HomeMy WebLinkAboutResolution - 2006-R0201 - Contract - Hi Plains Drilling Inc. - Water Well Facilities - 04/26/2006Resolution No. 2006-R0201
April 26, 2006
Item No. 5.26
RESOLUTION
WHEREAS, the City of Lubbock is contemplating construction of water well
facilities in certain portions of the City; and
WHEREAS, the City of Lubbock has received multiple bids to its Invitation to
Bid (406 -018 -BM) regarding such project; NOW, THEREFORE,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the City Council of the City of Lubbock, after considering the experience
of the bidders, including the previous performance experience of the City of Lubbock
with the bidders, finds that the lowest responsible bidder for Invitation to Bid Number 06-
018 -BM is Hi Plains Drilling, Inc. of Abernathy, Texas;
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock the Contract regarding
Invitation to Bid Number 06 -018 -BM, by and between the City of Lubbock and Hi Plains
Drilling, Inc., and any other related documents. Said Contract is attached hereto as
Exhibit "A" and incorporated in this Resolution as if fully set forth herein and shall be
included in the minutes of the Council.
Passed by the City Council this 26th day of April 2006.
DAVID A. MILLER, MAYOR
ATTEST:
R�G-y Secretary
APPROVED AS TO CONTENT:
Victor Kilman, 'rector of General Services
APPROVED AS TO FORM:
Richard K. Casner
First Assistant City Attorney
ml/ccdocs/Agrmnt to Hi Plains Drilling.Res
May 23, 2006
No Text
r
City of Lubbock
PURCHASING DEPARTMENT
ROOM 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH:(806)775-2167 FAX:(806)775-2164
http://purchasing.ci.lubbock.tx.us
ITB# 06-018-BM, Addendum # I
ADDENDUMV
ITB # 06-018-BM
Irrigation Well Development at Lubbock
Land Application Site
DATE ISSUED: March 28, 2006
CLOSE DATE: April 11, 2006 @ 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.
1. Bidder's attention is invited to the following CHANGES /REVISIONS to the Specifications:
In Section 02525, page 02525-3; DELETE the entire paragraph 2.5 PITLESS ADAPTOR.
In Section 02525, page 02525-5; CHANGE section 3.3 C to read: 'Provide casing center guides every 40-feet.
In Section 02525, page 02525-5; DELETE the entire line 3.3 D.
2. REPLACE the existing Attachment E with the attached. This shows the 8-inch casing extended to the top of
the well. (DELETE the reference to 10.25-inch exterior casing).
3. On the BID SUBMITTAL UNIT PRICE CONTRACT, Item No. 3. is CHANGED to read: 5011000 rather than
40/1000 for the screen openings. Bidders must submit the REVISED BID SUBMITTAL UNIT PRICE
CONTRACT, attached, along with the previously required pages.
All requests for additional information or clarification must be submitted in writing and directed to:
Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Email to BMacnair@mylubbock.us..
THANK YOU,
CITY OF LUBBOCK
Bruce MacNair
Senior Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's
resWnsibility to advise the City of Lubbock Purchasing Manager 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 Purchasing Manager no later than five (5) business days prior to the bid close
date. A review of such notifications will be made.
ITB#06-018-BMAd1
�d
2'X2'X2' CONCRETE POWER CABLE ENTRY
PUMP BASE AND JUNCTION BOX
INTERIOR 8" CASING
4" NPT STEEL
TEE. AIR VALVE
AS SPECIFIED
1" MEASURING TUBE
CASING VENT
PLAN VIEW
N.T.S.
1" AIR VALVE
1 " TREAD
1" PLUG FOR MEASURING TUBE
4" STEEL TEE
JUNCTION BOX 0 1" TEE
' 141"k
4" COLUMN PIPE
90• BEND WITH WIRE MESH
WELL SEAL BY COTY CHEMICAL
1" TEE
CABLE /
CONCRE
PUMP BL
8 "CASII NG
0 4 �
N. T. S.
WELL HEAD ASSEMBLY FOR LLAS IRRIGATION WELLS
(TYPICAL)
PROFILE VIEW
CITY OF LUBBOCK
INVITATION TO BID
•o
TITLE: IRRIGATION WELL DEVELOPMENT AT LUBBOCK LAND APPLICATION SITE
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 06-018-BM
PROJECT NUMBER: 91083.8302.10000
CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT
1 m
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ITB #06-018-BM
Sealed bids addressed to Victor Kilman, Director of Purchasing & Contract Management, City of Lubbock,
Texas, will be received in the office of the Director of Purchasing & Contract Management, Municipal Building, 1625
13th Street, Room 204, Lubbock, Texas, 79401, until 2.00 o'clock D.M. on April 11`h, 2006, or as changed by the
issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction
of the following described project:
"IRRIGATION WELL DEVELOPMENT AT LUBBOCK LAND APPLICATION SITE"
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 & Contract Management and publicly read aloud. It is the sole responsibility of the bidder to
--- ensure that his bid is actually in the office of the Director of Purchasing & Contract Management for the City Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 o'clock p.m. on April 111h 2006, and the City of Lubbock City Council will consider the
bids on April 261h, 2006, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be
reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will
be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of
the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to
furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract
price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a
current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days
after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH
THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN
DISQUALIFICATION OF THE BID SUBMITTAL.
It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on March 28th, 2006 at 10:00 o'clock a.m., in Municipal Building, Conference Room 204, 1625 131h
Street, Lubbock, Texas.
Bidders may view the plans and specifications On -Line at www.RFPDepot.com. BIDDERS MAY OBTAIN
PLANS AND SPECIFICATIONS by downloading them from www.RFPDepot.com or by contacting the City of
Lubbock Purchasing & Contract Management Department at Phone: (806) 775-2167.
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 Director of Purchasing & Contract Management of the City
of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed
to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage
scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage
scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings
and bid openings are available to all persons regardless of disability. If you would like bid information made available in
a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-
2018 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Marta Alvarez
MARTA ALVAREZ, INTERIM
PURCHASING MANAGER
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish IRRIGATION WELL
DEVELOPMENT AT LUBBOCK LAND APPLICATION SITE per the attached specifications
and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, April 11t6 2006 at the
office listed below. Any bid received after the date and hour specified will be rejected and returned
unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or
container plainly labeled in the lower left-hand corner: "ITB #06-018-BM, IRRIGATION WELL
DEVELOPMENT AT LUBBOCK LAND APPLICATION SITE" and the bid opening date and
time. Bidders must also include their company name and address on the outside of the envelope or
container. Bids must be addressed to:
Victor Kilman, Director of Purchasing & Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management
Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If
3 bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a
receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 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-mandatM pre -bid meeting
will be held at 10:00 a.m. March 28"' 2006 in Municipal Building -Conference Room 204 1625 13`h
Street, Lubbock Texas All persons attending the meeting will be asked to identify themselves and the
prospective bidder they represent.
2.2 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 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at http://www.RFPdepot.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
3.2 Any 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 & Contract Management Department. At the
request of the bidder, or in the event the Purchasing & Contract Management Department deems the
interpretation to be substantive, the interpretation will be made by written addendum issued by the
Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract
Management Department will be available over the Internet at http://www.RFPdgpot.com and will
become part of the proposal 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
1
Lubbock Purchasing & Contract Management Department no later than five (5) calendar days before the
bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing & Contract Management Department 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.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1
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.
4.2
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.
4.3
Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Director of Purchasing & Contract Management and a clarification obtained before
the bids are received, and if no such notice is received by the Director of Purchasing & Contract
Management 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 Director of Purchasing &
Contract Management 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 opening of bids.
5 BID PREPARATION COSTS
5.1
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.
5.2
The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3
All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1
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.
6.2
The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your 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.
2
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
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.
9 CONFLICT OF INTEREST
9.1 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.
9.2 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.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All 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.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUHUES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Director of Purchasing & 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
City of Lubbock Purchasing & Contract Management Office no later than five (5) calendar days before
s the bid closing date. A review of such notifications will be made.
12.2 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:
BRUCE MACNAIR, INTERIM PUBLIC WORKS CONTRACTING OFFICER
City of Lubbock
1625 13'h Street
Lubbock, Texas 79401
Fax: (806) 775-3326
Email: BMacnair@mylubbock.us
RFPDepot: hgp://www.RFPdgpot.com
13
14
15
16
17
L_
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within THIRTY
(30) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by
the City of Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will
be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
4
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
_ 3 any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
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
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
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
1
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
_f construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
v
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful 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 A PRIMARY ADDITIONAL
INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT
NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL
BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF
OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
26.1 Attention of each 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 Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
3 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
6
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of
the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each
employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit
shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown)
have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must
classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per
diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the
City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic
employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the
wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem
wages included in these contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
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. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern.
