Post on 21-Mar-2021
Page 1 of 10
RAILROAD COMMISSION OF TEXAS
EXTENDED SERVICE CONTRACT
INVITATION TO BID
CLASS 962-96
MAIL SEALED BID TO: RAILROAD COMMISSION OF TEXAS
2005 N. STATE HIGHWAY 42
KILGORE TX 75662
DATE: Monday May 16, 2016
REQUISITION NUMBER: 0000005399
BID OPENING DATE AND TIME: Thursday June 2, 2016 @ 2:00 P.M.
If there are any questions concerning specifications in this Invitation to Bid, please contact David Culpepper at (903) 984-3026.
THERE ARE NO SALVAGE RIGHTS IMPLIED, GRANTED OR AUTHORIZED BY THIS CONTRACT. THE COMMISSION SHALL
DISPOSE OF THE EQUIPMENT AND HYDROCARBONS PURSUANT TO THE TEXAS NATURAL RESOURCES CODE ‘89.085.
The Railroad Commission of Texas (hereinafter Commission) is soliciting bids for an extended service contract for the purpose of plugging abandoned
wells as required by Commission Statewide Rule 14. The Commission anticipates plugging 7 wells under this contract. The list of wells to be plugged
and the proposed plugging procedures are attached and incorporated for all purposes. This contract becomes effective on the date the contract is awarded
and terminates upon completion of the plugging operations or on August 31, 2016, whichever is earlier. The Contractor will be required to move the rig
and all associated plugging equipment, as described in Item 1 of the “Specific Requirements” section of this Invitation to Bid, onto the lease and
commence plugging operations, as specified in the “General Information and Bid Requirements” Section, Item 1 of this contract, and continue plugging
operations until the wells under this contract have been plugged or otherwise brought into compliance with Commission rules or the contract has
terminated. The Commission makes no guarantees as to the actual number of wells that will be plugged under this contract.
The Commission, at its sole option, may add one or more additional wells to this contract if the additional wells are located within the same Railroad
Commission District as is any well on the list of wells attached to this contract, and plugging of the additional wells may reasonably be completed
prior to termination of this contract. Commission may add additional wells to this Contract only if Commission determines that doing so provides the
best value to the state. A well may be added to this contract if the plugging procedure for the well is the same as or similar to a plugging procedure
listed in the ITB. Contractor agrees to plug any additional wells added to this contract, and agrees that payment to the Contractor will be based on the
actual services performed at the rates submitted in Contractor's bid. Contractor acknowledges and agrees that Commission might not add additional
wells to this contract, and that Commission, at its sole option, may issue a separate invitation to bid and contract award to plug additional wells, even
if the wells meet the criteria enumerated in this paragraph.
BID EVALUATION/ EVALUATION CRITERIA
Bids will be evaluated from the unit prices submitted for the equipment, services, and materials requested on the attached “Bid Submission Sheet.” The
bid evaluation is for award purposes only and will have no bearing on actual payment made by the Commission. Payment will be based on the actual
services performed. The Contractor’s “Total Bid Amount” will be divided by the Contractor’s performance evaluation rating to calculate the “Adjusted
Bid Amount,” which will be used to determine the bid offering the best value for contract award purposes, as required by the Comptroller of Public
Accounts. The contract will be awarded to the Bidder offering the best value to the State while conforming to all advertised specifications. The factors
listed in Texas Government Code, Title 10, Subtitle D, Sections 2155.074, 2155.144, 2156.007, and 2157.003 shall be considered in making the award.
The Commission will also consider the bidders past performance, experience, financial resources, ability to perform, demonstrated capability and
responsibility in determining best value.
For BID EVALUATION PURPOSES ONLY, the Commission will use the following criteria. The numbers of units (wells, hours, rig movements, sacks,
CIBP’s, runs, and cuts) contained in Items 1 through 20 are estimates only.
1. Plugging Equipment: 140 hours.
2. Power Swivel/Reverse Unit: 5 days.
3. .Move-in/Move-out: 7wells.
