request clarification from Engineer before proceeding. C. Perform Work using persons qualified to produce required and specified quality. D. Products, materials, and equipment may be subject to inspection by Engineer at place of manufacture or fabrication. Such inspections shall not relieve Contractor of complying with requirements of Contract Documents. E. Supervise performance of Work to ensure Work, whether completed or in progress, will not be subjected to harmful, dangerous, damaging, or otherwise deleterious exposure during construction. 1.3 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' recommended tolerances and tolerance requirements in reference standards. When tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 1.4 REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard except when more rigid requirements are specified or required by applicable codes. B. Conform to reference standard by date of issue current as of date of Contract Documents except where specific date is established by code. C. Obtain copies of standards and maintain onsite when required by product Specifications. D. When requirements of indicated reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. 01561121 QUALITY REQUIREMENTS 01 40 00 - 1 09/22 E. Neither contractual relationships, duties, or responsibilities of parties in Contract, nor those of Engineer shall be altered from Contract Documents by mention or inference in reference documents. 1.5 MANUFACTURER'S FIELD SERVICES A. When specified in individual Specifications, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, equipment startup, testing, adjusting, and balancing equipment, as applicable, and initiate instructions when necessary. B. Submit qualifications of observer to Engineer 30 days before required observations. Observer is subject to Engineer approval. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturer's written instructions. D. Refer to Section 01 33 00 "Submittal Procedures," Article 1.11 - Manufacturer's Field Reports. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 QUALITY REQUIREMENTS 01 40 00 - 2 09/22 SECTION 01 43 26 - TESTING LABORATORY SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Selection and payment. 2. Contractor submittals. 3. Laboratory responsibilities. 4. Laboratory reports. 5. Limits on testing laboratory authority. 6. Contractor responsibilities. 7. Schedule of inspections and tests. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ASTM C1077 - Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation. B. ASTM D3666 - Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials. C. ASTM D3740 - Standard Practice for Minimum Requirements for Agencies Engaged in Testing/Inspection of Soil and Rock as Used in Engineering Design and Construction. D. ASTM E329 - Standard Specification for Minimum Requirements for Agencies Engaged in Construction Inspection, Testing, or Special Inspection. E. ISO/IEC 17025. 1.3 SELECTION AND PAYMENT A. Contractor shall employ and pay for services of an independent testing laboratory to perform specified inspection and testing. B. Employment of testing laboratory shall in no way relieve Contractor of obligation to perform work per Contract Document requirements. 1.4 QUALITY ASSURANCE A. Comply with requirements of ASTM C1077, D3666, D3740, E329, and ISO/IEC 17025. B. Laboratory: Authorized to operate in State of Texas. C. Laboratory Staff: Maintain a full-time, on-staff, registered Engineer to review services. 1.5 CONTRACTOR SUBMITTALS A. Before starting Work, submit testing laboratory name, address, and phone number, as well as names of full-time registered Engineer and responsible officer. B. Submit copy of laboratory facility inspection report made by Materials Reference Laboratory of National Bureau of Standards during most recent inspection, with remedy memorandum of deficiencies reported by inspection. 01561121 TESTING LABORATORY SERVICES 01 43 26 - 1 09/22 C. Submit Testing Laboratory firm's reports to the distribution list the Engineer provided at preconstruction conference, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. D. Testing and employment of testing agency or laboratory does not relieve Contractor from performing Work to Contract requirements. E. Retest/reinspect required because of non-conformance to specified requirements using same testing agency or laboratory. Payment for retesting is Contractor responsibility. 1.6 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel onsite. Cooperate with Engineer and Contractor in service performance. C. Perform specified inspection, sampling, and testing of Products per specified standards. D. Ascertain compliance of materials and mixes with Contract Document requirements. E. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. F. Perform additional inspections and tests required by Engineer. G. Attend preconstruction conferences. 1.7 LABORATORY REPORTS A. After each inspection and test, promptly distribute reports to distribution list provided by Engineer at preconstruction conference. B. Include: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4. Date and time of sampling or inspection. 5. Identification of product and Specification Section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Results of tests. 10. Conformance with Contract Documents. C. When requested by Engineer, provide interpretation of test results. 1.8 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge Contract Document requirements. B. Laboratory may not approve or accept any portion of Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 1.9 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to use which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel and provide access to Work. 01561121 TESTING LABORATORY SERVICES 01 43 26 - 2 09/22 C. Provide incidental labor and facilities to provide access to Work to test, obtain, and handle samples at site or source of products to test, facilitate tests and inspections, storage, and curing test samples. D. Notify Engineer and laboratory 24 hours before expected time for operations requiring inspection and testing services. E. Pay costs of testing laboratory services, from Allowance specified in Section 01 20 00 "Price and Payment Procedures" on Engineer approval of invoices. F. Employ services of a separate qualified testing laboratory, arrange with laboratory, and pay for additional samples and tests required by Contractor beyond specified requirements. 1.10 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specifications. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 TESTING LABORATORY SERVICES 01 43 26 - 3 09/22 SECTION 01 50 00 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Utilities: a. Electricity. b. Water. c. Sanitary. 2. Construction Facilities: a. Employee residential occupancy. b. Vehicular access. c. Parking. d. Progress cleaning. e. Project identification. f. Traffic regulation. 3. Temporary Controls: a. Barriers. b. Fencing. c. Enclosures. d. Security. e. Water control. f. Dust control. g. Erosion and sediment control. h. Noise control. i. Pest and rodent control. j. Pollution control. k. Protect Work. 4. Remove utilities, facilities, and controls. B. Related Requirements: 1. Other Divisions 01 Specification Sections apply to Work of this Section. 1.2 ELECTRICITY A. Connect to existing power service. Power consumption shall not disrupt Owner's need for continuous service. B. Provide temporary electric feeder from existing building, electrical service as indicated. Power consumption shall not disrupt Owner's need for continuous service. C. Owner will pay cost of energy used. Exercise measures to conserve energy. 1.3 WATER A. Provide, maintain, and pay for suitable quality water service required for construction operations. Extend branch piping with outlets located so water is available by hoses with threaded connections. B. Connect to existing water source for construction operations. Extend and supplement with temporary devices as needed to maintain specified conditions for construction operations. 01561121 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 1 09/22 C. Owner will pay cost of water used. Exercise measures to conserve water. D. Provide separate metering and reimburse Owner for cost of water used. E. Provide temporary pipe insulation to prevent freezing. 1.4 SANITARY A. Provide and maintain required facilities and enclosures. B. Do not use existing facilities. 1.5 EMPLOYEE RESIDENTIAL OCCUPANCY A. Not allowed on Owner property. 1.6 VEHICULAR ACCESS A. Construct temporary all-weather access roads from public thoroughfares to serve construction area, width and load-bearing capacity to accommodate unimpeded traffic for construction purposes. B. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. C. Extend and relocate vehicular access as Work progress requires, providing necessary detours for unimpeded traffic flow. D. Location as approved by Engineer. E. Provide unimpeded access for emergency vehicles. Maintain 20-foot-wide driveways with turning space between and around combustible materials. F. Provide and maintain access to fire hydrants control valves free of obstructions. G. Provide means of removing mud from vehicle wheels before entering onsite paved areas and public streets. H. Use existing onsite roads for construction traffic. 1.7 PARKING A. Arrange for temporary gravel surface parking areas to accommodate construction personnel. B. Locate as approved by Engineer. C. When site space is not adequate, provide additional off-site parking. D. Use of designated existing on-site streets and driveways for construction traffic is permitted. E. Using designated areas of existing parking facilities by construction personnel is permitted. F. Do not allow heavy or tracked vehicles or construction equipment in parking areas. G. Do not allow vehicle parking on existing pavement. H. Designate one parking space for Engineer. I. Permanent Pavements and Parking Facilities: 1. Bases for permanent roads and parking areas may be used for construction traffic. 2. Avoid traffic loading beyond paving design capacity. Tracked vehicles not allowed. 3. Use of permanent parking structures not permitted. J. Maintenance: 1. Maintain traffic and parking areas in sound condition free of excavated material, construction equipment, products, mud, snow, and ice. 2. Maintain existing paved areas used for construction. Promptly repair breaks, potholes, low areas, standing water, and other deficiencies, to maintain paving and drainage in original, or specified, condition. 01561121 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 2 09/22 K. Removal, Repair: 1. Remove temporary materials and construction before Substantial Completion. 2. Remove underground work and compacted materials to 2-foot depth. Fill and grade site as specified. 3. Repair permanent facilities damaged by use, to original condition. L. Mud from Site Vehicles: Provide way to remove mud from wheels before entering streets. 1.8 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain a clean and orderly site. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, before enclosing space. C. Sweep and vacuum interior areas clean before surface finishing and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off-site as required to maintain clean site. 1.9 PROJECT IDENTIFICATION A. Project Identification Sign 1. Size: Provide one 8 feet wide x 4 feet high. 2. Materials: 3/4-inch-thick exterior-grade plywood and solid-wood frame. 3. Background Paint: Exterior quality coats; sign background of color as selected. 4. Lettering: Exterior paint of quality adequate to withstand weathering, fading, and chipping for construction duration, contrasting colors as selected with exhibit lettering by professional sign painter. 5. Lettering: Precut vinyl self-adhesive products, white. 6. Design: Engineer design and colors. 7. Content: a. Project title, as indicated on Contract Documents. b. c. Names and titles of Engineer and consultants. d. Name of Prime Contractor. e. Name of major subcontractors. 8. Lettering: Series C of Standard Alphabet for Traffic Control Devices Manual on Uniform Traffic Control Devices for Streets and Highways, Federal Highway Administration. B. Project Informational Signs 1. If required by other documents or Specifications, provide weather-protected signs for site-safety procedures, wage rates, and stormwater pollution prevention plan (SWPPP). 2. Erect sign on or adjacent to field office, if required. C. Design sign and structure to withstand 90-mile-per-hour wind velocity. D. Installation: 1. Install project identification sign within 15 days after date fixed by Notice to Proceed. 2. Erect at designated location. 3. Erect supports and framing on secure foundation, rigidly braced and framed to resist wind loadings. 4. Install sign surface plumb and level with butt joints. Anchor securely. 01561121 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 3 09/22 5. Paint exposed surfaces of sign supports and framing. E. No other signs allowed without Owner permission except those required by law. F. Maintain clean signs and supports. Repair deterioration and damage. G. Remove signs, framing, supports, and foundations at completion of Project and restore area. 1.10 TRAFFIC REGULATION A. Contractor Responsibilities 1. Provide Traffic Control Plan (TCP) as necessary for phased construction. 2. TCP must be signed and sealed by a professional engineer licensed in Texas\] 3. Designate a responsible individual for TCP replacement and maintenance. B. Signs, Signals, And Devices: 1. Post- and Wall-Mounted Traffic Control and Informational Signs: As approved by authority having jurisdiction and/or TxDOT Standards shown in Plans. 2. \[Automatic\] Traffic Control Signals: As approved by local jurisdictions. 3. Traffic Cones and Drums: As approved by authority having jurisdiction. 4. Flares and Lights: As approved by authority having jurisdiction. 5. Flag person Equipment: As required by authority having jurisdiction. C. Flag persons: Provide trained and equipped flag persons to regulate traffic when construction operations or traffic encroach on public traffic lanes. D. Flares and Lights: Use during hours of low visibility to delineate traffic lanes and guide traffic. E. Haul Routes: 1. Drawings indicate haul routes designated by authorities having jurisdiction for use of construction traffic. 2. Confine construction traffic to designated haul routes. 3. Provide traffic control at critical areas of haul routes to regulate traffic and minimize interference with public traffic. F. Traffic Signs and Signals: 1. Provide signs at approaches to site and onsite, crossroads, detours, parking areas, and elsewhere as needed to direct construction and affected public traffic. 2. Provide, operate, and maintain automatic traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor's control and areas affected by Contractor operations. 3. Relocate as Work progresses to maintain effective traffic control. G. Removal: 1. Remove equipment and devices when no longer required. 2. Repair damage caused by installation. 3. Remove post settings to 2-foot depth. 