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.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
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.
29.5 Pursuant to Texas Local Government Code 252.043(a), 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.
30 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(9) 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.
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
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be 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 described therein. Evaluation of the bidder's qualifications shall include:
(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.
a_3 (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
} (e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
t 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 BID AWARD
32.1 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 1 through 4 plus the sum of any Alternate Bids the City may select.
32.2 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.
32.3 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.
32.4 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.
32.5 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.
32.6 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.
9
BID SUBMITTAL
REVISED BID SUBMITTAL
UNIT PRICE BID CONTRACT
DATE: April 11, 2006
PROJECT NUMBER: #06-018-BM - IRRIGATION WELL DEVELOPMENT AT LUBBOCK LAND
APPLICATION SITE
Bid of Hi Plains Drilling, Inc. (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a IRRIGATION WELL
DEVELOPMENT AT LUBBOCK LAND APPLICATION SITE 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 below. The price to cover all expenses incurred in performing the work required
under the contract
documents.
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
1. 525 V.F. Drill 3 irrigation wells 14 3/" in diameter, 170 - 180 feet per well in depth, as herein
K specified for the unit price of;
MATERIALS: zero
$_ NF( )
LABOR: forty—two dollars & forty—two cents $ 42.42 NF(22, 270.50
_ TOTAL
BID ITEM #1: forty—two dollars & forty—two cents $ 42.42 NF( 22, 270.50
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) )
2. 255 V.F. Furnish and install 8-inch low carbon steel casing 80 — 90 feet per well, as herein
specified for the unit price of;
MATERIALS: twenty—four dollars and three cents $ 24.03 NF(6,127.65
LABOR: $_ NF( )
TOTAL
BID ITEM #2: twenty—four dollars and three cents $_24.03 NF( 6 127 E (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
P>A Bidder's Initials
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
3. 240 V.F. Furnish and install 8 -inch screen with openings 5011000 of an inch 70 — 90 feet per
well, as herein specified for the unit price of,
MATERIALS fifty—three dollars and twenty six cent
LABOR: $( )
TOTAL
BID ITEM #3: fif :y—three dollar and twPnry s; x Pn �$�3.26 NF(t 9,_7R9 _ Cn ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
12 C.Y. Furnish and install gravel, approximately 4 cubic yards per well, as herein specified
For the unit price of,
MATERIALS: two hundred eight dollars & eighty six
cents
LABOR: one hundred f if tv dollars $ 150.00 /CY(t , 800 n0 )
TOTAL eighty—six cents
BID ITEM #4: three hundred fifty—eight dollars & t 358. g6 /CYI (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern)
5. 180 C.F. Furnish and install neat cement seal, approximately 60 cubic feet per well, as herein
specified for the unit price of;
MATERIALS: thirty—ohe dollars & sixty—one cents $ 31.61 /CF(5,689.80
LABOR: six dollars and seventy—five cents 6.75
TOTAL
BID ITEM #5:thirty—eight dollars & thirty—six cents $ 38.36 /CF(6.904 80
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) )
6. 210 V.F. Furnish and install three-inch gravel feed pipe, 70 feet per well, as herein specified
for the unit price of,
MATERIALS: four dollars & ninety—one cents $ /. 91 NF
LABOR: $_ NE(_. )
TOTAL
BID ITEM #6: four dollars & ninety—one n s $ /gt NF(t nit 10 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
—�$Al-Bidder's Initials
2
Estimated
Item Quantity
- No. & Unit Description of Item Total Amount
7. 12 HR Development with high speed bailing equipment approximately 4 hours per well
as herein specified for the unit price bid;
MATERIALS:
LABOR: one hundred f if tv dollars
TOTAL
BID ITEM#7: one hundred fif ty dollars
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
8. 24 HR Testing and development of three wells with test pump, including furnishing,
Installing and operating and submitting a complete set of records. Approximately 8-
hours per well as herein specified for the unit price of;
MATERIALS: $ /H& )
cents
LABOR: two hundred thirteen dollars & eighty-nine $213.89 /HR( 5,133 36
TOTAL two hundred thirteen )
BID ITEM #8: dollars and eighty-nine cents $213.89 /HR(5,133 36 )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
9. 3 EA Furnish and install concrete floors and pumps bases, approximately 1.5 cubic yards
-' of formed concrete, # 4 bar, complete in place including all electrical conduits as
shown on plans for the unit price bid;
cents
nt
MATERIALS. five hundred 'one dollars & sP Ve3, G;X $ Snt 7ti /EA(t 505 28 )
LABOR: five hundred forty dollars $540.00 /EA( 1,620 00
TOTAL one thousand forty-one
BID ITEM #9: dollars and seventy-six cents $1,041.76/EA( 3.125.28 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
10. 3 EA Furnish and install 150 gpm submersible pump and motor, column pipe, well casing
seal, air release valve, PVC measuring tube, electrical junction box, and pump
cable, complete in place as one unit, including all tools and equipment for complete
installation.
six thousand one hundred
MATERIALS:_ twenty-two dollars & twenty-eight Cents $�,. t �� � A� R� �tih g4 )
LABOR: one thousand three hundred if ty dollars $t _ 350OWEA( A 00 )
TOTAL seven thousand four hundred
BID ITEM#10: seventy-two dolly wen y P;ghr rPnrc,$7
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.
e' 197 Bidder's Initials
- . Estimated
Item Quantity
No. & Unit Description of Item Total Amount
TOTAL BID, ITEMS #1- #10:
forty-eight thousand nine
MATERIALS: dollars and thirty-nine cents $48,009.39
thirty-seven thousand eight hundred
LABOR: ai III hty ght rinl 1 r
Yj—�-P'-tr Ysis rents
TOTAL BID
eighty-five thousand eight hundred ninety -
ITEMS #1 - #10: eight dollars and twent -five cents Y $ 85.898.25
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a
written "Notice to Proceed" of the Owner and to substantially complete the project within 30 (THIRTY)
consecutive calendar days thereafter as stipulated in the specifications and other contract documents.
Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $150 (ONE HUNDRED
FIFTY) for each consecutive calendar day in excess of the time set forth herein above for completion of
this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any
formality in the bidding.
The Bidder agrees that this bid shall be good and may .not be withdrawn for a period of thirty (30)
calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this bid, and
he further agrees to commence work on or before the date specified in the written notice to proceed, and to
substantially complete the work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from
a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not
less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter
into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within
ten (10) days after notice of award of the contract to him.
Bidder's Initials
4
Enclosed . with this bid is a Cashier's Check or Certified Check for
5%
Dollars ($ ) or a Bid Bond in the sum of
GAB 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 ten (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(a), 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.
(Seal if Bidder is a Corporation)
ATTEST:
Secreta— ry
Bidder acknowledges receipt of the following addenda:
Addenda No. 1
Date3/28/06
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
M/WBE Firm:
Date: 4 / l1- / 06
E�4;, .ul a
NAM,IMMIFein /
Gary D. McKenzie, Vice PreRi dent
(Printed or Typed Name)
Hi Plains Drilling, Inc.
Company
P. 0. Box 730
Address
Abernathy Lubbock
City, County
Texas 79311
State Zip Code
Telephone: 806 _ 298-2571
Fax: 806 298-2555
W
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
none ❑ 0
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH
INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO
SECTION 28G OF THE GENERAL CONDITIONS.
6
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able
to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this bid/proposal.
QGary D. McKenzie
Contrac r ig ature) Contractor (Print)
CONTRACTOR'S FIRM NAME: Hi Plains Drilling, Inc.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: P. 0. Box 730
Abernathy, TX 79311
Name of Agent/Broker: Bill Grisham
Address of Agent/Broker: 5219 City Bank Parkway, Suite 200
City/State/Zip: Lubbock, TX 79407
Agent/Broker Telephone Number: (806 ) 771-4368
Date: 4 / 11 / 06
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2165.
BID #06-018-BM - IRRIGATION WELL DEVELOPMENT AT LUBBOCK LAND APPLICATION SITE
VA
SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Bid Submittal)
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO_
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO__
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO—..
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
A411', ,6;�'
Signature
Vice President
Title
9
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.
COMPANY NAME: Hi Plains Drilling, Inc.
Signature of Company Official•
Date Signed: 4/11/06
Printed name of company official signing above: Gary D. McKenzie
10
PAYMENTBOND
D
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
BOND NO. 54-146652
KNOW ALL MEN BY THESE PRESENTS, that HI PLAINS DRILLING, INC.