4. Cost of Plugs: 7 wells, as described in Item 4 of the “Services To
Be Performed” section in this Invitation to Bid and in the attached
well plugging procedures.
5. Cement: 50 sacks.
6. Calcium Chloride: 15 sacks.
7. Mud: 100 barrels.
8. Perforating runs: 1 run.
9. Collar locator runs: 1 run.
10. Wireline or slick line runs1 run.
11. Cast Iron Bridge Plugs (CIBP’s): 3 CIBP’s
12. Tubing cuts: 2 cuts.
13. Casing cuts: 1 cuts.
14. Vacuum truck services: 8 hours.
15. Welding services: 4 hours.
16. Backhoe services:4 hours.
17. Dozer services: 4 hours.
18. Disposal fees: 200 barrels
19. Packer: 1 packer
20. 40 BBL Bobtail 8 hours.
Page 2 of 10
SPECIFIC REQUIREMENTS:
Unit prices for the following equipment, services, and materials are
requested.
1. HOURLY RATE FOR PLUGGING EQUIPMENT: equipment for
plugging and abandonment (P/A) to perform all work as specified
by the Commission. The following equipment is required:
1.1. Rig: Double derrick – 180,000#, will include four (4) man crew
plus tool pusher, power tongs, weight indicator and all necessary
handling tools for standard 2-3/8" and 2-7/8" tubing and, handling
tools for 5/8" through 1" rods.
1.2. Stripperhead and Blowout Preventer: Double manual or hydraulic
BOP’s and stripperhead. .
1.3. Control Valve: One 3000# working pressure safety valve.
1.4. Pump: One 2000# - 5000# Triplex pump.
1.5. Cementing Unit: Batch or jet mixing system (batch system to be
100 sack capacity). Cementing unit must include two (2)
displacement tanks (=10 barrel capacity each).
1.6. Workstring: 2,460’ of 2-3/8” workstring.
1.7. Fresh water tank: One 50-barrel capacity tank for fresh water is
required. A freshwater truck may be used as a storage tank in
place of a tank. The Commission will not pay standby charges
while the truck is used as storage tank.
1.8. Additional Equipment: One (1) 200 bbl mud tank to contain
fresh clean mud, or to circulate mud into from wellbore
during cementing stages.
NOTICE: There will be no hourly rig charges until the rig and all
associated plugging equipment is in position and completely rigged up.
The hourly rate will begin when the first work is started on the well
including installation of the blowout preventer (BOP) and will end after
the BOP is removed and the top plug has been set.
2. POWER SWIVEL/REVERSE UNIT: This service includes a
minimum of (1) 2.5 Bowen work-over type power swivel or one
of similar size and to include (3) 3-1/8” drill collars, (1) 4” blade
bits, all required subs and connections, and steel pit with trough
and screen. This charge includes all transportation costs.
3. MOVEMENT CHARGES: This charge includes all costs related to
the movement of the rig and all associated plugging equipment 1)
from the Contractor’s yard to the first well on first lease to be
plugged under this contract, 2) between the wells on each lease to
be plugged under this contract, or 3) between the leases to be
plugged under this contract, and 4) from the last well on the last
lease to be plugged under this contract to the Contractor’s yard.
This charge also includes all movement charges for other vendor-
owned equipment such as a backhoe, dozer, or vacuum truck that
may be moved to the location and remain on standby at the well
location until used. This per well charge will also be used for
move-in/move-out charges for any additional wells found on the
leases included in this contract, which were not initially identified.
This charge is a flat rate, per well, charge that will be billed by
individual plug code.
4. COST OF PLUGS: this charge must include all charges, excluding
plugging equipment costs, related to the wellhead preparation and
the plugging of the well(s). This charge will be billed for each
individual plug code included in this contract. This charge will be
for the services described below and in the attached plugging
procedures:
4.1. Wellhead work and pit requirements: these are the charges related
to the wellhead preparation and include any digging out of
wellhead area, any cutting and/or welding in preparation for
installation of the blowout preventer or stripperhead, cutting the
casing off three feet below ground level after completion of
plugging operations, and covering and leveling the well site. This
charge must also include any charges related to the digging and
preparation of any pits required during plugging operations, de-
watering and covering of pits used during plugging operations,
hauling and disposal charges for any wellbore fluids including
water, salt water, mud or mud-laden fluids and pit fluids.