1.11 ENCLOSURES A. Provide temporary insulated weathertight closure of exterior openings to accommodate acceptable working conditions and protection for products, allow temporary heating, cooling, ventilation, and maintenance of required ambient temperatures identified in individual Specifications, and prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. 01561121 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 4 09/22 1.12 SECURITY A. Security Program: 1. Protect Work from theft, vandalism, and unauthorized entry. 2. Initiate program in coordination with Owner's existing security system at Project mobilization. 3. Maintain program throughout construction period until directed by Engineer. B. Entry Control: 1. Restrict entrance of persons and vehicles into Project site. 2. Allow entrance only to authorized persons with proper identification. 3. Maintain log of workers and visitors and make available to Owner on request. 1.13 WATER CONTROL A. Grade site to drain. B. Maintain excavations free of water. C. Provide, operate, and maintain pumping equipment. D. Protect site from puddling and running water. Provide water barriers required to protect site from soil erosion. E. Provide water barriers required to protect existing building from puddling, ponding, or other water accumulation that may damage foundations or other subsurface construction. 1.14 DUST CONTROL A. Execute Work to minimize raising dust from construction operations. B. Provide positive means to prevent airborne dust from dispersing into atmosphere. 1.15 EROSION AND SEDIMENT CONTROL A. Plan and execute construction to control surface drainage from cuts, fills, borrow, and waste disposal areas. Prevent erosion and sedimentation. B. Minimize surface area of bare soil exposed at one time. C. Provide temporary measures including berms, dikes, drains, and other devices to prevent water flow resulting in erosion. D. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E. Periodically inspect earthwork to detect evidence of erosion and sedimentation. Promptly apply corrective measures. F. Comply with site Section 01 57 23 "Temporary Stormwater Pollution Control." 1.16 NOISE CONTROL A. Provide methods, means, and facilities to minimize disruption of Owner operations and activities due to noise produced by construction operations. B. Conduct activities to produce noise that may interfere with Owner operations and activities only when agreed to by Owner after normal work Owner hours of occupancy on weekends. 1.17 PEST AND RODENT CONTROL A. Provide methods, means, and facilities to prevent the following from damaging Work: 01561121 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 5 09/22 1. Pests. 2. Insects. 3. Rodents. 1.18 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. 1.19 PROTECT WORK A. Protect installed Work and provide special protection where specified in Specifications. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at openings in walls, roof, and soffits. D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic/activity necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.20 REMOVE UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above-grade utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove risers for underground utilities to minimum 2-foot depth and cap. C. Remove buried equipment, facilities, and materials completely to minimum 2-foot depth and cap. D. Backfill excavations as specified in other sections and grade site as indicated. E. Clean and repair damage caused by installation or temporary work. F. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. G. Remove when no longer needed. 1. Office. 2. Storage sheds. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 6 09/22 SECTION 01 57 23 - TEMPORARY STORMWATER POLLUTION CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Contractor responsibilities. 2. Submittals. 3. Erosion and sediment controls. B. Related Requirements: 1. Local jurisdiction requirements. 2. Division 01 Specification Sections apply to Work of this Section. 1.2 CONTRACTOR RESPONSIBILITIES A. Contractor is solely responsible for meeting all TCEQ and EPA requirements for stormwater pollution prevention: 1. Develop a Stormwater Pollution Prevention Plan (SWPPP) if not provided; 2. File Notice of Intent (NOI) and include Owner as an "Operator;" 3. Install and maintain all erosion control measures and best management practices (BMPs); 4. Perform inspections and prepare reports; and 5. File Notice of Termination (NOT). 1.3 SUBMITTALS A. Submit to Engineer, SWPPP, Submittal Procedures, and all other related documentation conforming to Section 01 33 00 "Submittal Procedures." 1.4 EROSION AND SEDIMENT CONTROLS A. Implement structural measures to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and discharge of pollutants from exposed areas of site. Timely implement structural practices as specified in SWPPP during construction to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress: 1. Provide stabilized access to/from construction site as soon as practical per SWPPP. 2. Ensure any soil tracked off-site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. Check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off-site and perform necessary clean-up measures at the end of each workday. C. Silt Fences/Diversion Berms: Provide as a temporary structural practice to minimize erosion and sediment runoff, as necessary. Properly install silt fences and/or diversion berms to effectively retain sediment immediately after completing each phase of work where erosion would occur as sheet and rill erosion (clearing and grubbing, excavation, embankment, grading, etc.). D. Sand/Gravel Bags: Provide as a temporary structural practice to minimize erosion and sediment runoff. Properly place bags to effectively retain sediment immediately after completing each phase of work (clearing and grubbing, excavation, embankment, grading, etc.) in each independent runoff area (after clearing and grubbing between ridge and drain, 01561121 TEMPORARY STORMWATER POLLUTION CONTROL 01 57 23 - 1 09/22 place bags as work progresses, remove/replace/relocate bags as needed for work to progress in drainage area). Replace sand/gravel bags no longer in good condition, as needed. E. Site Stabilization: 1. Minimize surface area of base soil material at one time. 2. Implement necessary stabilization measures including: a. Temporary/permanent seeding/sodding; b. Mulching; c. Geotextiles; d. Vegetative buffer stips; e. Paving; f. Rock riprap; and/or g. Rock-filled gabions. h. Inlet protection. 3. Implement stabilization measures per SWPPP. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 TEMPORARY STORMWATER POLLUTION CONTROL 01 57 23 - 2 09/22 SECTION 01 60 00 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Products. 2. Product delivery requirements. 3. Product storage and handling requirements. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PRODUCTS A. At minimum, comply with specified requirements and reference standards. B. Specified products define standard of quality, type, function, dimension, appearance, and performance required. C. Furnish products of qualified manufacturers suitable for intended use. Furnish products of each type by single manufacturer unless specified otherwise. Confirm manufacturer production capacity can provide sufficient product, on time, to meet Project requirements. 1.3 PRODUCT DELIVERY REQUIREMENTS A. Transport and handle products per manufacturer instructions. B. Promptly inspect shipments to ensure products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products. Prevent soiling, disfigurement, or damage. D. Owner will not assist in offloading or accepting product deliveries. 1.4 PRODUCT STORAGE AND HANDLING REQUIREMENTS A. Store and protect products per manufacturer instructions. B. Store products with seals and labels intact and legible. C. Store sensitive products in weathertight, climate-controlled enclosures in an environment suitable to product. D. For exterior storage of fabricated products, place products on sloped supports above ground. E. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. F. Store loose granular materials on solid flat surfaces in well-drained area. Prevent mixing with foreign matter. G. Provide equipment and personnel to store products. Prevent soiling, disfigurement, or damage. H. Arrange product storage to permit access for inspection. Periodically inspect to verify products are undamaged and maintained in acceptable condition. 01561121 PRODUCT REQUIREMENTS 01 60 00 - 1 09/22 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01561121 PRODUCT REQUIREMENTS 01 60 00 - 2 09/22 SECTION 01 70 00 - EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Surveying. 2. Closeout procedures. 3. Starting systems. 4. Demonstration and instructions. 5. Testing, adjusting, and balancing. 6. Project record documents. 7. Operation and maintenance data. 8. Manual for materials and finishes. 9. Manual for equipment and systems. 10. Spare parts and maintenance products. 11. Product warranties and product bonds. 12. Examination. 13. Preparation. 14. Execution. 15. Protecting installed construction. 16. Final cleaning. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SURVEYING A. Employ land surveyor registered in State of Texas and acceptable to Engineer. B. Locate and protect survey control and reference points. Promptly notify Engineer of discrepancies discovered. C. Control datum for survey is indicated on Drawings. D. Verify setbacks, easements, and rights of way. Confirm Drawing dimensions and elevations. E. Provide field engineering services. Establish elevations, lines, and levels using recognized engineering survey practices. F. Submit copy of Site Drawing signed by land surveyor certifying elevations and locations of Work are per Contract Documents. G. Maintain complete and accurate log of control and survey Work as Work progresses. H. Protect survey control points before starting Site Work. Preserve permanent reference points during construction. I. Promptly report to Engineer loss or destruction of reference point or relocation required because of changes in grades or other reasons. J. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Engineer. 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 1 09/22 1.3 CLOSEOUT PROCEDURES A. Prerequisites to Substantial Completion. Complete following items before requesting Certification of Substantial Completion, either for entire Work or portions of Work: 1. Submit maintenance manuals, Project record documents, and other similar final record data per this Section. 2. Complete facility startup, testing, adjusting, balancing systems and equipment, demonstrations, and instructions to Owner's operating and maintenance personnel as specified per this Section. 3. Conduct inspection to establish basis for request that Work is substantially complete. Create comprehensive list (initial punch list) indicating items to complete or correct, value of incomplete or nonconforming Work, reason for incompletion, and date of anticipated completion for each item. Include copy of list with request for Certificate of Substantial Completion. 4. Obtain and submit releases enabling Owner's full, unrestricted use of Project and access to services and utilities. Include certificate of occupancy, operating certificates, and similar releases from authorities having jurisdiction and utility companies. 5. Deliver tools, spare parts, extra stocks of material, and similar physical items to Owner. 6. Change locks and transmit keys directly to Owner. Advise Owner's personnel of change-over in security provisions. 7. Discontinue or change over and remove temporary facilities and services from Project Site, along with construction tools, mockups, and similar elements. 8. Perform final cleaning per this Section. B. Substantial Completion Inspection: 1. When Contractor considers Work substantially complete, submit to Engineer and Owner: a. Written certificate that Work, or designated portion, is substantially complete. b. List of items to complete or correct (initial punch list). 2. Within seven days after receipt of request for Substantial Completion, Engineer and Owner will inspect to determine if Work or designated portion is substantially complete. 3. If Engineer and Owner determine Work is NOT substantially complete: a. Engineer and Owner will promptly notify Contractor in writing, stating reasons for opinion. b. Contractor shall remedy deficiencies in Work and send second written request for Substantial Completion to Engineer and Owner. c. Engineer and Owner will reinspect Work. d. Repeat until Work passes inspection. 4. When Engineer and Owner finds Work is substantially complete, they will: a. Prepare Certificate of Substantial Completion on EJCDC C-625 - Certificate of Substantial Completion accompanied by Contractor's list of items to complete or correct as verified and amended by Engineer and Owner (final punch list). b. Submit Certificate to Owner and Contractor for written acceptance of responsibilities assigned in Certificate. 5. After Work is substantially complete: a. Allow Owner occupancy of Project under provisions stated in Certificate of Substantial Completion. b. Complete Work listed for completion or correction within time stipulated. 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 2 09/22 C. Prerequisites for Final Completion. Complete following items before requesting final acceptance and final payment: 1. When Contractor considers Work complete, submit written certification that: a. Contract Documents were reviewed. b. Work was examined for compliance with Contract Documents. c. Work was completed per Contract Documents. d. Work is complete and ready for final inspection. 2. Submit: a. Final punch list indicating all items are complete or correct. b. Final payment request with final releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations, where required. c. Specified warranties, workmanship/maintenance bonds, maintenance agreements, and other similar documents. d. Accounting statement for final changes to Contract Sum. e. Contractor's Affidavit of Payment of Debts and Claims on Contractor form. f. Contractor Affidavit of Release of Liens on Contractor form. g. Consent of Surety to Final Payment on Contractor form. 3. Perform final cleaning for Contractor-soiled areas per this Section. D. Final Completion Inspection: 1. Within seven days after receipt of request for final inspection, Engineer and Owner will inspect to determine if Work or designated portion is complete. 2. If Engineer and Owner consider Work incomplete or defective: a. Engineer and Owner will promptly notify Contractor in writing, listing incomplete or defective Work. b. Contractor shall remedy stated deficiencies and send second written request to Engineer and Owner that Work is complete. c. Engineer and Owner will reinspect Work. d. Redo and Inspect Deficient Work: Repeated until Work passes inspection. e. Engineer and Owner inspection. 