(hereinafter called the Principal(s),
as Principal(s), and
UNITED FIRE..&_CASUALTY COMPANY
(hereinafter called the Suretyretv(s1Bar het�lrn,t h dAtIh� ity of Lubbock (hereinafter called the
Obligee), in the amount of ruv GFiT_&_ht0/1 nnE G o
FmFatrs$85, 8�8. 0d lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 4 th day of
MAY ..2006 ,to ITB #06-018—BM CONTRACT #6682
IRRIGATION WELL DEVELOPMENT AT LUBBOCK LAND APPLICATION SITE
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
11 TH day of MAY 20 06.
UNITED FIRE & CASUALTY COMPANY
Surety
(Title) DEEDEE BRINKER
ATTORNEY —IN —FACT
HI PLAINS DRILLING,, INC.
(Company Name)
By: r9,_ —
(Printed Name)
(Signature)
5 ��—
�< r"ec j
(Title)
No Text
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates DEEDEE BRINKER 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.
Approved as to form:
P01�11 rut", Im
'W
-Wartan�E0
UNITED FIRE & CASUALTY COMPANY
Surety
* By: . _N� s
(Title)DEEDEE BRINKER
ATTORNEY -IN -FACT
* 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
No Text
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
BOND NO. 54-146652
KNOW ALL MEN BY THESE PRESENTS, that HI PLAINS (hereinafter called Ne )?rincipal(s), as Principal(s), and
UNITED FIRE & CASUALTY COMPANY th
(hereinafter called the Surety(��reyj(ar�l�rr�j�I� ity of Lubbock (hereinafter called the
Obligee), in the amount ofNTNFTv FTCHT o ars$85 , 898.00 lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 4 TH day of
MAY ITB #06-018—BM CONTRACT #6682
IRRIGATION WELL DEVELOPMENT AT LUBBOCK LAND APPLICATTON STTF.
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 this11 TH
day of MAY 20 06.
UNITED FIRE & CASUALTY COMPANY
Surety
*By:
(Title)DEEDEE BRINKER
ATTORNEY -IN -FACT
HI PLAINS DRILLING, INC.
(Company Name)
By:
(Printed ame)
(Signature) ec JJ--1 q
(Title)
I
r"'!
I
I
The undersi ed sure company represents that it is duly qualified to do business in Texas, and hereby
desi ates DEEDE�BRI
gn Went 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.
Approved as to Form
Cityo bbock t
By:
Ci ttorney
UNITED FIRE & CASUALTY COMPANY
Surety
*By: - " 0-LA-
(Title) DEEDEE BRINKER
ATTORNEY -IN -FACT
* 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.
�J
u(I
UNITED FIRE GROUP
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
United Fire & Casualty Company
United Life Insurance Company
Addison Insurance Company
Lafayette Insurance Company
Insurance Brokers & Managers, Inc.
American Indemnity Companies
You may call United Fire Group's toll free telephone number for information or to make a complaint at:
800-343-9130
You may also write to United Fire Group at:
United Fire Group
Attn: Bond Department
P.O. Box 73909
Cedar Rapids, IA 52407-3909
-or street address -
United Fire Group
Attn: Bond Department
118 Second Avenue SE
Cedar Rapids, IA 52401
You may contact the Texas Department of Insurance to obtain information on companies, coverages,
rights or complaints at:
800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a
part or a condition of the attached document and is given to comply with Section 2253.48,
Governmental Code, and Section 53-202, Property Code, effective September 1, 2001.
HOME OFFICE: 118 Second Avenue SE, PO Box 73909, Cedar Rapids, Iowa 52407-3909 Phone: 319-399-5790 FAX: 319-399-5425
No Text
CERTIFICATE OF INSURANCE
` %"R ,. CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDNYYY
1 05/11/2006)
PRODUCER (806) 771-4368 FAX (806) 771-4382
Windmark & Associates Inc.
5219 City Bank Parkway Ste 200
Y Y
Lubbock, TX 79407
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
INSURED Hi Plains Drilling, Inc.
P.O. BOX 730
Abernathy, TX 79311
INSURER A: United Fire
INSURERS: Texas Mutual Insurance Co.
INSURER C:
INSURER D:
INSURER E:
rnvconr_cc
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
DD'
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
GENERAL LIABILITY
85-034183
06/01/2005
06/01/2006
EACH OCCURRENCE
$ 1,000,000
X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED
$ 100,000
CLAIMS MADE M OCCUR
MED EXP (Any one person)
$ 5,000
A
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
POLICY PRO-
JECT LOC
AUTOMOBILE LIABILITY
12-019927
06/01/2005
06/01/2006
COMBINED SINGLE LIMIT
$
X ANY AUTO
(Ea accident)
1,000,000
BODILY INJURY
$
ALL OWNED AUTOS
SCHEDULED AUTOS
(Per person)
A '
HIRED AUTOS
BODILY INJURY
$
NON -OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESSIUMBRELLA LIABILITY
85-034183
06/01/2005
06/01/2006
EACH OCCURRENCE
$
AGGREGATE
$ 2,000,000
X OCCUR CLAIMS MADE
$
A
-
$
$
]DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND
TSF0001118874
06/01/2005
06/01/2006
U- OTH-
X I WC STATIT
E.L. EACH ACCIDENT
$ 500,000
EMPLOYERS' LIABILITY
B
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
E.L. DISEASE - EA EMPLOYE
$ 500,000
If yes, describe under
SPECIAL PROVISIONS below
E.L. DISEASE -POLICY LIMIT
I $ 500,00
OTHER
DESCRIPTION OF OPERATIONS/ LOCATIONS./ VEHICLES I EXCLUSIONS ADDED BY NDORSEMENT / SPECIAL PROVISIONS
°ity of Lubbock, its officers, agents and employees are named as primary additional insureds on
;eneral Liability and Automobile Liability policies, as respects to ITB #06-018-BM, Irrigation Well
0 Lubbock Application Site, Endt. #CG70 87 09 04 and TE 99 01 B 03 92. A waiver
tevelopment
f subrogationis also attached in favor of the City of Lubbock on General Liability, Automobile
Aabil ity and Workers' Compensation policies.
City of Lubbock
c/o City of Lubbock Public Works
Contracting Office
1625 13th Street, Suite 102
Lubbock, TX 79401
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE INSUR ITS AGENTS OR REPR TATIVES
AUTHORIZED REPRESENTATIVE j I'
11
ACORD 25 (2001108)
OACORD CORPORATION 1988
6-4 -- ------- --
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
CG 70 87 09 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - AUTOMATIC STATUS WHEN
REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to
B. With respect to the insurance afforded to these
include as an additional insured any person or
additional insureds, the following additional
organization for whom you are performing
exclusions apply:
operations when ' you and such person or
This insurance does not apply to:
organization have agreed in writing in a contract or
agreement that such g person or organization be
1. "Bodily injury", "property damage" or "personal
added as an additional insured on your policy. Such
and advertising injury" arising out of the
person or organization is an additional insured only
rendering of, or the failure to render, any
with respect to your liability for "bodily injury",
professional architectural, engineering or
"property damage" or "personal and advertising
surveying services, including:
injury" which may be imputed to that person or
organization directly arising out of:
a. The preparing, approving, or failing to
prepare or approve, maps, shop drawings,
1.. Your acts or omissions; or
opinions, reports, surveys, field orders,
`
change orders or drawings and
2. The acts or omissions of those acting on your
specifications; or
behalf;
in the performance of your ongoing operations for
b. Supervisory, inspection, architectural or
engineering activities.
the additional insured.
..`
2 "Bodily injury" or "property damage" occurring
A person's or organization's status as an additional
after:
insured under this endorsement ends when your
a. All work, including materials, parts or
operations for that additional insured are
equipment furnished in connection with
completed.
such work, on the project (other than
service, maintenance or repairs) to be
performed by or on behalf of the additional
insured(s) at the location of the covered
operations has been completed; or
b. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or
subcontractor engaged in performing
operations for a principal as a part of the
same project.
Li CG 70 87 09 04 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1
*15046230*
1111111111 IN 1111
No Text
TO: CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
CERTIFICATE OF INSURANCE
DATE:
TYPE OF PROJECT:
THIS I5 TO CERTIFY THAT (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for
the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard uolicv noted hereon_
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
11 Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
$
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'SRISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATION FLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer)
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General
Liability and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock.