4.2. Cost of Plugs: This must include all charges, excluding plugging
equipment costs, associated with setting the cement plugs and
related services as described in the attached plugging procedures.
This charge will include all equipment, services, and materials
required to plug the wells as described in the attached plugging
procedures. This charge will include the cement, the fresh water
for mixing the cement, and all costs associated with the
transportation of the cement and the fresh water to the well
location, blending the cement as specified, pumping all cement
plugs to the specified depths, any wireline charges as specified in
the attached plugging procedures including perforating, cast iron
bridge plugs (CIBP), and tubing and/or casing cuts. Return
transportation and handling charges for excess cement will not be
allowed. This charge will also include the charges for mud, any
mixing charges, all costs associated with the transportation of the
mud to the well location, plus the cost for any additives called for
in the bid specifications.
NOTICE: (1) Should the Commission determine that plugging
of a well is not necessary, the per well amount contained under
“Cost of Plugs” in the Bid Submission Sheet will not apply.
Billing for any services performed under this item, if any, will
be made individually based on the bid amounts contained in the
Bid Submission Sheet. (2) If changes in the original
plugging procedure(s) specified in this invitation to bid are required, the Commission reserves the right, at any time during the plugging or invoice audit process, to revert to hourly charges plus the cost for equipment and materials as listed in the individual services for actual work performed.
NOTICE—Items 5 – 20 contain requirements for additional
materials and services that are not originally specified in the
attached plugging procedures.
5. CEMENT: This charge is based on a standard ninety-four pound
(94#) sack and includes the cement, all costs associated with the
transportation of the cement to and from the well location, the
water for mixing the cement, and blending the cement as
specified. Return transportation and handling charges for excess
cement will not be allowed.
6. CALCIUM CHLORIDE: This charge is based on a standard eighty
pound (80#) sack and includes all costs associated with the
transportation of the calcium chloride to and from the well.
Return transportation and handling charges for excess calcium
chloride will not be allowed;.
Page 3 of 10
7. MUD: This charge is on a per barrel basis for mud with a density
of 9.5 pounds per gallon, 40 second funnel viscosity per quart of
mud to use in circulating the well. This charge does not include
transportation charges.
8. PERFORATING RUN: This charge will be on a per run basis and
includes transportation and set-up charges over the well by a
wireline unit, installing a packoff and/or lubricator at the surface,
and successful perforation of the tubing and/or casing of different
sizes as specified in the bid submission sheet. Unsuccessful
perforating run charges due to but not limited to failed runs and/or
equipment malfunctions will not be allowed.
9. COLLAR LOCATOR RUN: This charge is on a per run basis and
includes transportation and set-up charges over a well by a
wireline unit and a successful collar locator run in tubing and/or
casing of different sizes as specified in the bid submission sheet.
Unsuccessful collar locator run charges due to but not limited to
failed runs and/or equipment malfunctions will not be allowed. This charge will not be allowed, should a collar locator be run with
another wireline service.
10. WIRELINE OR SLICK LINE RUNS: This charge is on a per run
basis and includes transportation and set-up charges over a well by
a wireline unit and a successful wireline or slick line run in tubing
and/or casing of different sizes to determine the depth of the
wellbore. Unsuccessful wireline or slick line run charges due to
but not limited to failed runs and/or equipment malfunctions will
not be allowed.
11. CAST IRON BRIDGE PLUGS (CIBP’s): This charge is on a per
unit basis and includes transportation and set-up charges over a
well by a wireline unit, transportation of the CIBP to the well,
installation of a pack-off and/or lubricator at the surface, a gauge
ring run prior to running the CIBP to determine that sufficient
wellbore clearance exists to run the CIBP to the required depth,
successful setting of a CIBP by a wireline unit with a casing collar
locator or by the workstring, and capping the CIBP with a
minimum twenty foot (20’) cement plug. Unsuccessful CIBP
charges due to but not limited to failed runs, setting tool failures,
and CIBP failures, will not be allowed.