1.4 STARTING SYSTEMS A. Coordinate schedule for startup of various equipment and systems. B. Notify Engineer seven days before startup of each item. C. Verify each piece of equipment or system was checked for proper lubrication, drive rotation, belt tension, control sequence, and conditions which may cause damage. D. Verify tests, meter readings, and electrical characteristics agree with those required by equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute startup under supervision of manufacturer representative or Contractor personnel per manufacturer's instructions. G. When specified in individual Specifications, require manufacturer to provide authorized representative who will be present at Site to inspect, check, and approve equipment or system installation before startup and supervise placing equipment or system in operation. H. Submit a written report per Section 01 33 00 "Submittal Procedures," that equipment or system has properly installed and functioning correctly. 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 3 09/22 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance (O&M) of products to Owner personnel two weeks before date of Substantial Completion. B. Demonstrate Project equipment by manufacturer's representative who is knowledgeable about Project. C. Use O&M manuals as basis for instruction. Review contents of manual with Owner personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate startup, operation, control, adjustment, troubleshooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. E. Prepare and insert additional data in O&M manuals when need for additional data is apparent during instruction. F. Required instruction time for each item of equipment and system is specified in individual Specifications. 1.6 TESTING, ADJUSTING, AND BALANCING A. Owner will appoint, employ, and pay for services of independent firm to perform testing, adjusting, and balancing. B. Reports will be submitted by independent firm to Engineer indicating observations and results of tests and indicating compliance or noncompliance with requirements of Contract Documents. 1.7 PROJECT RECORD DOCUMENTS A. Maintain onsite, one set of these record documents and record actual revisions to Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to Contract. 5. Reviewed Shop Drawings, product data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record, at each product Section, description of actual products installed, including: 1. Manufacturer name, product model, and number. 2. Product substitutions or alternates used. 3. Changes made by Addenda and modifications. F. Record Drawings. Legibly mark each item to record actual construction as: 1. Include Contract modifications such as Addenda, supplementary instructions, change directives, field orders, minor changes in Work, and change orders. 2. Include locations of concealed elements of Work. 3. Identify depth of buried utility lines and provide dimensions showing distances from permanent facility components parallel to utilities. 4. Dimension ends, corners, and junctions of buried utilities to permanent facility components using triangulation. 5. Identify and locate existing buried or concealed items encountered during Project. 6. Measured depths of foundations in relation to finish first floor datum. 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 4 09/22 7. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 8. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of Work. 9. Field changes of dimension and detail. 10. Details not on original Drawings. G. Submit marked-up paper copy documents to Engineer with claim for final Application for Payment. H. Submit PDF electronic files of marked-up documents to Engineer with claim for final Application for Payment. 1.8 OPERATION AND MAINTENANCE DATA A. Submit in PDF composite electronic indexed file. B. Submit data bound in 8 1/2- x 11-inch text pages, three, D-side-ring binders with durable plastic covers. C. Prepare binder cover with printed Operation and Maintenance Instructions, title of Project. D. Internally subdivide binder contents with permanent page dividers, logically organized as described, with tab titling clearly printed under reinforced laminated plastic tabs. E. Drawings: Provide with reinforced punched binder tab. Bind in with text. Fold larger drawings to size of text pages. F. Contents: Prepare Table of Contents (TOC) for each volume, with each product or system description identified, typed on white paper, in three parts as: 1. Part 1: Directory, listing names, addresses, and phone numbers of Engineer, Contractor, subcontractors, and major equipment suppliers. 2. Part 2: O&M instructions, arranged by system and subdivided by Specification Section. For each category, identify names, addresses, and phone numbers of subcontractors and suppliers. Include: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. g. Safety precautions to take when operating and maintaining or working near equipment. 3. Part 3: Project documents and certificates, including: a. Shop Drawings and product data. b. Certificates. c. Originals of warranties and bonds. 1.9 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. B. For equipment or component parts of equipment put into service during construction and operated by Owner, submit documents within 10 days after acceptance. 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 5 09/22 C. Submit one copy of completed volumes 15 days before final inspection. Draft copy reviewed and returned after final inspection, with Engineer comments. Revise content of document sets as required before final submission. D. Submit two sets of revised final volumes within 10 days after final inspection. E. Submit in PDF composite electronic indexed file of final manual within 10 days after final inspection. F. Building Products, Applied Materials, and Finishes: Include product data, with catalog number, size, composition, and color and texture designations. G. Instructions for Care and Maintenance: Include manufacturer recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. H. Moisture Protection and Weather-Exposed Products: Include product data listing applicable reference standards, chemical composition, and details of installation. Include recommendations for inspections, maintenance, and repair. I. Additional requirements as specified in individual product Specifications. J. Include listing in TOC for design data, with tabbed fly sheet and space for insertion of data. 1.10 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit two copies of preliminary draft or proposed formats and outlines of contents before Work. Engineer will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within 10 days after acceptance. C. Submit one copy of completed volumes 15 days before final inspection. Draft copy will be reviewed and returned after final inspection, with Engineer comments. Revise content of document sets as required before final submission. D. Submit two sets of revised final volumes within 10 days after final inspection. E. Submit in PDF composite electronic indexed file of final manual within 10 days after final inspection. F. Each System and Item of Equipment: Include description of unit/system and component parts. Identify function, normal operating characteristics, and limiting conditions. Include performance curves, with engineering data and tests, complete nomenclature, and model number of replaceable parts. G. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; by label machine. H. Include color-coded wiring diagrams as installed. I. Operating Procedures: Include startup, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shutdown, and emergency instructions. Include summer, winter, and special operating instructions. J. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. K. Include servicing and lubrication schedule and list of lubricants required. L. Include manufacturer-printed operation and maintenance instructions. M. Include sequence of operation by controls manufacturer. N. Include original manufacturer parts list, illustrations, assembly drawings, and diagrams required for maintenance. O. Include control diagrams by controls manufacturer as installed. P. Include Contractor coordination drawings with color-coded piping diagrams as installed. 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 6 09/22 Q. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. R. Include list of original manufacturer's spare parts, current prices, and recommended quantities maintained in storage. S. Include test and balancing reports per Section 014000 "Quality Requirements." T. Additional requirements as specified in individual product Specifications. U. Include listing in TOC for design data with tabbed dividers and space for insertion of data. 1.11 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts, maintenance, and extra products in quantities specified in individual Specifications. B. Deliver to place in location as directed by Owner. Obtain receipt before final payment. 1.12 PRODUCT WARRANTIES AND PRODUCT BONDS A. Obtain warranties and bonds executed in duplicate by responsible subcontractors, suppliers, and manufacturers within 10 days after completion of applicable item of Work. B. Execute and assemble transferable warranty documents and bonds from subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and notarized. D. Co-execute submittals when required. E. Include TOC and assemble in three, D-side-ring binder with durable plastic cover. F. Submit before final Application for Payment. G. Time of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after date of Substantial Completion, before final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Substantial Completion, submit within 10 days after acceptance, listing date of acceptance as beginning of warranty or bond period. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Verify existing Site conditions and substrate surfaces are acceptable for subsequent Work. B. Beginning new Work means acceptance of existing conditions. C. Verify existing substrate can structurally support or attach new Work applied. D. Examine and verify specific conditions described in individual Specifications. E. Verify utility services are available with correct characteristics and in correct locations. 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 7 09/22 3.2 PREPARATION A. Clean substrate surfaces before applying next material or substance per manufacturer instructions. B. Seal cracks or openings of substrate before applying next material or substance. C. Apply manufacturer-required or -recommended substrate primer, sealer, or conditioner before applying new material or substance in contact or bond. 3.3 EXECUTION A. Comply with manufacturer installation instructions, performing each step, in sequence. Maintain one set of manufacturer installation instructions at Project Site during installation and until completion of construction. B. When manufacturer installation instructions conflict with Contract Documents, request clarification from Engineer before proceeding. C. Verify field measurements are as indicated on approved Shop Drawings or as instructed by manufacturer. D. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1. Secure Work true-to-line and level and within specified tolerances, or if not specified, industry-recognized tolerances. 2. Physically separate products in place, provide electrical insulation, or provide protective coatings to prevent galvanic action or corrosion between dissimilar metals. 3. Exposed Joints: Provide uniform joint width and arrange to obtain best visual effect. Refer questionable visual-effect choices to Engineer for final decision. E. Allow for expansion of materials and building movement. F. Climatic Conditions and Project Status: Install each unit of Work under conditions to ensure best possible results in coordination with entire Project. 1. Isolate each unit of Work from incompatible Work necessary to prevent deterioration. 2. Coordinate enclosure of Work with required inspections and tests to minimize necessity of uncovering Work for those purposes. G. Mounting Heights: Where not indicated, mount individual units of Work at industry-recognized standard mounting heights for particular application indicated. 1. Refer questionable mounting heights choices to Engineer for final decision. 2. Elements Identified as Accessible to Handicapped: Comply with applicable codes and regulations. H. Adjust operating products and equipment to ensure smooth and unhindered operation. I. Clean and perform maintenance on installed Work as frequently as necessary through remainder of construction. Lubricate operable components recommended by manufacturer. 3.4 PROTECTING INSTALLED CONSTRUCTION A. Protect installed Work and provide special protection where specified. B. Provide temporary and removable protection for installed products. Control activity in immediate Work area to prevent damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Use durable sheet materials to protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects. 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 8 09/22 E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 3.5 FINAL CLEANING A. Execute final cleaning before final Project assessment. Employ experienced personnel or professional cleaning firm. B. Clean interior and exterior glass and surfaces exposed to view. Remove temporary labels, stains, and foreign substances. Polish transparent and glossy surfaces. C. Clean equipment and fixtures to sanitary condition with appropriate cleaning materials. D. Clean filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site. Sweep paved areas and rake landscaped surfaces clean. G. Remove waste and surplus materials, rubbish, and construction facilities from site. END OF SECTION 01561121 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 9 09/22 SECTION 31 90 05.40 SOLID WASTE BASIC PIPE AND FITTING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes Contractor shall supply all materials, equipment, and labor needed to install complete and make ready for use all pipe and pipe fittings as specified herein and as indicated on the Contract Drawings. B. Related Sections include but are not necessarily limited to: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE A. Referenced Standards The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. Use of the most recent version is required. American National Standards Institute (ANSI) B16.5 Pipe Flanges and Flanged Fittings. 31.8 Code for Pressure Piping, Appendix N. ASTM International (ASTM) D1248 Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. D2513 Standard Specification for Polyethylene (PE) Gas Pressure Pipe, Tubing, and Fittings. D2683 Standard Specification for Socket-Type Polyethylene Fittings for Outside Diameter- Controlled Polyethylene Pipe and Tubing. D3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. D3350 Specification for Polyethylene Plastics Pipe and Fittings Materials. D4101 Standard Specification for Propylene Plastic Injection and Extrusion Materials. D3350 Specification for Polyethylene. D1784 Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. D1785 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 34, 40, 80 and 120. D2241 Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series). D2467 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 1 09/22 D3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. D3212 D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. F593 Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. F679 Standard Specification for Poly(Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings. F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Outside Diameter. F794 Standard Specification for Poly(Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. F949 Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings. D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. D2321 Plastics Piping Institute (PPI): PPI TR-3/1/9-79, Technical Report. American Water Works Association (AWWA) PVC (polyvinyl chloride) materials: 1) C900, Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN Through 12 IN, for Water Distribution. 