1
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
--x the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services._
CONTRACT
f
CONTRACT #6682
STATE OF TEXAS
COUNTY OF LUBBOCK
Goi�
THIS AGREEMENT, made and entered into this 261h day of April, 2006 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Hi Plains Drilling, Inc. of the City of Abernathy, County of Lubbock and the
State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #06-018-BM - IRRIGATION WELL DEVELOPMENT AT LUBBOCK LAND APPLICATION SITE
-$85,898
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Hi Plains Drilling, Inc.'s bid dated April 111', 2006 is incorporated
into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR:
0
By:
PRINTED N R-2 /71 �6��//Z �•P
TITLE: if 0
COMPLETE ADDRESS:
Company
Addr30
City, State, Zip 1, 1 ]
II
ATTEST:
lei
Corporate Secretary
ATTEST:
City S&retary
APPROVED AS T...'
GENERAL CONDITIONS OF THE AGREEMENT
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 Hi Plains Drilling, Inc. who has agreed to perform the work embraced in this
contract, or their legal representative.
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 WOOD FRANKLIN, CHIEF ENGINEER, 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, Bid, 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. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
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 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 contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract documents
or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall
suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension
will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor
, shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or
"" removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the
Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
E Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
_ terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
_l and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
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
F I will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
k
other applicable organization as may be required by law or the contract documents.
4
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
-3 approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; 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.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
W compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
-- work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by 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 bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor 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 Contractor does not notify Owner's Representative 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 opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
Li insurance specifying each and all coverages shall be submitted prior to contract execution.
7
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined
Single Limit in the aggregate and per occurrence to include:
Heavy Equipment Endorsement
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance —NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation
Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, 30$ 0,000 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this
specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED
E. Umbrella Liability Insurance- NOT REQUIRED
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
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.
9
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
10
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 bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(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;
11
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
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 8001372-7713 or 5121804-4000
(http://vww twcc.state.U.us/twcccontacts.html) to receive information of the legal
requirements for coverage, to verify whether your employer has provided the required
coverage, or to report an employer's failure to provide coverage; " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions."
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
12
(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
--3 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
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
13
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
v 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 $150 (ONE HUNDRED FIFTYI
PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every working day that the Contractor shall be in default after the time stipulated for substantially completing
us 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.
14
c_
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided
and the construction of the various works being done for the Owner shall be harmonized.
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 bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. 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
15
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
-- somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
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
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
v; 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.
16
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
_J partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
-' the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 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.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of.
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
., 17
t
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
- _ amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
-; Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
18
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
— 49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
�B
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
19
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
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 have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
20
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
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.
21
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Fire Sprinkler Fitter -Journey
Fire Sprinkler Fitter -Apprentice
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Hourly Rate
11.50
12.00
7.50
9.00
12.50
12.50
7.00
11.00
7.00
9.00
11.00
15.00
8.00
10.00
9.00
18.00
10.00
9.50
10.50
10.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
1
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrical Repairer -Equipment
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor -Trailer
Truck Driver -Heavy
Truck Driver -Light
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Hourly Rate
9.00
7.50
9.00
7.50
12.50
6.50
8.00
6.50
6.00
6.75
9.00
7.00
9.00
9.00
9.00
9.00
9.00
8.00
10.25
7.00
7.50
8.50
8.00
7.00
2
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
3
SPECIFICATIONS
DEVELOPMENT OF THREE IRRIGATION
WELLS AT LUBBOCK LAND APPLICATION
SITE
February 2006 U
..............................:..
m
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
00001 Title Page
00010 Table of Contents
DIVISION 1— GENERAL REQUIREMENTS
01100 Summary of Work
01300 Administrative Requirements
DIVISION 2 — SITE CONSRUCTION
02520 Irrigation Water Supply Wells
DIVISION 11—EQUIPMENT
11210 Submersible Pumping Equipment
ATTACHMENTS
A. Project Location
B. Well and Pumping Requirements
C. Drillers Log for Monitoring Wells 45, 43, 22
D. Irrigation Well Details (Typical)
E. Well Head Configuration (Typical)
F. General Land Office Map
Development of three Canyon Lakes
Irrigation Wells 00010- 1 02/2006
SECTION 01100
SUMMARY OF WORK
PART 1 GENERAL
1.1 WORK COVERED BY CONTRACT DOCUMENTS
A. The work of this contract is consisting of drilling three municipal irrigation wells
--- and furnishing and installing submersible pumps for each well at the Lubbock Land
Application Site.
B. The wells shall be drilled at specific locations within the Land Application Site,
located approximately 2 miles East of the East Loop 289 between 19`h and 50`h
Streets, as directed by the Owner's Representative. Each new well shall be located
within 50-feet of an existing monitoring well.
C. CONTRACTOR's responsibilities include, but are not limited to, the following:
a. Drilling, geological logging, and completion of the well in accordance with
these specifications for each well.
b. Furnishing and installing submersible pump, motor, column pipe, well
casing seal, air release valve, PVC sampling tube, electrical junction box and
pump cable for each well.
c. Compliance with rules and regulations of the High Plains Underground
Water Conservation District No. 1 and the State of Texas Well Drillers
Board.
d. Preparation and clean up of site according to plans and specifications.
e. Contacting the State One Call Utility Location provider to locate all utilities
in the affected area at least 48 hours prior to drilling.
f. Site security and safety.
D. Contractor will furnish all materials, equipment, supplies, and appurtenances;
provide all construction equipment and tools; and perform all necessary labor and
supervision.
1.2 CONTRACTS
A. Contract Type: Construct the work under Unit Price contract.
B. Contract time for the work to be performed will be 30 calendar days from the date
specified within the Notice to Proceed. The Liquidated damages will be $150.00
per day.
1.3 CONTRACTOR USE OF SITE
A. Access to Site: Limited to Owner and Contractor only.
B. Coordinate use of site under direction of Owner's Representative.
Development of three Canyon Lakes
Irrigation Wells 01100 = 1 02/2006
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
Development of three Canyon Lakes
Irrigation Wells 01100 — 2 02/2006
SECTION 01300
ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL
1.01 COORDINATION AND PROJECT CONDITIONS
A. Owner's representative shall be notified 48 hours before start of construction.
1.02 PRE -CONSTRUCTION MEETING
A. Owner's Representative will schedule a pre -construction meeting after award of
contract.
B. Attendance Required: Owner's Representative and Contractor.
C. Agenda:
l . Designation of personnel representing the parties in Contract.
2. Scheduling.
3. Notice to Proceed.
4. Emergency telephone contacts for Owner and Contractor.
5. Procedures and processing of field decision, submittals, substitutions,
applications for payments, Change Orders, and Contract close-out procedures.
6. Progress schedule.
1.03 SUBMITTAL REQUIREMENTS
For bids to be evaluated, the attached bid proposal must be accompanied with the
following information:
A. Drilling procedures.
1. The Contractor will submit two (2) sets of the proposed drilling procedures for
reviews and approval by the Owner's Representative.
B. A pump curve derived from the manufacturer's certified testing of the pumping
unit. This curve must clearly define the following information:
1. The actual testing conditions (i..e. temperature, fluid viscosity...)
2. The actual duty point.
3. An efficiency curve.
4. A brake horsepower curve.
Development of three Canyon Lakes
Irrigation Wells 01300-1 02/2006
5. Pump model number.
6. Pump bowl diameter.
7. Impeller diameter.
C. A pump data sheet stating the following minimum information as derived form
the certified test.
1. Gpm at the actual duty point.
2. Head at the actual duty point.
3. Pumping efficiency at the actual duty point.
4. Brake horsepower at the actual duty point.
5. Shutoff head.
6. Best efficiency point.
D. A motor data sheet from the manufacturer detailing the following minimum
information.
1. Rated RPM.
2. Operating Voltage.
3. Service factor.
4. Motor efficiency at full load.
E. Transmit each submittal to Owners Representative:
Wood Franklin, P.E.
Chief Engineer
Public Works Engineering
City of Lubbock
P.O. Box 2000
Lubbock, TX 79457
1.04 CONTRACT CLOSEOUT
A. The Contractor shall submit well logs and reports to Owner's Representative.
B. Submit manufacturer's product data for pump, motor, all fittings, valves and
E
piping used.
C. Submit product warranties.
D. Submit manufacturer's installation instructions.
E. Submit manufacturer's operation and maintenance data.
F. Contractor shall provide a material and workmanship warranty for one (1) year
after the date of final acceptance of the work. Any defects found at the end of the
11 `h month will be repaired at no cost the owner.
F_ s
PART 2 PRODUCTS
Development of three Canyon Lakes
Irrigation Wells 01300-2 02/2006
Not Used.
PART 3 EXECUTIONS
Not Used.
END OF SECTION
Development of three Canyon Lakes
Irrigation Wells 01300-3 02/2006
SECTION 02525
IRRGATION WELLS
PART 1 GENERAL
1.1 SUMMARY
A. Summary. This section covers specifications for the drilling of irrigation wells;
installation of casing, screen, gravel packing and other well components; completion
and development of the irrigation well; site cleanup and other activities related to a
complete well installation.