12. TUBING CUT: This is a jet type cut charge on a per cut basis and
includes transportation and set-up charges over a well by a
wireline unit and successful cutting of the tubing or workstring of
different sizes as specified in the bid submission sheet.
Unsuccessful cut charges due to but not limited to failed runs
and/or equipment failures will not be allowed.
13. CASING CUT: This is a Collar buster cut charge on a per cut
basis and includes transportation and set-up charges over a well by
a wireline unit and a successful cut of the casing of different sizes
as specified in the bid submission sheet. Unsuccessful cut charges
due to but not limited to failed runs and/or equipment failures will
not be allowed.
14. VACUUM TRUCK: This charge is an hourly rate for the use of a
vacuum truck to haul additional fluids, including mud and/or fresh
water, to the wellsite and to haul additional well returns and
excess fluids to an authorized disposal facility. The hourly charge
will include all applicable charges including fuel surcharge. The
minimum capacity of the vacuum truck must be 130 barrels.
Move-in and/or mileage charges will not be allowed.
15. WELDER: This charge is an hourly rate for a welder to weld or to
torch-cut miscellaneous items at the wellsite. Move-in and/or
mileage charges will not be allowed.
16. BACKHOE: This charge is an hourly rate for any additional
backhoe services that may be required. Move-in and/or mileage
charges will not be allowed.
17. DOZER: This charge is an hourly rate for any additional dozer
services that may be required. The dozer must be a D-6 with a
winch. Move-in and/or mileage charges will not be allowed. Any
required permitting charges for hauling equipment on a state
highway will be allowed.
18. DISPOSAL FEES: This charge is for the disposal of additional
fluids including water, saltwater, mud and mud laden fluids. This
will be a per barrel charge and transportation is not included. If
additional disposal charges are required the disposal tickets from a
Commission authorized disposal facility must accompany the
contractor’s invoice.
19. PACKER: This is for any additional packer services required that
were not originally specified in the Invitation to Bid or in the
attached plugging procedures. This is the rental charge for the use
of a packer for testing casing, wellbore isolation, and squeezing
cement. When cementing below a packer, a seating nipple shall be
run in the workstring for the purpose of pressure testing the tubing
string from the deepest squeeze point prior to cementing, if it is
deemed necessary by the plugging supervisor on location. Only
one (1) packer charge will be allowed, per packer size, per well.
20. 40 BBL Bobtail: This charge is an hourly rate for the use of a
bobtail truck to haul additional fluids, including mud and/or fresh
water, to the wellsite and to haul additional well returns and excess
fluids to an authorized disposal facility. The hourly charge will include
all applicable charges including fuel surcharge. The minimum capacity
of the vacuum truck must be 40 barrels. Move-in and/or mileage
charges will not be allowed.
GENERAL INFORMATION AND BID REQUIREMENTS
1. The Commission will make the contract award in writing. The
Commission has included in this Invitation to Bid a list of the
wells to be plugged and an individual plugging procedure, for
each well included in this contract. The Contractor will be
required to move the rig and all associated plugging equipment
onto the lease and commence plugging operations within ten (10)
days (weather permitting) from the date of the bid award.
1.1. The Commission reserves the right to extend the move-in and
termination dates, should the Commission be unable to begin
plugging operations by the designated deadline.
1.2. The Commission reserves the right to terminate the contract,
should the Contractor be unable to move in by the designated
deadline.
1.3. The Contractor may request an extension to the move-in date
and/or the contract termination date. Such request must be made
in writing to the Commission. Extensions will be granted for
weather-related delays, for wellbore (surface and downhole)
conditions that are beyond the Contractor’s control, and for
reasons deemed appropriate by the Commission.
1.4. The Commission may authorize up to two (2) 180-day extensions
to the termination date of the contract.
1.5. The Commission will make all changes, as described above, in
writing.