2) C905, Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 IN through 48 IN, for Water Transmission and Distribution. Polyethylene (PE) materials: 1) C901, Standard for Polyethylene (PE) Pressure Pipe and Tubing, 1/2 IN through 3 IN, for Water Service. B. Coordinate flange dimensions and drillings between piping, valves, and equipment. 1.3 DEFINITIONS A. SDR Standard Dimension Ratio. B. ESCR Environmental Stress Crack Resistance. C. HDPE High Density Polyethylene Pipe. D. PVC - PolyVinyl Chloride Plastic Pipe. E. LFG Landfill gas. 1.4 SUBMITTALS A. The Contractor shall prepare and submit to the Engineer, for review and approval prior to commencement of construction, certificates of compliance on materials furnished and ma brochures containing complete information and instructions pertaining to the storage, handling, installation, inspection, maintenance and repair of each type of pipe, and pipe fitting furnished. B. Contractor shall provide manufacturing test specification data listing resin type, cell classification, stock density, melt flow, flexural modulus, tensile strength, and coloration as appropriate for each type of pipe specified. Include results of tests with shipment of materials, with two (2) additional copies of test results furnished to Engineer. 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 2 09/22 C. Contractor shall prepare and submit Shop Drawings to the Engineer for review and approval. Shop Drawings shall show the following: 1. Fabrication and/or layout drawings: a. Piping drawings (minimum scale 1-inch equals 10 feet) with information including: 1) Pipe dimensions, schedule, fittings, and supports. 2) Invert or centerline elevations of piping crossings. 3) Acknowledgement of bury depth and location requirements. 4) Details of fittings, tapping locations, and related appurtenances. 5) Line slopes. b. Schedule of interconnections to existing piping and method of connection. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Copies of manufacturer's written directions regarding material handling, delivery, storage and installation. c. Separate schedule sheet for each piping system scheduled in this Section showing compliance of all system components. Attach technical product data on gaskets, pipe, fittings, and other components. D. Test Report: 1. Copies of pressure test results on all landfill gas piping systems and corrective actions taken if test failed. 2. Notification of time and date of piping pressure tests. E. As-Built Drawings: 1. - drawings of piping systems including project items and pre-existing items. Identify complete location, elevation, and description of piping systems. Relate piping systems to identified structures and appurtenances. F. Operation and Maintenance Manuals. 1.5 DELIVERY, STORAGE, AND HANDLING A. Protect pipe coating during handling using methods recommended by manufacturer. Use of bare cables, chains, hooks, metal bars or narrow skids in contact with coated pipe is not permitted. B. Prevent damage to pipe during transit. Repair abrasions, scars, and blemishes. If repair of satisfactory quality cannot be achieved, replace damaged material immediately. C. Protect materials from direct exposure to rain or sunlight until installation. D. Pipe Storage: 1. Store or stack pipe to prevent damage from marring, crushing or puncture. Limit maximum height, whichever is less. 2. recommendations. E. Pipe handling: Protect pipe from excessive heat, harmful chemicals, abrasions, and scars. 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 3 09/22 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS HDPE PIPE A. Subject to compliance with the Contract Documents, the following manufacturers of PE pipe are acceptable for landfill gas applications: 1. Driscoplex. 2. CSR/Polypipe. 3. ISCO. 4. Lee Supply. 5. Ferguson Industrial Plastics. 6. Plexco. 7. Or approved equal. 2.2 HIGH DENSITY POLYETHYLENE (HDPE/PE 3408/3608) PIPING AND FITTINGS A. General: 1. All HDPE pipe used must be in conformance with the documentation set forth in the Contract Drawings. The SDR of each specific pipe can be found on the Contract Drawings. 2. Pipe shall be extruded from a Type III, Class C, Category 5, Grade P34 compound as described in ASTM D 1248. Shall be classified as cell 345464C according to ASTM D 3350 and have the material designation of PE 3408/3608. The pipe shall be manufactured to meet the requirements of ASTM F714. shall be adhered to and fittings shall be provided by one of the manufacturers specified in Section 2.1 of this specification. B. HDPE Fittings: 1. Fittings shall be manufactured from polyethylene compound having cell classification equal to or exceeding the compound used in the pipe. 2. All fittings 12-inches and smaller shall be molded (excluding gas header pipe), unless approved by the Engineer. Extrusion welds on fittings will not be allowed, except for addition of gussets. The ends of the fabricated fittings shall not be trimmed to match the pipe section to which they are going to be joined. All polyethylene fittings shall have the same or higher Pressure Rating as the pipe when installed in accordance with the latest technical specifications. All landfill gas tie-ins to the header may be shop fabricated branch saddle fittings. Field fabricated branch saddle fittings will not be accepted. 3. Flanges for HDPE Pipe: a. Flanges for HDPE pipe shall be convoluted ductile iron back-up rings with a minimum thickness of 1-inch. b. The studs, nuts and washers for the flanges shall be 316 stainless steel hardware. Below grade flanges shall be wrapped in 5-mil polyethylene sheeting just after installation and prior to backfilling to help prevent corrosion. c. Flange gaskets shall be full-face Neoprene or approved equal. d. Flanges and bolt patterns consistent with ANSI B16.5/AWWA C207/ASTM A536, as recommended by manufacturer. 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 4 09/22 4. Reducers: a. Furnish appropriate size reducers and reducing fittings to mate pipe to equipment connections. Connection size requirements may change from those shown on the Contract Drawings depending on equipment furnished. C. All pipe and fittings must be supplied by the same manufacturer. D. Identify each length of pipe clearly at intervals of 5 feet or less with the following markings: 1. Manufacturer's name and trademark. 2. Nominal size of pipe, 3. Type of plastic (e.g. PE 3408/3608) 4. Standard dimension ratio (SDR) value 5. ASTM designations (i.e., ASTM F714) 2.3 ACCEPTABLE MANUFACTURERS PVC PIPE A. Subject to compliance with the Contract Documents, the following manufacturers of PVC pipe are acceptable for landfill gas applications: 1. R&G Sloane Manufacturing Co., Inc. 2. Nibco. 3. Esloh-Thermoplastics Inc. 4. Or approved equal. PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL A. Pipe may be rejected for failure to conform to Specifications, or for: 1. Fractures or cracks passing through pipe wall, except single crack not exceeding two 2-inches in length at either end of pipe which could be cut off and discarded. Pipes within one shipment will be rejected if defects exist in more than 5 percent of shipment or delivery. 2. Cracks sufficient to impair strength, durability, or serviceability of pipe. 3. Defects indicating improper proportioning, mixing, and molding. 4. Damaged ends, where such damage would prevent making satisfactory joints. 5. Excessive abrasions and scars. 6. Acceptance of fittings, stubs, or other specifically fabricated pipe sections shall be based on visual observation by the Owner or Engineer at the Project site and documentation that they conform to these Specifications. 3.2 HPDE PIPE INSTALLATION A. Install pipe as indicated on the Contract Drawings. Pipe installation shall comply with the requirements of ASTM D 2321, PPI TR31/9- recommendations. B. Remove standing water in trench before installation. C. Lengths of fused pipe to be handled as one segment shall not exceed 400 feet. 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 5 09/22 D. Owner and Engineer shall be notified prior to any pipe being installed in the trench in order to have an opportunity to inspect the following items: 1. All butt and saddle fusions. 2. Pipe integrity. 3. Trench excavation and bedding material for rocks and foreign material. 4. Proper trench slope. 5. Trench contour to ensure the pipe will have uniform and continuous support. 6. Proposed backfill and filter pack (stone or chip tires) for horizontal collector wells. E. Any irregularities found by the Engineer during this inspection must be corrected before lowering the pipe into the trench. Pipe shall be allowed sufficient time to adjust to trench t temperature prior to any testing, segment tie-ins, and/or backfilling. F. Pipes and fittings shall be carefully lowered into trench to limit stress to pipes, fittings, and joints. G. Pipe and fittings shall be installed so that there will be no deviation at the joints and so that inverts present a smooth surface. Pipe and fittings that do not fit together to form a tight fitting joint are not permitted. H. Tie-ins shall be made out of the trench whenever possible. When tie-ins are to be made only in the trench, a bell hole shall be excavated large enough to ensure an adequate and safe work area. I. Contractor shall ensure that kinking or excessive bend diameters of the pipe do not occur during the installation process. J. Contractor shall insure that the pipe installed in the trench is firmly supported. The Contractor shall follow the minimum length and type of backfill specified in the Contract Drawings. K. Cap pipe sections longer than single joint on both ends during placement, except during fusing operations. L. Contractor shall cap all open pipe ends at the end of the workday. M. HDPE pipe and fittings shall be by the same manufacturer. Minimum strength of the fittings will not be less, than that of the pipe. N. Changes in direction of HDPE Pipe: Do not bend pipe to greater degree than minimum radius recommended by manufacturer for type and grade. O. Contractor shall remove cuttings. Shavings shall not be left on the ground. P. HDPE shall not be field threaded and such threaded joints shall not be used in gas collection systems. Q. Except as indicted on the Contract Drawings, landfill gas pipe fittings shall be butt fusion type, meeting the requirements of ASTM D-3261 and this specification. All fittings shall be pressure rated to match the system piping to which they are fused. The side slope riser fittings shall be factory fabricated and shall have a smooth interior surface. R. All perforated pipes shall be perforated by the Manufacturer as shown on the Contract Drawings. S. Workmanship: Exterior and interior surfaces shall be smooth with no sharp projections. The surfaces shall be free of foreign inclusions and major surface defects. Polyethylene pipe shall be as uniform as commercially practical in color, opacity, density, and other physical properties. The product function shall be considered when judging external defects. 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 6 09/22 T. All installed HDPE pipe shall be marked in 50-foot intervals corresponding to the stationing required for slope confirmation and conformance surveying. Each joint shall be marked at header and lateral joints. For main pipeline, station numbering shall be continuous and sequential. Station numbering shall be referenced in daily logs to document pipe installation progress. Survey data shall be submitted in the state plane coordinate system. Top of pipe and cover soil elevation shall be included for all points unless piping is designed to be above grade. 3.3 HEAT FUSION OF HDPE PIPING A. HDPE pipe shall be joined by butt-fusion methods, having a uniform and monolithic pipe interior according to the fusion joining procedures as instructed by the manufacturer, except within the structures, as shown in the Construction Drawings. B. Each individual performing fusion joining shall have at least one (1) year of experience in the use of the fusion procedure. C. Join pipe sections at ground level to a maximum length of 400 feet, or a length recommended by the manufacturer such that maximum allowable stress, when pulling the pipe into position alongside the trench, is not exceeded. Use appropriate materials and equipment, as recommended by the HDPE pipe manufacturer, when pulling butt-fused pipe sections alongside the trench to prevent pipe damage. D. During installations when temperature exceeds ninety (90) Degrees F., it may be necessary to provide a slightly longer length of HDPE pipe when connections are to be made between two fixed points or structures to compensate for contraction of the pipe in a cooler trench bottom. The additional pipe length requirements shall be in accordance with the HDPE pipe manufacturer's instructions. E. For cleaning pipe ends, solutions such as detergents and solvents, when required, shall be used Do not bend pipe, to greater degree than minimum radius recommended by manufacturer for type and grade. Do not subject pipe to strains that will overstress or buckle pipe or impose excessive stress on joints. F. Branch saddle fusions shall be joined in and procedures. Branch saddle fusion equipment will be of the size to facilitate saddle fusion within the trench. G. Before butt fusing pipe, each length shall be observed for presence of dirt, sand, mud, shavings, and other debris or animals. Remove all materials from the inside of the pipe. H. At end of each working day, cover open ends of fused pipe. Cap to prevent entry by animals or debris. I. Use compatible fusion techniques when polyethylene pipes of different melt indexes are fused 3.4 FLANGED CONNECTIONS A. For flanged connections in virgin soil, the Contractor shall wrap and tape the flanges and bolts in 5 mil polyethylene sheeting prior to backfilling to help protect the assembly from corrosion. B. Flanges shall be joined with 316 stainless steel studs and nuts. Stud lengths shall accommodate the required distance between flanges including spacers, if necessary. C. Tighten flange bolts at uniform rate which will result in uniform gasket compression over entire area of joint. Provide tightening torque in accordance with manufacturer's recommendations. CAUTION: Do not over-torque bolts. 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 7 09/22 D. For flanged connections within the limits of refuse, all below grade back-up rings, studs, nuts and washers shall be thoroughly coated with a rubberized emulsion undercoating spray, or approved substitute. E. The Contractor shall wrap and tape the flanges and bolts in five (5) mil polyethylene sheeting prior to backfilling. 