B. Section Includes. This section includes the following major work items:
1. Drilling of nominal 14 and 3/4-inch diameter bore hole.
2. Installation of nominal 8-inch diameter well casing and screen.
3. Installation of gravel pack.
4. Completion of well surface.
5. Clean up, reporting, and site safety and security.
C. Unit Prices. Work under this section shall be paid for at the unit prices submitted in
the Contractor's bid.
D. Measurement Procedures. Measurements to be used for payment will base on unit
values listed in the bid form.
1. Well bore depth measured in feet from surface to bottom of drill hole.
2. Casing length measured in feet of actual casing installed.
3. Well screen length measured in feet of actual screen installed.
4. Gravel pack measured in cubic yards of actual gravel installed.
5. Concrete surface seal measured in cubic yards of actual concrete placed.
E. Alternates. Any alternate procedures or materials proposed by Contractor shall be
approved by the Owner's Representative.
1.2 REFERENCES
A. American Water Works Association (AWWA) Standard A100 for Water Wells.
1.3 DESIGN REQUIREMENTS
A. Design Requirements.
B. Performance Requirements.
1. Well Casing: Nominal inside diameter: 8 inches
Minimum wall thickness: '/4 inch
2. Well Screen: Nominal inside diameter: 8 inches
Minimum open area per foot: 115 sq. inches
Nominal slot opening width: 0.05 inches
Minimum wall collapse strength: 115 psi
Development of three Canyon Lakes
Irrigation Wells 02525-1 February 2006
3. Gravel pack nominal gradation:
Retained on No. 7 sieve:
0%
Retained on No. 8 sieve:
2%
Retained on No. 10 sieve:
27%
Retained on No. 12 sieve:
61 %
- Retained on No. 14 sieve:
92%
Retained on No. 16 sieve:
99%
1.4 SUBMITTALS
A. Product Data. Furnish three copies of manufacturer's data for all products supplied
under this contract.
B. Submit copies of manufacturer's product warranties.
C. Submit laboratory test data certifying compliance with specified gravel gradation and
performance requirements.
D. Submit one copy of Texas State Driller's License with bid.
E. Submit two copies of well pump test data.
1.7 QUALITY ASSURANCE
A. Qualifications: Driller shall be licensed within the State of Texas in accordance with
Title 12, Chapter 1901 of the Texas Administrative Code.
B.
1.8 DELIVERY, STORAGE AND HANDLING
A. Contractor is responsible for securing, handling, and proper storage of materials.
B. Contractor will not install damaged materials. Damaged materials will be replaced by
Contractor at no cost to Owner.
C. Contractor shall be responsible for proper disposal of all trash, construction debris, waste
materials and other items requiring disposal that are associated with the project.
PART 2 PRODUCTS
2.1 GRAVEL
A. The gravel for gravel packing shall be silicate particles of rock referred to as Brady 8-
16 or an approved equal. Crushed rock not acceptable, less than 5% soluble in HCI.
B. Gravel will meet the gradation specified in 1.3 of this Section.
2.2 CASING
Development of three Canyon Lakes
3
Irrigation Wells 02525-2 February 2006
A. All casing material shall be new and shall conform to one of the manufacturing
standards listed in Section 4.3, Table 2, A W WA A 100.
B. Provide production casing made from new 8 inch nominal inside diameter carbon
steel pipe with a minimum wall thickness of 0.250 inches. Pipe will be electric fusion
welded with straight or spiral seam welds.
C. Casing joints will be welded and strapped with four one inch steel straps spaced
evenly around the circumference of the casing.
D. Alternative well casing materials shall include high -strength, low alloy steel, stainless
steel, and plastic.
2.3 SCREEN
A. Screen will be made from carbon steel or approved equivalent and have an outside
diameter equal to the diameter of the casing.
B. Provide the length of casing for 80 to 90 percent of the thickness of the water bearing
sediment.
C. Manufacture screen from vee-shaped trapezoidal wire continuously wrapped around
equally spaced vertical support rods also made from carbon steel. Each junction of
the screen wire and support rod will be resistance welded.
D. Provide screen with clear openings of 0.050 inch.
E. Minimum open area per liner foot of pipe is 115 square inches.
F. Provide welding rings on each end of the screen sections for welding the screen to
other screen sections or production casing.
2.4 GRAVEL FEED PIPE
A. Gravel feed pipe pipe will be made from threaded carbon steel.
B. Feed pipe will be 3 inches nominal diameter with a Schedule 40 pressure rating.
2.5 PITLESS ADAPTOR
A. General
a. Furnish each well with a pitless adaptor unit constructed of steel with a minimum
bury depth of three (3) feet and extended above the surrounding surface by two (2)
feet.
b. Provide a pitless adaptor suitable for connection to the casing and for use with
submersible pumps. Weld the adaptor unit to the casing.
B. Housing
a. Construct housing of carbon steel with a minimum wall thickness of 0.5 inches and
an inside diameter of at least two (2) inches greater than the well casing.
b. The inside of the housing's upper end will have rounded edges to prevent damage
to power wires.
Development of three Canyon Lakes
Irrigation Wells 02525-3 February 2006
C
c. Coat housing with an NSF/FDA approved epoxy coating. Provide charts to
Owner's Representative for color selection.
d. Provide a three (3) inch nominal diameter discharge outlet with male NPT threads.
e. Provide a watertight well cap for each unit constructed from carbon steel.
f. Cap will be capable of being secured to the housing using stainless steel bolts and
nuts with a minimum diameter of 5/8 inch.
g. Well cap will have a flat neoprene gasket to provide watertight seal.
h. Furnish dap with and air vent opening with a 16-mesh size stainless screen.
i. Well cap will have an integral "wheater head" type electrical junction box suitable
for two (2) inch electrical conduit.
C. Internal Adaptor
a. Construct spool of brass with lead content less than one percent.
b. Adaptor ell will have female pipe threads on top and bottom suitable for connecting
to the drop pipe and removal from the surface. Removal of adaptor ell will leave an
unobstructed full pipe opening for easy access to the well casing.
c. Adaptor ell outlet will have machined surface with a Buna N O-ring type seal that
will seat against a receiver unit.
d.. Receiver unit will be made from the same material as the ell. It will be
mechanically retained on the housing with brass washer and nut. The outlet will be
nominal 3-inch diameter with pipe threads.
2.6 CONCRETE
A. Concrete used for the well construction shall meet or exceed the requirements of
Section 4.3.5 of AWWA A100.
B. Use a tremie or other approved method to place concrete in the annular well space
PART 3 EXECUTION
3.1 GENERAL
A. The price bid on each and every item shall include the furnishing of all equipment,
materials, power, labor, tools, fuel and transportation necessary or incidental to completing
and fulfilling the terms of this contract.
B. Contractor is responsible for calling the State of Texas One Call System a minimum of 48
hours prior to beginning any excavation procedures.
C. Contractor is responsible for safety at the site. Use adequate barriers to prevent
unauthorized access to the work site and slush pit.
3.2 DRILLING
A. Slush Pits
a. The slush pits shall be dug by the contractor and shall have the following minimum
dimensions:
Length - 45 ft.
Width - 8 ft.
Depth - 6 ft.
Development of three Canyon Lakes
Irrigation Wells 02525-4 February 2006
b. Contractor will obtain approval for the location and dimensions of the slush pit
location from Owner's Representative prior to excavation.
c. Slush pits shall be filled and leveled by the CONTRACTOR during final cleanup.
B. The well shall be drilled a minimum of 14 %" inches in diameter, from the surface to
10 feet below the top of the Pre-pliocene "redbed" strata. An accurate log of the
changes in the formation shall be kept by the driller and presented to the Owner's
Representative after the well is drilled.
C. Drilling Methods. Acceptable drilling methods include reverse circulation rotary,
direct rotary method, and mud rotary method.
a. Reverse Rotary Circulation. When using this method no bentonite drilling fluid
additives will be allowed.
b. Direct (Mud) Rotary Drilling
i. Drilling fluid additives used with this method shall be maintained within the
limits set forth in Section 4.7.3 of AWWA A100.
ii. Testing in accordance with Section 4.73 of AWWA A100 is required to
ensure compliance with these requirements.
D. Well plumbness and alignment shall not exceed the limits set forth in Section 4.7.9 of
AWWA A100.
3.3 INSTALLING CASING AND PITLESS ADAPTOR
A. Before the production casing is installed, the hole shall be clear of sand and cuttings at least
to the depth of the top of the redbed or to the depth to which the production casing shall be
- set as determined by the Owner's Representative.