3.5 CONNECTIONS WITH EXISTING PIPING A. Where connection between new work and existing work is made, use suitable and proper fittings to suit conditions encountered. B. When Contractor is ready to connect to existing piping, Engineer will notify Owner to shut down the flare station before proceeding to connect to existing gas system. C. Undertake connections in fashion which will disturb existing gas system as little as possible. D. Provide suitable equipment and facilities to dewater, drain, and dispose of liquid removed without damage to existing gas system. E. Once tie-in to each existing system is initiated, continue work continuously until tie-in is made and tested. 3.6 TESTING A. The HDPE header, air supply, condensate/dewatering lines, and solid sections of the horizontal collector wells shall be subjected to pneumatic pressure tests as described herein to detect any leaks in the piping. Testing shall only be performed below grade (inside the trench). The Contractor shall accept the responsibility for locating, uncovering (if previously backfilled), and repairing any leaks detected during testing. B. Polyethylene piping shall be butt welded together into testing segments. Segments shall be connected to a testing apparatus on one end and fitted with fusion-welded caps on all openings. C. The segment to be tested shall be allowed time to reach constant and/or ambient temperature before initiating the test. D. The test must be performed during a period when the pipe segment will be out of direct sunlight; i.e., early morning, late evening, or cloudy days. This will minimize the pressure changes which will occur during temperature fluctuations. E. The pneumatic test pressure for LFG header pipe and laterals shall be ten (10) psig with a maximum of 5 percent loss. Failing pipe sections will be inspected for any visible leaks E. and re-tested. Engineer will determine protocol for any additional failures. F. Pressure drop during the test shall not exceed five percent of the testing gauge pressure over a period of one hour. The pressure drop shall be corrected for temperature changes before determining pass or failure. (See Article 3.7 for test failures). G. The Engineer shall be notified 1-week prior to commencement of the testing procedure and shall be present during the test. H. All equipment for this testing procedure, including an adequately sized air compressor, fittings, caps/pipe plugs, etc. shall be furnished by the Contractor. Other necessary equipment includes a pressure gauge with a scale that spans the test pressure range with increments equal to 0.1 percent of the test pressure, an appropriate valve to facilitate an air compressor hose, and a ball valve to release pipe pressure at completion of test. Pipe reducers shall be utilized to adapt test flange to size of pipe being tested. 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 8 09/22 3.7 TEST FAILURE A. The following steps shall be performed when a pipe segment fails the 5 percent 1- hour test described in Article 3.6. F. 1. The pipe and all fusions shall be inspected for cracks, pinholes, or perforations. 2. All blocked risers and capped ends shall be inspected for leaks. 3. Leaks shall be located and/or verified by applying a soapy water solution and observing soap bubble formation. B. All pipe and fused joint leaks shall be repaired by cutting out the leaking area and re-fusing the pipe. C. After all leaks are repaired, a retest shall be performed in accordance with Article 3.6. 3.8 TEST REPORTING A. Each test (pass or failure) shall be reported in writing on a form approved by the Engineer. 1. Test report to include, date, size of pipe, length, description, and stationing. 2. If failure occurs, Contractor shall note the following: a. Location of failure segment. b. Nature of leaks. c. Repairs performed. d. Results of test. END OF SECTION 01561121 PIPE AND PIPE FITTINGS BASIC REQUIREMENTS 31 90 05.40 9 09/22 SECTION 31 90 40.10 HDPE LANDFILL GAS PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section includes: High Density Polyethylene (HDPE) pipe, fittings, and appurtenances. B. Related Sections include but are not necessarily limited to: 1. Division 01 Specification Sections apply to Work of this Section. 2. See 1.2 QUALITY ASSURANCE A. Referenced Standards ASTM International (ASTM) Polyethylene (PE) materials: D2239 Standard Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Controlled Inside Diameter. D2513 Standard Specification for Polyethylene (PE) Gas Pressure Pipe, Tubing, and Fittings. D2609 Standard Specification for Plastic Inserts Fittings for Polyethylene (PE) Plastic Pipe. D2657 Standard Practice for Heat Fusion Joining of Polyolefin Pipe and Fittings. D2837 Standard Test Method for Obtaining Hydrostatic Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products. D3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. D3350 Standard Specification for Polyethylene (PE) Plastics Pipe and Fittings Materials. F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Outside Diameter. F1290 Standard practice for Electrofusion Joining Polyolefin Pipe and Fittings. F2620 Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings. Installation: D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. D2774 Standard Practice for Underground Installation of Thermoplastic Pressure Piping. American Water Works Association (AWWA) Polyethylene (PE) materials C901 Polyethylene (PE) Pressure Pipe Tubing and Fittings, 1/2 through 3 IN for Water. C906 Polyethylene (PE) Pressure Pipe and Fittings 4 IN through 63 IN for Water Distribution and Transmission. 01561121 HDPE LANDFILL GAS PIPE 31 90 40.10 - 1 09/22 1.3 SUBMITTALS A. Pipe schedule identifying: 1. Style, type, size. 2. Quantity. 3. Location to be used. B. Perforation pattern(s). C. Schedule of fittings. D. Pipe data. E. Installer certification. F. Field quality control documents. 1.4 DEFINITIONS A. SDR Standard Dimension Ratio. B. IPS Iron Pipe Size. C. CTS Copper Tube Size. D. DIPS Ductile Iron Pipe Size. E. ESCR Environmental Stress Crack Resistance. PART 2 - PRODUCTS 2.1 HIGH DENSITY POLYTHELYENE (HDPE) PIPING A. General: 1. Provide PE 3408/3608 piping with fittings and appurtenances to locations shown on the Contract Drawings. 2. Furnish materials in accordance with ASTM F714 and full compliance to the following material specifications: a. Material description: ASTM D1248, Type III, Class C, Category 5, Grade P34. b. Cell classification: ASTM D3350, PE 345464C. c. ESCR: ASTM D1693, condition C, F>5,000 HRS. o d. ESCR: ASTM D1693, condition A, B, C, F>5,000 HRS. o 3. Modulus of elasticity: ASTM D638, 130,000 psi. 4. Hardness: ASTM D2240, 65 Shore D. 5. SDR: 9.0, 11.0, and 17.0 as specified in the Contract Drawings. 6. IPS for line size greater than 1 inch. B. Fittings: 1. ASTM F714. 2. SDR: 9.0, 11.0, and 17.0 3. 1/2 to 3 IN: ASTM D2683. 4. 4 to 10 IN: ASTM D3261. 5. End connections: a. Socket fused ends for fittings 1 inch and under. b. Butt-fused ends for fitting 1-1/2-inch and greater. 6. Use IPS reducers on the service mains. 7. Use tapping tees or straight outlet service saddles to join service lines to the main. 8. Mitered or field fabricated fittings are not allowed. 01561121 HDPE LANDFILL GAS PIPE 31 90 40.10 - 2 09/22 C. Installation: Install pipe and fittings in accordance with ASTM F714 and as recommended by the manufacturer. 1. Provide for a maximum deflection of not more than five percent. 2. HDPE pipe shall not be field threaded and such threaded joints shall not be used in gas collection systems. D. Deflection: 1. See Section . 2.2 PIPE MARKING A. During extrusion production, the HDPE pipe shall be continuously marked in accordance with AWWA 906 with durable printing including the following information: 1. Nominal size. 2. Dimension ratio. 3. Pressure class. 4. Manufacturer name or trademark and product series. 5. Standard material code designation (ex: PE 3408). 6. Plant identification. 7. Production date. 2.3 PRESSURE PIPING (UNDERGROUND) A. Materials: Furnish materials in full compliance with following requirements: 1. Materials and workmanship in accordance with ASTM F714. 2. Pipe type and size as shown on the Contract Drawings. 3. Joints for polyethylene pipe shall be fusion type in accordance with AWWA C901. 4. Installation: Perform installation procedures, handling, connections and other, appurtenant operations in full compliance to the manufacturer's printed recommendations and in full observance to plan details when more stringent. 5. Uniformity: Ensure that all piping and fittings are integrated into components of the finished system. Utilize products of a single manufacturer. PART 3 - EXECUTION 3.1 IDENTIFICATION A. Identify each length of pipe clearly at intervals of five (5) feet or less. Include manufacturer's name and trademark. B. Nominal size of pipe, appurtenant information regarding polymer cell classification and critical identifications regarding performance specifications, and "NSF" approvals when applicable. 3.2 INSTALLATION A. See Section Basic Pipe and Fitting Requirements. B. General: 1. Install buried pipe as indicated on the Contract Drawings. 2. The Contractor shall insure that kinking or excessive bend diameters of the pipe do not occur during the installation process. 3. The Contractor shall insure that the pipe installed in the trench is firmly supported. 01561121 HDPE LANDFILL GAS PIPE 31 90 40.10 - 3 09/22 4. The Contractor shall cap all open pipe ends at the end of the workday. 5. Contractor shall remove any cave-in portions of the trench prior to placing sand bagging around the pipe. 6. HDPE pipe and fittings shall be by the same manufacturer. a. The minimum strength of the fittings shall not be less than that of the pipe. 7. Service taps shall be installed as shown on the Contract Drawings. 8. Changes in direction of PE Pipe: a. Pipe may be cold-bent to minimum radius of 20 times the pipe diameter as it is installed. b. If fittings or fusions are present in the bend, the minimum recommended cold bending radius is 125 times the outside diameter of the pipe. 9. Remove cutting and threading burrs. C. Joining Procedures: 1. HDPE pipe joints shall be fused on the surface prior to installation into the trench. a. Alternative methods of fusing shall be approved by the Engineer. b. PE pipe 1 inch and under shall be socket fused. c. PE pipe joints 1-1/2 inch and over shall be butt fused. 2. Fusion joiner must be qualified by type of fusion (i.e., butt fusion, socket fusion or sidewall fusion) and fuse pipe only as qualified. 3. Each joint must be visually inspected inside and outside for damage, dirt, moisture, or any other abnormalities prior to fusing. 4. All joint fusion shall be performed in strict accordance with the manufacturer's specifications. 5. All fusion equipment must be approved by the manufacturer and operated by qualified and certified operators. a. Cost for testing and certifying personnel shall be borne by the Contractor. D. Testing and Reporting: 1. Refer to Section Fitting Requirements. END OF SECTION 01561121 HDPE LANDFILL GAS PIPE 31 90 40.10 - 4 09/22 SECTION 31 90 42.10 LANDFILL GAS BLOWER AND FLARE SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Section includes Landfill Gas Blower/Flare system which shall include the following four sub-systems: 1. Gas handling system. 2. Interconnecting piping system. 3. Candlestick flare system. 4. Control system. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE A. Furnish equipment by a manufacturer who is fully experienced, reputable, and qualified in the manufacture of the equipment to be furnished. Equipment shall be designed and fabricated in accordance with the best practices and methods. Manufacturer shall have experience in supplying equipment for landfill gas handling systems. 1.3 APPLICABLE CODES AND STANDARDS A. Equipment shall be manufactured in accordance with codes and guidelines as specifically detailed herein and in accordance with applicable portions of the following (latest edition): 1. Local laws and ordinances. 2. State and Federal laws. 3. National Electrical Code. 4. National Electrical manufacturers Association (NEMA). 5. Underwriters Laboratories (UL). 6. Uniform Building Code (UBC). 7. American National Standards Institute (ANSI). 8. American Society of Mechanical Engineers (ASME). 9. American Gas Association (AGA). 10. Institute of Electrical and Electronic Engineers (IEEE). 11. Instrument Society of America (ISA). 12. Industrial Risk Insurance (IRI). 13. Factory Mutual (FM). 14. National Fire Protection Agency (NFPA). 15. Environmental Protection Agency (EPA) Regulation 40 CFR Part 60.18. 16. American Steel Construction Institute (ASCI): a. Steel Products Manual. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -1 09/22 1.4 REGULATORY REQUIREMENTS A. Flare performance shall meet the requirements of the US Environmental Protection Agency (EPA) 40 CFR Part 60.18. Contractor to bring to the attention of the Engineer any conflict between the requirements of the Plans and Specifications and the requirements of the EPA, New and Existing Municipal Landfills. 1.5 STANDARD DESIGN CRITERIA A. Flare package is to have a standard flow turndown of 5:1 based on maximum LandfillGas flow rate of 2,000 scfm containing minimum 20 percent methane by volume or greater. B. Blower package is to have a single blower system with variable frequency drives that allows for a turndown ratio of 5:1 based on a maximum Landfill Gas flow rate of 2,000 cfm and be capable of providing a minimum of 25-inch W.C. vacuum. C. 0-0.5 PSIG discharge pressure D. Completely mounted and pre-piped on flare skid. E. 480 Volts, 3 Phase, 60 Hertz, TEFC Motor F. Variable frequency drive for blower speed control G. Inlet and discharge silencers (see 2.1.G.1) H. Teflon O-Rings in Automatic shut off valve I. Rings in all manual valves J. Allen Bradley PLC or approved equal (see 2.5) 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Protect parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. Deliver equipment on site as fully assembled as transportation will allow. Factory-assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the Engineer. C. Finished surfaces of all exposed openings shall be protected by wooden blanks, strongly built, and securely bolted thereto. D. Each box or package shall be properly marked to show its net weight in addition to its contents. E. Protect pipe coating during handling using methods recommended by manufacturer. Use of bare cables, chains, hooks, metal bars or narrow skids in contact with coated pipe is not permitted. F. Prevent damage to pipe during transit. Repair abrasions, scars, and blemishes. If repairof satisfactory quality cannot be achieved, replace damaged material immediately. G. Protect materials from direct exposure to rain or sunlight until installation. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -2 09/22 1.7 WARRANTY AND GUARANTEES A. Warrant the units being supplied to the Owner against defects in workmanship and material for a period of 3 yearsfrom the date of final acceptance in writing by the Owner. In the event that the equipment fails to perform as specified, the equipment manufacturer shall promptly repair and/or replace the defective equipment without any cost to the Owner (Including handling and shipment costs). 1.8 SUBMITTALS A. Contractor shall prepare and submit to the Engineer, for review and approval 30 days prior to delivery, certificates of compliance on materials furnished and containing complete information and instructions pertaining to the delivery, storage, handling, inspection, operation and maintenance and repair of the flare, blower, control panel, and other appurtenances described herein. B. Contractor shall prepare and submit Shop Drawings to the Engineer for review and approval. The Shop Drawings shall show the following: 1. All tie-ins to the gas collection system and electrical system based on field-verified information. 2. Blower/Flare/Compressor Foundation/Concrete Pad design in accordance with manufacturer recommendations. C. Contractor shall submit all calibration certificates pertaining to the flow meter, gas analyze and any other applicable equipment no more than 10 days after initial installation and commissioning of flare. PART 2 - PRODUCTS 2.1 GENERAL A. Equipment shall not have been in service, except for shop tests, at any time prior to delivery. The equipment shall be furnished factory-assembled to the extent possible and ready for installation. B. Newly refurbished equipment may not be utilized for this bid. C. Equipment shall be designed and proportioned to have liberal strength, stability and stiffness and shall be especially adapted for the intended service. Ample room and facilities shall be provided for inspection, repairs, and adjustments. D. Parts of equipment shall be amply proportioned for stresses which may occur during operation and for any additional stresses which may occur during fabrication, transportation, handling, and erection. E. These Specifications are intended to give a general description of what is required, but do not cover all requirements of the equipment as offered. They are, however, intended to cover the furnishing, delivery, and field testing of all materials, equipment, and apparatus as required. Auxiliary equipment necessary for proper operation of the proposed Landfill Gas Blower/Flare System not mentioned in these Specifications or shown on the Plans shall be furnished and installed. F. Flare station shall provide one blower system capable of handling 2,000 scfm of landfill gas. Additionally, the flare station shall provide space for a second blower system to be installed in the future. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -3 09/22 G. At all levels of performance of each gas system, the sound pressure shall not exceed eighty- five (85) dbA over a frequency range of 37.8 to 9,600 cycles per second. Measurement shall be made a distance of 3 feet from the outer face of the equipment. The manufacturer shall certify that the equipment furnished for this project does not exceed the specified sound pressure. This written certification shall be submitted with the Shop Drawings. 1. If certification is provided for the performance level for sound pressure at inlet and discharge without the use of silencers, their presence is not required. H. Identification of all components on the flare must be properly identified as specified. I. it conform to the specific requirements of the Specifications and to requirements contained in regulations issued by public agencies. Such modifications shall be noted in ShopDrawing submittals. J. Acceptable suppliers of the Flare include: 1. LFG Specialties, LLC 2. Flare Industries, Inc. 3. Perennial Energy, Inc. 4. Groth Corporation 5. NAO, Inc. 6. John Zink Company, LLC. 7. Vulcan Flare and Mechanical Services 8. Flare King 9. Callidus Technologies, LLC. 10. Parnel Biogas, Inc. 11. Product Recovery Management 12. Or approved equal. K. Acceptable suppliers of the Blower include: 1. Lamsen 2. HSI 3. Hoffman 4. Gardner Denver 5. Republic Blower Systems 6. Or approved equal. 2.2 GAS HANDLING SYSTEM A. Blowers and Motors: 1. Blowers: a. Gas inlet driven, direct drive, and multistage centrifugal type. Impellers shall be mounted on one shaft supported on each end by bearings mountedin the outboard bearing housings. b. The blowers shall be built from parts cast in patterns from which previous units have been built and tested. c. Blowers shall comply with the Design Criteria. No refrigeration system will be required on the blower discharge under this contract. Blowers will be controlled by an Allen Bradley PLC (or approved equal) unit specified in Part 2.5 of this specification. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -4 09/22 2. Blower Housings: Housings shall consist of cast iron sections held securelybetween cast iron inlet and outlet heads with steel tie rods. a. No contact shall be made between the shaft rotor and the housing, other than through the bearings. Stuffing boxes may be used as seals to minimize leakage of gas to the atmosphere or air into the landfill gas. b. The inlet and outlet connections shall be drilled and tapped flange pattern per ANSI 1316.1, 125-pound, and shall be an integral part of the heads. c. Corrosion protection of the housing shall be epoxy paint or approved equal. 3. Impellers: a. Shall be one piece cast aluminum alloy, keyed to the shaft and held by alocknut. Hubs of the impellers shall butt against each other directly or through one piece metal spacers. There shall be ample clearance and tip speed shall not exceed 375 feet per second. b. Impellers shall be precisely machine balanced. Vibration shall not exceed 1.5 mils in the vertical or horizontal plane measured at the blower bearing housings. 4. Diffusers: Diffuser sections which receive the gas from the impeller and guide the gas to the next impeller shall be provided. The diffusing vanes shall be an integral part of the sections. 5. Shaft: a. Each shaft shall be made of high-grade carbon steel of sufficient diameterto operate below first critical speed. b. Shaft seals shall be listed in the bid as a single carbon ring type seal. 6. Bearing Housings: a. Each blower shall be provided with two antifriction bearings. b. It shall be possible to replace bearings without disconnecting piping or disassembling the compressor casing. c. Both inlet and outlet bearings shall be designed for a minimum expectedlife of ten (10) years of continuous operation. 7. Casing Drains: Each blower stage shall be provided with 3/8-inch diameter casing drains manifolded to a single manual shut-off valve. 8. Internal Lining: a. Blower internals shall be furnished with a factory applied Bisonite,Kynar, phenolic coating or approved equal, minimum ten (10) mils thick to provide resistance to corrosion by landfill gas. b. The coating shall be applied to all parts of the blower (excluding aluminum impellers) which come in contact with the landfill gas stream. 9. Motor: a. Blowers shall be direct-coupled to a horizontal 480V, 3-phase, 60-hertz motor. b. The blower manufacturer shall be responsible for selecting the proper motor size to suit this equipment, the performance requirements noted herein, and the site conditions. c. Motor shall be totally enclosed fan-cooled (TEFC) suitable for Class 1, Division 2, Group D, classified location, and UL-approved. Motorshall be rated at 104 degrees F ambient with not more than 131 degrees F rise. d. Bearings shall be of the antifriction type with an AFBMA L-10 life rating of not less than 25,000 hours. 10. Flexible Couplings and Drives: a. Blowers shall be connected to the drivers with a suitable flexible coupling. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -5 09/22 b. Contractor shall check and adjust the alignment of the couplings and drives in accordance with the instructions of the manufacturer to a tolerance of plus or minus two (2) mils. c. Couplings shall be covered with base-mounted aluminum or non-sparking metallic guard. 11. Bases: a. Hot dip galvanized or epoxy-coated steel bedplates of suitable size for mounting blowers and drivers shall be furnished by the blower manufacturer. b. The blower and motor shall be carefully aligned and then bolted in place. c. Suitable vibration isolation pads shall be provided under the steel bedplates of the units. 12. The blower-motor assemblies shall be located, installed, and plumbed on a skid, and delivered to the site as a complete unit. 13. Auxiliary Equipment: a. The following auxiliary items shall be provided by the blower manufacturer. b. The manufacturer of the blowers shall provide flanged expansion joints and concentric tapered reducers. 14. Blower Controls: a. Starters and controls shall be commonly available parts. b. The manufacturer shall provide the Owner with a list of known suppliers for parts not commonly available that are expected to need servicing or replacement. 15. Experience: a. Blowers shall be manufactured in the United States. b. Blower manufacturers shall have a minimum of 5 years experience in the design and manufacture of this type of equipment and have a minimum of twenty-five (25) operating installations on landfills in the U.S. B. Moisture Separator Assembly (knock-out pot): 1. Moisture separator shall be completely fabricated from HDPE, epoxy coated steel or 6061-T6, 6063-T6 and/or 3003 alloy aluminum. It shall be of a vertical, cylindrical design with element removal from the top. An 8-inch flanged, covered, inspection port shall be provided in the side near the bottom for manual clean outof accumulated debris. Nozzle flanges shall meet ANSI 125-pound specifications. 2. Demister shall be made from non-corrosive mesh and shall be supported onand held down by high open area, stainless steel grid, or equivalent. The moisture separator shall be able to remove 100 percent of droplets greater than 6 micron and shall also remove particulates having a density equal to or greater than waterwhich are greater than 6 micron in size. 3. Moisture separator shall have a flow capacity of at least 2,500 scfm. At the design flow rates, temperatures and pressures, the moisture separator shall not havea pressure drop greater than four (4) inches water column and shall be capable of withstanding no less than 3.0 pounds per square inch gauge vacuum. 4. Condensate Removal: a. Shall have a 2-inch IPS pipe coupling in the bottom of the assembly for condensate removal. b. Contractor shall connect all condensate drain lines to the main condensate knock-out sump or to knock-out pot discharge line that leads to the underground field condensate (specified as SUMP 0 on the drawings). 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -6 09/22 c. A transparent liquid gauge which can withstand freezing temperatures is also required. 5. Pressure Drop Monitoring: a. There shall be two 1/2-inch threaded ports in the side of the unit, one upstream and one downstream of the demister element material, for the purposeof connecting differential pressure monitoring device(s). 6. Moisture separator assembly shall be manufactured in the United States. Manufacturers shall have a minimum of five (5) years experience in thedesign and manufacture of this type of equipment, and have a minimum of ten (10) units operating successfully on similar landfill gas installations in the U.S. 7. The moisture separator assembly shall be located, installed, and pre-plumbed on the gas handling system skid. 2.3 INTERCONNECTING PIPING SYSTEM A. Valves 1. Butterfly Valves: a. All valve shafts shall be connected to operators by use of keys and keyways. The use of compression or friction connection will not be accepted. b. The butterfly valves, for low-pressure/vacuum landfill gas services, shall have cast-iron wafer-style valve body with contoured 316 stainless steel disc, Type 316 stainless steel stem, Acetal stem bushing, and nitrile, EPDM or viton replaceable resilient seat. Valves shall be bubble-tight at 150 pounds per square inch differential pressure and shall be suitable for installation between ANSI 125-pound flanges. c. All butterfly valves shall open left or counterclockwise when viewed from the stem. Manual valve operators shall be either worm gear or lever type. Valves installed greater than 6 feet in height from the ground or skid platform shall be provided with chain wheel operators. All operators shall have adjustable mechanical stop limiting devices to prevent overtravel of disc. Should an adjustment of the disc be required to maintain a bubble-tight seal, this adjustment shall be made externally without removing the operator housing cover. The operator shall be designed such that adjustments can be made under pressure and without the possibility of dirt getting into the operator lubricant. Adjustments through the lower shaft will not be acceptable. Operator components shall, at the extreme operator positions, withstand without damage a pull of two-hundred pounds (200 lbs.) for handwheel or a torque of 300 ft-lb. for operating nuts. d. Interior of valve body and valve disc except for valve seat and stainless steel valve seat ring shall be coated with a fusion bonded, thermosetting epoxy coating in accordance with AWWA C550, latest revision. Coating shall be - minimum thickness of 12 mils. Surfaces shall be clean, dry, and free from rust and grease before coating. e. All butterfly valves shall be manufactured by DeZurik, Asahi/America, American- Darling Valves, Kennedy Valve Manufacturing Company, Clow Valve Company, or approved equal. Replacement parts and valves shall be commonly available. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -7 09/22 f. All exterior surfaces of butterfly valves shall be clean, dry and free fromrust and grease before coating. The exterior ferrous parts of all valves shall be shop primed at the factory with one coat, minimum dry film thickness 1.5 mils, of a primer with rust- inhibitive pigments and synthetic resins. Corrosion protection of the housing shall be epoxy paint or approved equal. B. Sampling Ports: 1. Gas and pressure sampling valves shall be stainless steel quick connects or1/4-inch stainless steel cock valves. Valve seats and seals shall be EPDM. Valves shall have a ¼-inch MPT on one end and hose connection on the other end. Valves shall be as manufactured by Chemtrol, Asahi/America, or equal. Replacement parts and valves shall be commonly available. C. Piping: 1. Piping on the gas handling system skid shall be HDPE SDR 17 or coated steel, as approved by the Engineer, appropriate for landfill gas application with a hydrogen sulfide concentration of 600 parts per million by volume (ppmv) or less. The same specification applies to tees, elbows, wyes, flanges, and other pipe fittings. Flanges shall conform to ANSI 125-pound specifications. 2. The gaskets shall be full-face neoprene, 1/16 inch to 1/8 inch in thickness, and shall meet the requirements of ANSI Specification A21.11. 3. Where shown on the Plans or as required, pipes and fittings shall be drilled and tapped to receive drainage or other piping or plugs. All holes shall be drilled at right angles to the axis of pipes and fittings. 4. Piping and fittings shall be supported so as to prevent any strain being transmitted between sections and connected equipment and appurtenances. Release of any joint shall result in no transverse piping movement and shall allow easy removaland replacement of any piping component. Supports in addition to those shown on the Plans may be required. 