B. Approximately fifteen (15) feet of blank casing shall be installed below the bottom screen.
C. Provide casing center guides at the bottom and at approximately 60 feet below the surface.
D. Install Pitless Adaptor unit in accordance with the Manufacturer's written instructions.
3.4 INSTALLING GRAVEL PACK
A. Place gravel in the well annular space using a tremie, gravel feed pipe or other similar
method as approved by the Owner's Representative.
B. Install gravel feed pipe to a depth of approximately three (3) feet below the bottom of
the concrete annular seal with a minimum extension of two (2) feet above the surface.
3.5 DEVELOPMENT
A. Development shall be accomplished by the use of a high-speed bailer that shall be
equipped with a power unit capable of bailing with a bailer not less than 35 feet in
length at a rate of 900 feet per minute.
B. The well shall be bailed to a point even with the red bed strata and clear of mud and
cuttings, the gravel elevation shall be maintained with in 10 feet of the ground surface.
This process shall continue until the gravel has ceased slipping and return fluid is free
L_
of sand and other fines.
Development of three Canyon Lakes
Irrigation Wells 02525-5 February 2006
1
3.6 TEST PUMPING
A. Over pumping shall be the final development procedure. A vertical turbine pump
capable of over pumping (producing more water than the well can yield) shall be set 3
to 5 feet off of the bottom of the well.
B. Water discharged from the test pump shall be directed first to the slush pit to allow
sedimentation of large particles. Precautions should be taken by the Contract to
prevent excessive amounts of solids to leave the slush pit and to minimize erosion
beyond the slush pit discharge.
C. The well shall be pumped at high rates and backwashed until the gravel ceases to move
and the discharge is clear.
D. When the gravel is stable and the discharge is clear the pump shall be set at a rate that
will cause the pump to break suction. At this point the pumping rate shall be decreased
at certain intervals until the pumping level shows to be stable for a period of three
hours. Records of the entire test pumping procedure including all measurements shall
be submitted to the Owner's Representative following the completion of the well.
E. The top of the gravel pack shall be maintained 10 feet from the ground surface during
all development and testing work.
3.7 CLEAN UP
A. During all phases of construction the work sites shall remain free of construction
debris, boxes, paper, plastics, bottles and cans. The CONTRACTOR shall provide a
trash receptacle at each work site and no debris shall be placed in the slush pits.
B. Any holes not used for the production well will be filled in with a bentonite slurry
mixture using the procedures outlined in Section 4.10 of AWWA A100.
C. Contractor is required to fill in excavations and slush pit after it has dried sufficiently
and level and compact the fill material to as near pre-existing conditions as possible.
3.8 SPECIAL INFORMATION
A. The CONTRACTOR shall be especially cautious regarding fires. No firearms and no
hunting shall be allowed on the project. All losses, injuries, damages and claims for
the same that result from activities of the CONTRACTOR shall be the responsibility of
the CONTRACTOR
END OF SECTION
Development of three Canyon Lakes
Irrigation Wells 02525-6 February 2006
SECTION 11210
SUBMERSIBLE PUMPING EQUIPMENT
PART 1 GENERAL
1.01. Section Includes
A. Submersible pump and motor
B. Column pipe
C. Power cable, clamps, flex conduit and splices
1.02. System Description
A. Submersible Motor
B. The submersible pump described in these specifications shall consist of the
following items:
1. Bowl assembly and motor completely assembled;
2. A metal or plastic shroud, which shall cause all the water entering the pump
to flow past the motor;
C. Column pipe;
D. Power cable, clamps, flex conduit and splices;
1.03. Submittals
A. Shop Drawings
B. Product Data
C. Samples
D. Operation and Maintenance
1.04. Quality Assurance
A. All materials and equipment furnished by the Contractor under this contract
shall be first class in every respect, shall be constructed and finished in a
workmanlike manner, shall be modern in design, and shall not have been in
service at any time prior to delivery except as required by tests. Each
component of this pumping system must be NSF approved. The pump bowl,
motor assemblies and cable shall be adequately crated to prevent damage in
shipment and shall be delivered to the well site only on the day that the
equipment will be installed in each well. Column pipe and fittings may be
delivered to each well site prior to the day each pump is installed; however, the
material and equipment is the responsibility of the Contractor until it is installed
and accepted by the Owner.
1.05. Warranty
A. Contractor shall provide a warranty for one (1) year after the date of final
acceptance of the work.
Development of three Canyon Lakes
Irrigation wells 11200-1 02/2006
PART 2 PRODUCTS
2.01. Components
A. SUBMERSIBLE MOTOR:
1. The submersible motor furnished and installed under this contract shall be
"NEMA Standard" submersible electric motor constructed in accordance
with the Standards of the A.I.E.E. and N.E.M.A. The motor shall operate
on 60-cycle, 3 phase alternating current, and 460 volts at a speed of 3500
R.P.M. Each motor shall have a horsepower rating equal to or in excess of
the maximum load, which it will be required to handle, and shall have a
1.15 service factor on the output horsepower.
2. A metal or plastic shroud shall be attached above the intake of each pump in
such a manner that all water entering the pump shall flow past the motor
from the bottom to the top.
B. SUBMERSIBLE PUMP:
1. The pumps shall have the capacity, setting, and total head as described in
the Attachment "B". Each pump shall be the multi -stage type. The bowl
shall be first quality, class 30 or better cast iron from a superior quality of
iron remelted in a cupola, air, or electric furnace which will produce a metal
that is tough and of uniform fine grains, without chilled surfaces, and which
can be readily machined. All casting shall be clean, sound and without
defects of any kind, which would impair the strength of the machine. No
plugging, welding, or other repairing of defects will be permitted. The
inside of the bowl shall be lined with vitra glass or baked porcelain enamel
for wear resistance and efficiency.
2. The bowl shaft shall be ASTM A582 416 stainless steel. The shaft shall be
ground and polished to provide a smooth bearing surface.
3. Bowl bearings and impellers shall be ASTM B 584 silicon bronze. The
impellers may be semi -open or closed -type and shall be locked securely to
the shaft with a stainless steel tapered collet. The impellers shall be
properly machined, balanced and filed for optimum performance and shall
be free of vibration.
4. The pumping unit shall include a check valve to prevent the reverse rotation
of the equipment as the column pipe drains at pump shut down.
C. COLUMN PIPE:
1. Column pipe shall consist of Schedule 40, Standard weight, T & C, random
length, black steel pipe. The diameter of the column pipe for the well shall
be 4 inch, the overall length shall satisfy the pump setting requirement as
listed in exhibit "A".
D. POWER CABLE:
1. There shall be furnished under these specifications a sufficient amount of
power cable of proper size and voltage to reach from the motor terminal
connection cable and shall extend into the junction box on the discharge
head assembly. The cable shall be four -conductor standard copper, 600
volt, type THW. The wire shall be sized to adequately to carry the
Development of three Canyon Lakes
Irrigation wells 11200-2 02/2006
maximum load at which the pumping unit will operate. Each conductor to
be encased in a moisture resistant plastic insulation. The conductors shall
be assembled in parallel in a flat thermoplastic jacket, impervious to oil and
water. The cable in the well from the junction box to the motor leads shall
be attached at 20-foot intervals with flat plastic ties or a minimum of 5
rounds of black electrical tape. After the setting operation is complete, the
cable shall be tested with a megger. Flex conduit shall be included with this
project extending from the junction box to the rigid conduit stubbed in the
concrete floor.
E. WELL -SEAL ASSEMBLY:
1. The wellhead assembly shall consist of an appropriately sized mechanical
well casing seal, an electrical junction box with flex conduit and a PVC
measuring tube.
2. The well seal shall be made with two plates of high strength steel coated
with a durable corrosion resistant finish. The plates shall be bolted together
with zinc coated bolts and washers. The plates shall have a 1 '/a inch hole to
provide for power cable entry into the well from the junction box and a hole
of adequate size to allow for the installation of a 1 inch PVC tube. This tube
will be used as a measuring tube. and shall be adapted to provide casing
ventilation. These well casing seals shall be "WellSteel" as made by Cotey
Chemical of Lubbock Texas or an approved equal. The casing size for each
well site is eight (8) inches.
3. The measuring tube shall extend from the top of the pump unit to a tee
adjacent to the bottom steel plate of the well seal, through the well seal to a
tee six inches above the upper steel plate. The run of this upper tee shall be
in the vertical position and plugged water tight, the branch of this tee shall
have a PVC nipple and a 90 elbow turned to the downward position. The
open end of the elbow shall be covered with a # 16 wire screen mesh. The
tee adjacent to the bottom steel plate shall have the branch open so as to
provide ventilation to the casing. All PVC pipe and fittings shall be
schedule 40 with threaded joints and connections.