2.4 CANDLESTICK FLARE SYSTEM A. The landfill gas flare system shall be a unitized, modular system including all components for a complete and operational system. B. Supplementary fuel is required to maintain flame stability in the flare. In the event of the main flame extinguishing, the system shall automatically begin procedures to sustain a supplementary flame while maintaining system functionality and running the blower to move landfill gas through the supplementary flame. C. The flare shall be capable of achieving a minimum destruction efficiency of greater than 98 percent of total non-methane organic compounds (NMOCs). D. The flare exit velocity must be designed strictly in accordance with 40 CFR 60.18, but shall not exceed 100 feet per second at any time. E. Emissions from the flare shall not exceed the following: 1. Nitrogen Oxide (NOx) 0.068 lbs. per MMBtu Fired 2. Carbon Monoxide (CO) 0.37 lbs. per MMBtu Fired F. The landfill gas flare system shall be pre-piped and pre-wired to the extent possible, requiring minimal field assembly. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -8 09/22 G. The landfill gas flare system shall include, but not be limited to, the following components: 1. Automatic Shut-Off Valve. The valve shall open when prompted by the flarecontrol panel and shall automatically close by loss of electrical power, flame failure, or blower failure. It shall be a pneumatically operated butterfly valve, bubble-tight, wafer-style, equipped with a stainless steel disk and Teflon seat. The operator shallhave a manual override and be equipped as a spring fail close device. It shall close when directed by the Allen Bradley programmable logic controller (or approved equal) OR when power failure occurs in less than 5 seconds. The compressed gas necessary to operate the valve shall use nitrogen tanks to be provided by the Contractor.Must install Nitrogen pilot assembly with tanks for proper functioning of theshut off valve. Removable pilot assembly shall include pressure regulator, pressure indicator, solenoid valve, manual shutoff valve and pilot gas pressure manometer port. Contractor shall provide two 20-pound tanks equipped with fuel gauges and regulators arranged such that one bottle can be removed from the system for re-filling without affecting system operation. 2. Flame Arrester a. Flame arrester shall have 125-pound ANSI flanged connections. b. Housing construction shall be aluminum. Bank assembly shall be all aluminum and shall be arranged for easy removal from the housing to facilitate inspection and cleaning. The net free area through the bank assembly shall not be less than four times that of the corresponding size pipe. c. Maximum head loss through the flame arrester shall not exceed 3 inches of water column at 2,500 scfm. All grids of the bank shall be arranged for individual removal. The flame arrester shall be UL-approved and manufactured by Whessoe Varec, Model 5010E or approved equal. 3. Flare Stack shall be constructed from ASTM A53 steel and shall be of sufficient length to protect the control panel, liquid propane and nitrogen bottles and personnel against radiated heat from the flare. The control system shall be designedand manufactured as an outdoor system. 4. Flare construction shall consist of welds conforming to AWS D1.1 standards. The top five (5) feet of the stack/burner tip shall be constructed of 304 stainless steel. 5. Burner. The burner unit shall be constructed of 304 stainless steel. It shallconsist of the burner nozzle, vanes, and impingement assembly. It shall be designed such that the full range of flow rates, as specified herein, shall combust withoutcausing either flame yellowing, flame lift-off, or flashback, and shall perform according to the destruction and reduction efficiency requirements listed earlier in this specification. 6. Windshield flare shall be constructed of 304 or 310 stainless steel. 7. Propane Pilot System: a. Removable pilot assembly shall include pressure regulator, pressure indicator, solenoid valve, manual shutoff valve and pilot gas pressure manometer port. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10 -9 09/22 b. The flare pilot should be designed such that it includes a gas train assembly that interfaces with the system controls. The user shall be able to specifythe pilot to run with a constant supplementary flame with a btu rating/range of approximately 40K-100L Btu/hr. The system shall automatically monitor main flame stability. In the event the main flame is extinguished, the system shall automatically start procedures to run the constant specified supplementary flame. The assembly gas train shall have all control valves, wiring, interlocks/etc. to ensure proper operation. A low gas pressure supply pressure interlock shall be installed that will provide notice to the user that the stored gas has been depleted. c. Contractor shall provide two 20-pound L.P. tanks equipped with fuel gauges and regulators arranged such that one bottle can be removed from the system for re-filling without affecting system operation. d. If 2,000 gallon L.P. tank is installed as an additive alternate, then Contractor shall connect the proposed L.P. tank on site with fuel gauges and regulators to propane pilot system. If additive alternate is not selected, then Contractor shall connect existing L.P. tank on site with fuel gauges and regulators to propane pilot system. 8. Electronic Spark Ignition: a. 5,000 V electronic igniter assembly removable from outside the flare without disconnecting conduit or wiring. b. Igniter assembly shall be commonly available parts. c. Manufacturer shall provide a list of parts not commonly available and known suppliers. 9. An alternative-use blind flange shall be available as shown on the drawings for potential transport of gas to a third party or other device in future. The blindflange will be located after the blowers and automatic shutoff valve and before the flame arrestor for the flare station stack. See drawings for orientation. 10. Flare Mounting System shall be manufactured of ASTM A36 carbon steel members, which shall be welded to the structure using AWS D1.1 methods. Sufficient steel gusset material shall be incorporated in the structure to prevent erratic vertical alignment of the flare pipe. Flare mounting shall provide anchorage to the foundation to prevent overturning and provide resistance against seismic or windforces. Structural design shall comply with UBC 125 MPH criteria. 11. Finish: a. Carbon steel base of the flare stack shall be sand-blast prepared and primed. Sand blasting shall be to SP-6 guidelines. b. An inorganic zinc primer, solvent or water based, with a minimum of 14 lbs. metallic zinc content per gallon shall be applied. c. Minimum application will involve 1-coat, 4 MDFT cover. Acceptable coating suppliers include Ameron Protective Coatings (Brea, CA), DuPont Chemical Company (Wilmington, DE), Glidden Company (Cleveland, OH), and Koppers Company (Pittsburgh, PA). 12. Condensate Drains: a. Drain ports in the flame arrester and flare stack shall be equipped with automatic drip traps as manufactured by Varec, Model No. 245-1, or approved substitute. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10- 10 09/22 2.5 CONTROL SYSTEM A. The control panel for the Landfill gas blower/flare system shall be stainless steeland compliant with NEMA 4x specifications at a minimum. The main control panel shall be sized to accommodate the required controls, and shall be provided with a swing outpanel, and with a NEMA 4x compliant window in the door through which status annunciators, recorder, controller, etc. may be viewed. The control panel should be sized to provide 30 percent minimum excess space for future expansion. The control panel shall be mounted, installed and pre-wired by the manufacturer and functionality tests are to be performed at the factory. The panel shall include, but not be limited to, the following components: 1. Allen Bradley programmable logic control (or approved equal) used for control of the flare system. 2. Grounding and surge protection for the panel are to be provided. a. Surge protection shall be provided by use of Acromag model SP103 orengineer approved equal. b. Surge protection of incoming power supply shall be provided by use of SquareD model TVS4XF80 or an engineer approved equal. c. recommendation. 3. A load center for the motors, outlets, fixtures, controls, devices, lights, etc. 4. A control center to receive all the signals from the various safeties, controls,and monitoring equipment, and to automatically control all the components of thesystem. 5. An operator control panel to allow either manual or automatic selection for the control of the operating components of the system. a. Flare controls shall include trouble light contacts, automatic start/stop for pilot ignition, supplementary flame control, controllers, spark plugs, ultraviolet (UV) scanner, flame safeguard controller, thermocouples, timers, and other components necessary for a complete, operational automatic system. Automatic operation shall be achieved through adjustable timers, relays, and switches activated by the thermocouples, UV scanners and methane concentration monitors. b. Blower controls shall include ITE Type ETI, or equal motor circuit protectors, NEMA 4x panels, variable frequency drives, voltage monitors, dual set point ammeter switch gauges (undercurrent and over-current points shall be clearly indicated on the ammeters), running time meters, hand-off-automatic switches, and green push-to-test run lights. A time delay will prevent blower restart until sufficient time has elapsed for the shaft to stop spinning (approximately 8 minutes). 6. A weather/heat shield shall be provided to protect the control panel againstradiated heat (solar and/or flare) and rain. The control system shall be designed and manufactured as an outdoor system. B. Safeties system shall be equipped with the following safeties as a minimum: 1. Flame failure shall cause system shutdown C. Control Panel Face-Mounted Devices system shall be equipped with the followingcontrol panel face-mounted devices as a minimum: 1. Alarm and shutdown message annunciator. 2. Blower motor current meter. 3. Hand/off/auto switches for the blower. 4. Hand/off/auto switches for the flare. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10- 11 09/22 5. Run indicators for each blower. 6. Vibration switches for each blower. 7. Total elapsed run time for each blower. 8. Flame failure indicator for the flare. 9. Automatic shut-off valve failure indication. 2.6 AUXILIARY EQUIPMENT A. Local alarm light. B. Auxiliary lighting shall be provided via photocell-activated light mounted to the flare/blower control panel rack and a second light in the vicinity of the blowers. C. Two outdoor receptacles (120V) with ground fault protection shall be provided at the flare/blower control panel rack. 2.7 FOUNDATION A. Foundation and Earthwork. 1. Contractor shall provide the design calculations, drawings and specifications required for the foundation of the flare station as specified by the vendor/manufacturer and selected by Contractor. These specifications may include any earthwork or reinforced concrete foundation requirements which are to be upheld by Contractor. Contractor shall include this design in the bid submittal. The design calculations, drawings and specifications must be stamped and signed by a structural engineer licensed inthe State of Texas. 2.8 DATA MONITORING EQUIPMENT A. Mass Flow Meter shall consist of a single insertion type probe and remote electronics. Method of operation shall utilize a varying delta T signal with a fixed power source to separate the heating element. Flow meter shall have a digital LCD readout showing instantaneous (scfm) flow located at the flare control panel and provide a record ofgasflow to the flare continuously or at maximum intervals of fifteen (15) minutes. Flow shall be indicated on the same chart recorder as temperature. Unit shall be pressure and temperature corrected. Gas mass flow meter shall be manufactured by: Eldridge Products,Fluid Components, Thermal Instruments, or approved equal. The flow meter shall be installedper piping with no obstructions upstream and 10 diameters downstream. The flow meter shall provide data to a remote recorder at the main control panel. B. Gas Analyzer: One skid mounted Siemens Ultramat 23 or Landtec BIOGAS3000 (or approved equal) gas analyzer system shall be installed to monitor the gas composition including CH, CO, and O. Manufacturer recommendations must be followed to install the 422 analyzer. within the temperature limits recommended by the manufacturer. The Installer will be solely responsible if the gas analyzer functionality is impaired due to the high operating temperatures and shall replace the analyzer at no additional cost the Owner. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10- 12 09/22 C. Chart Recorder: Shall be digital and capable of continuously recording twelve (12) functions including flare temperature, LFG flow rate, methane concentration, oxygen concentration, carbon dioxide concentration, moisture content and other necessary parameters. Recorder is to continuously operate, including downtimes, to make it possible for the operator to maintain written record of runtime, LFG flow rate, downtime, as well as date, time and operation. Chart recorder is to be manufactured by Yokogawa or engineer approvedequal. D. A flow totalizer shall be installed on the main Blower/Flare Station control panel. 2.9 GAUGES A. System shall be equipped with the following gauges at a minimum: 1. Pressure, Vacuum, and Differential Gauges: Gauges shall be Capsuhelic gauges as manufactured by Dwyer Instruments, Inc. Marietta, Georgia, or equal. Gauges shall read water. a. Flame arrester pressure drop indicator. Gauge shall be capable of measuring0 to 15 in- w.c., differential pressure. b. Moisture separator pressure drop indicator. Gauge shall be capable of measuring 0 to 15 in-w.c., differential pressure. c. Blower vacuum and pressure indicators. Vacuum gauges shall be capable of measuring 0 to 80 in-w.c. Pressure gauges shall be capable of measuring 0 to 80 in-w.c. d. System vacuum indicator. A vacuum gauge shall be mounted upstream of the knock- out pot as indicated on the Plans. It shall be capable of measuring 0 to 80 in-w.c. e. System pressure indicator. A pressure gauge shall be mounted downstream of the blower outlet valves as indicated on the Plans. It shall be capable of measuring zero (0) to thirty (30) in-w.c. 2. Blower inlet and outlet temperature indicators. a. Dial-type temperature gauges shall be provided at the inlet and outlet of each blower. The gauges shall range from 0-200 degrees F. 2.10 AUTOMATIC TELEPHONE DIALER A. System shall receive input from the various monitored items in the form of a change in the status of a dry contact. Upon such change, the system shall be capable of automatically dialing up to 8 pre-selected phone numbers. When answered, the system shall send voice messages reporting the specific alarm condition. The system shall also be capable of reporting the status of all monitored items upon receipt of an inquiry phone call. B. Contractor will be required to arrange for and install a dedicated telephone line. 1. 8-Channel wireless autodialer. 2. Acceptable suppliers of the autodialer and wireless autodialer include: a. Raco ® b. Verbatim ® c. Guard-It ® d. Chatterbox ® e. Catalyst ® f. Or Engineer approved equal. C. System shall make provisions for the following input alarms: 1. Flame failure. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10- 13 09/22 2. Blower failure. 3. Automatic shut-off valve failure. D. Equipment Description: 1. The automatic dialer shall be an advanced microprocessor and synthesized voice technology capable of dialing up to 8-phone numbers or 16-digits each, maximum. Phone numbers and standard tone dialing shall be used on standard phone lines. 2. The unit shall permit the user to program, right from the keyboard, the following functions: a. Each fault channel to a normally open or closed mode. b. A different fault sense delay from one 1-99 seconds. c. Programmable answering delay of one 1-20 rings. d. Dialing and re-dialing up to eight separate pre-determined telephone numbers and delivering a synthesized voice message. 3. Normal power shall be 120-135 volts AC, 15 watts, nominal. The unit shall contain its own gel cell rechargeable battery which shall automatically be kept charged when AC power is present. The system shall operate on battery power for 24 hours in the event of AC power failure. 2.11 IGNITION PROCEDURE A. The pilot and main flame shall be controlled by ultraviolet (UV) scanner, thermocouples, solenoids, relays, and timers to perform the following functions: 1. Spark ignition of propane gas creates pilot flame that ignites LFG main flame. 2. When pilot is successfully ignited, blower(s) and actuator valve on flare inlet are activated. 3. If pilot is not ignited after three attempts within the pre-selected time interval(asset on the timer), the pilot is shut off, a trouble light is illuminated and alarm sent (via the autodialer). 4. If main flame is not ignited within the pre-selected time interval, the system will run the pilot with a constant supplementary flame. 5. If the main flame fails, the system will run the pilot with a constant supplementary flame. 6. If the main flame fails and the supplementary flame fails, the blower(s) turns off, the inlet valve is closed and alarm sent. 7. In the event of loss of flame, the flare and blower(s) shall automatically restart after an adjustable time delay of 5-15 minutes. B. In the event of a power failure, the flare and blowers shall automatically restart when power resumes after an adjustable time delay of 5-15 minutes. 2.12 SPARE PARTS A. The Vendor shall provide the following parts; 1. 20 ounces of Lamson Number 5 Grease, if Lamson blower is used, or equal. 2. One each vacuum, differential pressure, pressure and temperature gauge. 3. One shaft coupling. 4. Two thermocouples. 5. Indicator light package. 6. One UV sensor. 7. One set fuses/relays. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10- 14 09/22 8. Two igniter assemblies. PART 3 - EXECUTION 3.1 INSTALLATION A. Contractor to design and install concrete pad for flare/blower/compressor package per manufacturer recommendations. B. Manufacturer/supplier shall install the following items on the main skid: 1. Blower-Motor Assemblies. 2. Flame Arrestor. 3. Moisture Separator Assembly (knock-out pot). 4. Piping and fittings. 5. Valves. C. Main skid shall be constructed of heavy-duty steel I-Beams. Provide a non-slipdecking surface, grating is to be placed on top of structural steel. Prevent tripping hazards, wiringis to be routed underneath decking where possible. D. Flame arrester and inlet control valve shall be installed on the flare inlet pipe, supported by the candlestick flare skid and pipe support(s). E. E recommendations and applicable codes and standards. F. Equipment shall be installed plumb and perpendicular to piping. G. Marred or abraded surfaces of equipment shall be cleaned and refinished to matchoriginal finish. H. Contractor shall coordinate the electrical work with the equipment manufacturer andpanel fabricator to provide a complete, integrated, and automatic system. I. Flare stack and control panels may be installed on the main skid. If installed on theconcrete pad, Vendor shall provide the foundation design and connections. 3.2 START-UP AND TESTING A. Factory test of controls for the landfill gas blower/flare system shall be tested at the plant before shipment. Complete test reports shall be provided to the Engineer which show that all system controls operated correctly prior to shipment. Contractor shall notify Owner and Engineer 7 days prior to shipment of flare. B. Contractor shall notify Owner and Engineer 7 days prior to representative on- site training and startup of the flare. A factory representative with complete knowledge of proper operation and maintenance shall be provided for a minimum of four 8-hour days to commission and perform start up on the flare station. An additional one 8-hour day must be included to instruct representatives of the Owner and/or the Engineer on proper operation and maintenance of the blower/flare system. If there are difficulties in operation of the equipment due to or design or fabrication, additional services shall be provided at no cost to the Owner. C. Functional and Validation Tests. The flare station shall be operated for a period of 30 consecutive days before Engineer accepts flare as Substantially Complete. 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10- 15 09/22 3.3 DEMONSTRATIONS A. Demonstrations shall be separate from the installation, startup, and equipment adjustment services described in Start-up Testing above. System operations under all alarm conditions shall be demonstrated. Some of these alarm conditions may be simulated (e.g., via electrical jumpers) for demonstration purposes. B. The Demonstration Tests shall indicate that all items of these Specifications have been met by the equipment as installed and shall include, but not be limited to, the following tests: 1. That the system has been properly installed and all parts are in correct alignment. 2. That the system performs satisfactorily during continuous operation for at least 3 consecutive days. 3. That there are no mechanical or electrical defects in any of the parts. 4. That the controls perform satisfactorily, including automatic starting and stopping, manual operation, safety shutdowns, autodial operation, and under all alarm conditions. 3.4 CLEANING A. Contractor shall clean exposed surface of all greases, dirt, and other foreign materials. B. Contractor shall touch up all marred or abraded surfaces as specified herein. END OF SECTION 01561121 LANDFILL GAS BLOWER AND FLARE SYSTEM 31 90 42.10- 16 09/22 SECTION 31 90 42.20 LANDFILL GAS SYSTEM VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Contractor shall provide all materials, equipment, and labor needed to install complete and ready for use all header and sub-header isolation valves as specified herein and as indicated on the Plans. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section includes but not necessarily limits to Section 31 90 05.40 Pipe and Pipe 1.2 QUALITY ASSURANCE A. Referenced Standards American National Standards Institute (ANSI) B1.20.1 Pipe Threads, General Purpose B16.1 Cast Iron Pipe Flanges and Flanged Fittings B16.18 Cast Copper Alloy Solder Joint Pressure Fittings B16.34 Valves-Flanged, Threaded and Welding End ASTM International (ASTM) A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and pipe Fittings D256 Standard Test Methods for Determining the Izod Pendulum Impact Resistance of Plastics D638 Standard Test Method for Tensile Properties of Plastics. D648 Standard Test Method for Deflection Temperature of Plastics Under Flexural Load. D695 Standard Test Method for Compressive Properties of Rigid Plastics. D2240 Standard Test Method for Rubber Property-Durometer Hardness American Water Works Association (AWWA) C111 Rubber-Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. C207 Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. C500 Metal-Seated Gate Valves for Water Supply Service. C504 Rubber-Seated Butterfly Valves, 3 IN through 72 IN (75 MM through 1800 MM). C507 Ball Valves, 6 IN through 48 IN (150 MM through 1200 MM). C509 Resilient-Seated Gate Valves 3 through 12 NPS, for Water and Sewage Systems. C540 Power-Actuating Devices for Valves and Sluice Gates. C550 Protective Interior Coatings for Valves and Hydrants. C606 Grooved and Shouldered Joints. B. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.(MSS). 01561121 LANDFILL GAS SYSTEM VALVES 31 90 42.20 - 1 09/22 1.3 SUBMITTALS A. Contractor shall prepare and submit to the Engineer, for review and approval, certificates containing complete information and instructions pertaining to the storage, handling, installation, inspection, maintenance, operation, and repair of each type of valve furnished. Shop drawings shall be submitted for butterfly valve assemblies requiring spacers per Article 3.1 B of this Section. PART 2 - MATERIALS 2.1 BUTTERFLY VALVES (BLOWER/FLARE STATION) A. All valve shafts shall be connected to operators by use of keys and keyways. The use of compression or friction connection will not be accepted. B. The butterfly valves, for low-pressure/vacuum landfill gas services, shall have cast-iron waferstyle valve body with contoured 316 stainless steel disc, Type 316 stainless steel stem, Acetal stem bushing, and viton replaceable resilient seat. Valves shall be bubble-tight at 150 pounds per square inch differential pressure and shall be suitable for installation between ANSI 125-pound flanges. C. All butterfly valves shall open left or counterclockwise when viewed from the stem. Manual valve operators shall be either worm gear or lever type. All operators shall have adjustable mechanical stop limiting devices to prevent over travel of disc. Should an adjustment of the disc be required to maintain a bubble-tight seal, this adjustment shall be made externally without removing the operator housing cover. The operator shall be designed such that adjustments can be made under pressure and without the possibility of dirt getting into the operator lubricant. D. Adjustments through the lower shaft will not be acceptable. Operator components shall, at the extreme operator positions, withstand without damage a pull of 200 lbs. for handwheel or a torque of 300 ft-lb for operating nuts. E. Interior of valve body and valve disc except for valve seat and stainless steel valve seat ring shall be coated with a fusion bonded, thermosetting epoxy coating in accordance with AWWA - of 12-mils. Surfaces shall be clean, dry, and free from rust and grease before coating. F. All butterfly valves shall be manufactured by DeZurik, Asahi/America, American- DarlingValves, Kennedy Valve Manufacturing Company, Clow Valve Company, or approved equal. Replacement parts and valves shall be commonly available. G. All exterior surfaces of butterfly valves shall be clean, dry, and free from rust and grease before coating. The exterior ferrous parts of all valves shall be shop primed at the factory with one coat, minimum dry film thickness 1.5-mils of a primer with rust-inhibitive pigments and synthetic resins. Following installation, aboveground valves shall be finish painted. The color of the paint shall be selected by the OWNER. 01561121 LANDFILL GAS SYSTEM VALVES 31 90 42.20 - 2 09/22 2.2 MONITORING PORTS A. Monitoring ports shall be installed at each header and sub-header isolation valve and shall include the following items, or approved substitutes. Monitoring hose shall be stainless steel with outer braid Swagelok flexible metal hose, Part No. SS-H04PM4PF4, of adequate length to extend above grade as shown on the Plans. The male NPT end shall be threaded into the top of the header. Sampling end shall have a ¼-inch NPT polypropylene monitoring quick disconnect ports by Ryan Herco (800-848-1141), Part No. 0812-002. The hose shall be secured to the valve stem outer boring by stainless steel worm-gear clamps. B. Quick connects may be replaced by SCH 80 PVC labcock valves subject to approval by the ENGINEER. Labcock valves shall be ¼-inch PVC with EPDM seats and seals. Valves shall have ¼-inch MPT on one end and hose connection on the end, and the body shall be single piece construction. 2.3 IDENTIFICATION TAGS A. CONTRACTOR shall supply and affix to each header isolation valve monitoring port a plastic tag marked with pre-printed letters designating the valve number followed by the -1A, V-1B, V- placed on shall be affixed to the other valve monitoring port. Tags shall not be marked with pen or marker. B. Tags shall be 2 1/2-inch square tag, yellow with black lettering, Square Setonply® tag, style M4550, by Seton (800-243-6624), or equal. Tag shall be secured to the valve stem housing ENGINEER. PART 3 - EXECUTION 3.1 INSTALLATION A. the following: 1. Butterfly valves shall be installed between two flanges as shown on the Plans; care shall be taken to avoid stripping bolts when tightening. 2. Flanges shall be joined with hot dipped galvanized steel studs and nuts. Stud lengths shall accommodate the required distance between flanges including spacers, if necessary. Stainless steel studs and nuts are not acceptable substitutes. 3. All below grade back-up rings, studs, nuts and washers shall be thoroughly coated with 4. Polyken Technologies 1027 Primer, or rubberized emulsion undercoating spray, or not completely applied. 5. The CONTRACTOR shall wrap and tape the valve, flanges, and bolts in 5-mil polyethylene sheeting prior to backfilling. B. Flanged butterfly valves require spacers between the flange adapters and the valve body in order to allow full travel of the internal disk. The Contractor shall install valve spacers for all isolation valves and with the approval by the Engineer. 01561121 LANDFILL GAS SYSTEM VALVES 31 90 42.20 - 3 09/22 C. Setting Buried Valves: 1. Locate valves installed on pipe in trenches with valve pit box where buried pipe indicated on Drawings. Alternately the valve can be pre-manufactured and preassembled in valve pit. 2. Set valves and valve boxes plumb. 3. Place valve boxes directly over valves, with top of box being brought to surface of finished grade. 4. Install in closed position. 5. Place valve on firm footing in trench to prevent settling and excessive strain on connection to pipe. 6. After installation, backfill up to top of box for a minimum distance of 4-feet on each 6. side of box. D. Support exposed valves and piping adjacent to valves independently to eliminate pipe loads being transferred to valve and valve loads being transferred to the piping. E. For grooved coupling valves, install rigid type couplings or provide separate support to prevent rotation of valve from installed position. F. Install electric or cylinder actuators above or horizontally adjacent to valve and gear box to optimize access to controls and external handwheel. G. For threaded valves, provide union on one side within 2-feet of valve to allow valve removal. H. Install valves accessible for operation, inspection, and maintenance. 3.2 ADJUSTING A. Operate valve, open and close at system pressures. END OF SECTION 01561121 LANDFILL GAS SYSTEM VALVES 31 90 42.20 - 4 09/22 Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.