4. The column pipe shall extend trough the casing seal four inches and shall
terminate with a 4 inch by 4-inch tee. The vertical run of the tee shall be
equipped with an air and vacuum release valve that operates effectively in a
pressure range of 2 —110 psi. The branch of the tee shall be facing the
existing discharge piping.
PART 3 EXECUTION
Not Used
END OF SECTION
Development of three Canyon Lakes
Irrigation wells 11200-3 02/2006
ATTACHMENTS
I
EAST 19TH STREET
T EXISTING
MO-45 °
PROPOSE �144 EXISTING w
_4 MO-43° >.
PROPOSED 8
[CL-47 W
°ciao
N oaU g 2! T pe
� ib00
oar ioe0 um
aaI
P32
CL36
- - Moss
° EXISTINI
-22
°a»
PROPOSED .
° oCLI CLI
—
aT
o _ ..... °rots
Co _ ° as
MU3 aa+1
o (+
° Cm
- CL9
o auo
CLIP
u
EAST 50TH STREET
Lj --
t
- NoiffH
APPLLICATIBC
ON SITE 1 t T o
d �
llmT
PROJECT LOCATION
ATTACHMENT A
N.T.S.
Well Data for Proposed Irrigation Wells
Name Location Bore Hole
Canyon Lakes Well # 46 75-feet SW. of Existing MO-22 14 and 3/4-inch
Canyon Lakes Well # 47 50-feet E. of Existing MO-43 14 and 3/4-inch
Canyon Lakes Well # 48 50-feet E. of Existing MO-45 14 and 3/4-inch
Well Data for nearby Existing Monitoring Wells
Name
Total Depth
Depth to Water
MO-22
173-feet
70-feet
MO-43
170-feet
86-feet
MO-45
170-feet
72-feet
Pumping Requirements for Proposed Irrigation Wells
Casing Size
8-inch
8-inch
8-inch
Name
Pump Setting
Pump Capacity
TDH
CL46
165'-175'
150-gpm
165-feet
CL- 47
165'-175'
150-gpm
180-feet
CL-48
165'-175'
150-gpm
165-feet
ATTACHMENT B
Citr•ai lAbock »QM5.34: P. 4. .... ._ _. (its: Lublaci..............'t,!e• it '��•�.:; _
Mitt to - l;r::t:JA ft:a
•`isRl-IESti'1P1J,11l1...._......._....----•--------•--..........
=�E ��'�tNEil !6iiP 0
•
..•t �E-1?c MCP►:-41M dell_.....-' •1i?4??YEG �:E:•1c^,tar ......... :-�PIl:ING 40401- .py. ..................
..
......... _............
-
aEl: l:6::: CATER OF HOLE: ENLETION:
blieeter Frail to trartt hatkett
I1Ne Ortli/s!t a Ii 6,utl Pac1N.. ilve titer+al
3tartM: X;3121 iron :! Ft. to IN Ft.
Cospletedt 0211ittt Iraq Ft. to Ft.
-. .. M ______••rr__r••• r__r•_r_»_«af_M._____r__«____w_a______r_•rr_«___r___.•_w«___r•-a___-_
aE�iKttAll OE3UUttONi� ail CA31M N RANK PIPE, III! MElt SCAEEN O4%
Frm- To. kwiptiai ill& koillsed hocnpties Fret to lago Casing Screen
$ 2' 14ila 1 4 e ►last Pvc fr h 3 sail► 4
2 ; callchi 4 A. slatted M. 3- 175 .040
3 6 calidw Ad smo# 4 • btaei It 17S too sc1. 4
#A 12' twt no saute► cl ro and
,,. �� � � s#IMs�As�: etrea f i. •-�.».rw__.»w.
so OW.
«_.•Y_N _rN__ _ w•.•_r _w»_«__»_»_w __ ««r•_ar _ _w_ w_rr-r _••
N hard samistane atsand. - 41 CEME�flMa DATA
34 et sutf and sandy claw Caseated Fran 0 Ft. to 11 Ft. Ntl. of Sacks Used:
_ 61 102 Iooet seed i saelsta» streaks Ft. it Ft. Its. of Sash UsM:
142 1:0 toose sold, ciav t sudstoae Netbod Well:
:Iw 164 clan lt4vei ! oudstaee streak Coseatod Nr: Ni Plains Orilliufr tnc.
1M IN loose one i graver
tYO tall titlstCsd `' lot. SUWAU CQpmin "•
_�...-..}....•... AWoved Alternative Procoe4we Used
`4, .f,* N+-•♦_•VM+q _�_wr _rr_r N_•••__ _w_ r•wwa...»«fir»• _
� S _a..r_iii-or____r'1.��f..'.. .-1l•R'�Tl{�y *, ° r.-.c. .�. :'� .+1 v," a .. _ _ -
9t ft t1441 : Ft. hilt 8roundeWel Sate: '
Artedias Flo*:: sm D:tee
_. .___.:.ter._...__..._.w.._..._«_.._.._w«------:-»__--•-•:»w_»»_.r»_.__:_____«_._.
------- •___---- 12t PACKEASt Type 9tptb
r»_»__...........
Depth to Peep: Ft. Tiede 91 eith ft. drWom after tire.
la? tIRTFJ alMl.lflt
t.pe of. Miter? Deptit of Strata las Cheelcal Onsirsis Nast? a
_ W-lid Mllial poutrats any strata cantaseieg v*Mif'bit cetstitvuts? if YES. uM AEM OF UNK31MR9 VAtU
Fleits Orilli • » -• ----------_---».----__—_
nlr Inc. NElt 011.101'1 LICENSE Nil. 1171r s For tK ase osIv i
0=531t 0.a. be rh CITY: Alernatbt fTATEtt>1 Ft►: 71311 s ileil
s lacated no Pop
t hortb+ certify that this all Mae drilled by at tar Weir ev supervisteef =•�=u:s�,:�,,,,�,,,:,n,::„
and that tact ad all of the stitemts herein art true to the lost of sr tnoMlepe and belief. I. usdorstmd
that failure to copltte itm I thrs 13 Mill 'Mgt is the lolls) bring retwood for coeplttioe aM rosubeittal.
R
tSigetll-_.__»___rw_rr_..._..._.__r»»_._._ t3iloMl r»._»__.__..._•_.
iliceasei Mill Oriiltr) (AelisterM Ort
ATTACHMENT C
'1100) -C: t, of Lubbock .. ..-A"WESS: -P. •0. te: ;n�:►_ - .. .... ..:._.._._..-..-.._-- -...
-- LX41tbt: JF o L: tcwat.: Lubbock �� NitN la ,-_ -=et,. _,c9.::k- - i6:t-:
-- .............__._...---------._..----------._........_.---.._.....•--•.------....-•---•--..._.------•---••-___----••---
. dlrectm •rs;o L-Abxt
- 3 Lt:SiL pESJttFTION:
t SEE Alta*& MAP
m 0 q3
�� i:PE OF MORE: Nett Yali •--1-•iiwi;oEP
..
USE:-yaitor- ---------- - • - ---- ------ ----------••-------...--
S! fiAll'cJt,ri "Ei�(!: lk�0-g0!irr
........ _ _...._......------------_._...
�+-YEIt l/�1t-/4� . _.----•/LiiEtER /F NOtE:-----------------T.•-i61ELEt10R:
bato Mtilinft Oiaejree frivol Pict"
t t
_u Start": 01i?3N1
In if frivol Picked.. live later•.al
CapletN: 04/23191
free b@ Ft. to 1,73 Ft.
. -
OE40RICAt KSCRIP110N:
free Ft. to Ft.
-«•-_._—________________•-»--------___NNN__.N.._
*a- tip-
/! CADIND, RJM F, AM NELt SC/EEN DATA•- w----
kwittiis
i . 2 soil
/ii Nwllfsa wars tioi Free To life Casial Scree
4
S t�lid�
ee '
N INC tip"
4 N 2 N sch.4
PR Scrom N
w r caj ae as spa
f, k 11 s clip,/,catiche,
tit .040
4 N fR Wank lie 17S sd.
acts
M tear# saolstow, sib
•----»_-N-N__
""-.•..'."""_.--------N.____.
sea, sanlstono tr'xas 9 N _
if f3! sins, sing red clay,
_ sandstone
Goat" Free ® Ft: To 0 Ft. a. of Sicis Used:
135 coarse_ wfg clay. soul
Nethod Us": Ft. To Ft. No. of lids Used:
/ravo!
is# 172 csiiroo said, di to clay
Ceoeoted By: R1 Plains tirillia/, Inc.
112 iM lisestone
'_'__---_----••--------------------_-.N:__N r .;.
••---•-••••-------•
Approved Altwrative Procowwo User?
n
- -•..�._/•i_rr.•r_NNNr..—NNNN_N
.N_N-------------- -
Static Level : Ft. 1NoM Ground Leval Date:
Artmdm Fla: 99. late:
__«�-•.Ny-__-.-.
12) Pam. Tpoe
------------ —
y In TITS P1Nfh NN__�_•______N_____14)
CELL TEST. • `•N"`-''-••'-_•'-__--------»M«-_-N»__•»
to •
• Ft' ON ritA ft. riudpw after hrs.
1S) NATO MITY• •-------------•------_•--»_____N-------•--••---------------»-----------------------_-----•---
- tea 0444t sf �wtar? .
NO -•Did Depth of strata Ike Musical Apalvsis IYdet a
i N penetrate in/ strati coataioial wdNirsble constituents? if YE9, sow AEPORT w umillmou NAtER
--•-•---•------•••_--•-----------•------
WAR MfYfE: Ni Plain/ Q►iliin/, Inc. NELL MILLB-9 LICENSE NR. s"30� s -- T-- use ally
ADDRESS: P.O. Dos T3i .._CITY: Abernathy STATE: i;i ZIP: if iti = Nil Ns. ---» -
= Lieited an M� __NN___N--•- _
I hereby unify that this cell 1w drilled by if tar undo, oy suparvisiosl___.
that fallwo to coapieto itas
and that eub as All of the statements herein are true t0 the bat of iy kmml
Lj
i thro is will reselt in tho lefts) boinf retdrnW far oMlet� l eadrstAnd
F (signed) JSifneA)
_j ____;ii—pn-ii r-ii �:;li;ri___.___.N »_._ ��i�i�N c:►ii ATTACHMENT C
4,` �iACwtli >IIEil2 i.v�t.::�Eb►:}(i�Eo�: F. o. b, :f City: tubbed Rim f i -a: '145.
hltat
i� - direc►:on irea
tjlEvif
- '__.......-------......_._._
LES.�iKKA1P1IOM: ...._.._._._.---••-----...__-...................---......_.....__..
M0q,a A"Am NAP
,. ; .. .. .N.-----..--»-._-_.-.---.-.-----.N•.-.----•----------N--
,} tYfE W 9w: New Veit PkOFOO USE: Nonitar S! DRIUtNi IIE1i{QZ► - -----------------------
._ ----- - �/4I�oterti
WIL iosi-+s - . _DiNSTP W NME:_..._..__Y.__._. 'iiFEN U cai+ miaili-----...--------._......_....._.
Nanter Fro to ira.e! Picked
late drilling: t 1:2 o iO3 If SrcrN PackM.. rfiie IntK:al
- � 9tartNi diillNt from A Ft. to i:0 Ft.
emitted: #3/a/!1 fro, Ft. to Ft.
...».»..»...._ .N»._..NedY-•N •NNN.wNed..•...
iE�0i1CAL IEBCNIlfIMk-----_------ed.-r»N_-----------------------»ed_N.»
1) CAVOL RMlt PIfL Ali/ tint SCI o OA T! -
ry Fre, t� MicriPtiM No ilsr/Usal Description Fro, is
oNY 11a* In 1Cig.n1 Screen
i catid,• i R slotted M
iF lot, $ea•ir clew 1 cdIc1* 1 , blank P4 lit fit ur. !
!! ' Irk cliff
1 welt c14Y of .._._•"'_.__-------
'
ii ' sad oaf s�ote�t•' .:. NNNw..w»_Ned.
t• saeton� >I .rag claw •;_....NN_w_NN_N..»N....._»N.�..._..._.N..:N.N»N__N...�_
COWIN Elio
10t sanlstene ti sudst"s struts Canted Pros o Ft. to 2, Ft. IL of Sacks Used: lot III $"toe ad "NO clew • Ft. T, Et. Vs. of Sacks Used:
Ili !2t` seed; sodston, t clay Now U:N:
. 14 film loft sw � clay . Cs"ked /Yt Vi Plain Drilling, lot.
Approved Altwa&tiw Proce"ae &W
'���#" ' ' ' �..��,,.��.,�� -its. Vr4 ��! »»•_` -
� > r' .. ;� " »3.:7i'' � �4��4•t: . .__.Ned•...
••!�.+.+..w...w.r.� Raflt leYet 1 .' Ft. DNM ll(o ' pia{ mot
..N..N._._....NN Artesia, Floe: 6PN.
gate.
..»> .edw•«N.rNNw_w _Ned .M..N•.ed»..,.»_N.»
_N__.rN.._NN._r• -t2) PAS type red pth »---N..ed._•---»_N__N.__
•N••N. reded_r.N»N•.w.•edN.
i3) rim W.: 141 VEll. tut: «N..............red._..N.•N_...N.•..N_.»..»N.N.ed
path to ► e: Ft. Yields DPN with It., kaedaw after Ara
l�
........... N___N._ ---------
iM..� ._r._.... _.___.r•_._.....•.•_._____Y__N.•_•.._..•••_•---_•••._r.N_N_.__._.•N..•N...
-•__�� t t�►y i
t+/o of Voter?
NO --lid drillingPiItA of Strati Mu Chadic Analysis Nat? MI
wesetrato my strata coatainilf up"rarle costiteentst if al
seal sis KM . No1ESIAADLE 1AtE!
_..- •ed_.•.... r.•....•.r..r.... _.._._.._• • -
Eiv� ....•M..r._•
CNP
ANY NiO: Vi Plaies OritliInc. HELL DIttLLEV'8 LICENSE III. F a Far tie an atr Y-----------
ti -
•=• "� CITY: STA1E: tl Ill: Ml l :Yell IM. _ _
i
l Located en Map—__N-_--_N » .
t AKNti certify, that tills wll was /rit1e11r ee tot w►dK a�► sewKvisian) »�w�„s,,,�11""11,,*_;,,�
and that eadb and all of tM sta(Iaents Mrein are true to tM best of ew knorle/we ae1 belief. t understand
that fall" to codplete ltas 1 thre 13 rill resell in the toiif) being retuned far ca"Ittla ant resrreittal.
i DI -
w ) �,.N._ed------ _-_ (Sipw)
Mimed Vol Driller) ._.». ._..__IRyistered Drill;
ATTACHMENT C
6'X6'X4"REINFORCED CONCRETE
PUMP BASE W/ #4 REBAR 6"O.C. EACH WAY
2'X2'X2' REINFORCED CONCRETE
BLOCK, WITH #4 REBAR 6" O.C. EACH WAY,
(r-j / SLOPED AWAY FROM WELL CASING AT 0.25" M
70' -90' TO WATER TABLE
TOTAL DEPTH: 170' 180'
GROUND SURFACE
NEAT CEMENT
,(PRESSURE GROUTED)
143/4' DRILLED HOLE
8' DIAMETER
WELL CASING
BENTONI TE
GRAVEL MUST EXC ff D
WATER LEVEL BY 5
'via BRADY GRAVEL
OR EQUIVALENT
�f.
CENTRALIZERS
:tomEVERY 401
81 DIAMETER
WELL SCREEN
.i
IRRIGATION WELL CONFIGURATION
(TYPICAL)
NOT TO SCALE
Y Y Igo Y 0*4�I
ATTACHMENT D
2'X2'X2' CONCRETE POWER CABLE ENTRY
PUMP BASE AND JUNCTION BOX
EXTERIOR
10.25' STEEL CASING
INTERIOR 8" CASING
0 - 0
DISCHARGE O
PIPING
0 0
4' NPT STEEL
TEE, AIR VALVE
_. AS SPECIFIED
WELL SEAL
INSTALLED ON
OUTER STEEL
Ii CASING
1' MEASURING TUBE
CASING VENT
_1 PLAN VIEW
N. T. S.
1" AIR VALVE
1' TREAD
1" PLUG FOR MEASURING TUBE
4' STEEL TEE
JUNCTION BOX 0 1' TEE
C 4"
90• BEND WITH WIRE MESH
WELL SEAL BY COTY CHEMICAL
- 1" TEE
,
4' COLUMh PIPE EXTERIOR
10.2 ' STEEL CASING
,
POWER CABLE
CONCRE
PUMP BL K
INTE IOR t t T
8" PVC CASING 4i
PROFILE VIEW
N.T.S.
-WELL HEAD ASSEMBLY FOR LLAS IRRIGATION WELLS
(TYPICAL)
ATTACHMENT E
M
30
R
INV
Olt
;i�,t�� ����, Imo\ '� '� �i�� ►. %��
a
'IRMlN r�.
1' ,
l+� Kv `������; ��►r,. ,��
M24
alas
101
820
-,N-44_