Page 4 of 10
2. The Contractor must be registered with the Commission and have
an active Form P-5, “Organization Report,” on file with the
Commission. Failure to have an active Form P-5 on file with the
Commission at the time of the bid award will result in rejection of
the bid.
3. The Bid Submission Sheet must be typed or completed in ink, and
properly signed, and must be received at the District Office by the
date and time shown on page one (1) of the Bid Submission Sheet.
The Bid Submission Sheet must contain the complete name and
address of the Contractor. The Bid Submission Sheet shall be
placed in an envelope completely sealed and properly identified
with the requisition number and bid opening date on the lower left
hand corner of the return envelope.
4. Telephonic, facsimile, or late bids shall not be accepted or
considered under any circumstance. Late bids, properly identified,
will be returned to the bidder unopened. Late bids, not properly
identified, will be opened and stamped “REJECTED” and
returned to the bidder.
5. Bids shall also be rejected or disqualified for (1) failure to type or
complete the bid in ink, (2) failure to bid on all items listed on the
bid submission sheet, (3) failure to manually sign the bid
submission sheet.
6. Bids may be rejected or disqualified for failure to properly date
and initial all corrections, cross outs, and whiteouts.
7. The Commission reserves the right to make an award on the
basis of low line item bid, low total of line items, or in any other
combination that will serve the best interest of the State and to
reject any and all bid items at the sole discretion of the
Commission. The Commission also reserves the right to accept
or reject all or any part of any bid, waive minor technicalities
and award the bid to best serve the interests of the State.
Without waiver or limitation on the foregoing, the Commission,
in its sole discretion, reserves the right to reject an entire bid
where the amount bid for any one or more supplemental items is
not reasonably competitive with the existing rates in the area
because the amount bid is substantially inflated or reduced.
8. Only unit prices and applicable daily minimum charges will be
considered firm prices. Price increases will not be considered.
9. The Invitation to Bid, and the Bid Submission Sheet, and the list
of wells to be plugged, and the Award Letter will serve as a
binding contract.
10. Contractor’s default under this contract will result in a sanction of
five (5) points as described in Item No. 8 in the section below
entitled “Sanctions”.
11. If the Contractor takes no exception to the above specifications
and requirements, the Contractor will be required to furnish the
equipment, services and materials as specified in this Invitation to
Bid.
12. The Commission reserves the right in its sole discretion to
contract for services when the bid amount is not reasonably
competitive with existing rates in the area. An unreasonable cost
of services is defined as a cost which is substantially inflated or
reduced, when compared to the actual cost for the service from a
representative contractor/supplier in the area where the plugging
job is being conducted, which gives an unfair advantage to the
contractor submitting the bid. Should the costs be substantially
inflated, the successful contractor will be given the opportunity to
reduce the bid amounts to match the reasonable cost for these
services. If the successful contractor chooses not to reduce its
rates, the Commission will contract for these services with an
alternate contractor. Should an alternate contractor be used, the
primary contractor will not be responsible for billing these
services. The alternate contractor will bill the Commission
directly for these services.
13. If this bid is being submitted by a corporation, by signature on the
Bid Submission Sheet, the Contractor certifies that said Contractor
is either 1) current in payment of corporate franchise taxes, 2) is a
corporation exempt from payment of the franchise tax, or 3) is an
out-of-state corporation that is not subject to Texas franchise tax.
Making a false statement as to corporate franchise tax status
constitutes a material breach of contract and gives the State the
exclusive option to cancel said contract.
WELL PLUGGING OPERATIONS:
1. The specific plugging requirements and a map, GPS coordinates,
or directions for each well included in this contract are contained
in the attached individual plugging procedures provided with this
Invitation to Bid.
2. The wells plugged under this contract will be plugged per the
requirements of Commission Statewide Rule 8 and 14. This
includes, but is not limited to placing all cement plugs by the
circulation or squeeze method through tubing and/or drill pipe,
placing 9-1/2 pounds per gallon, 40 viscosity mud in all areas of
the well not filled with cement, cutting off the wellhead three feet
(3') below the ground surface after completion of plugging
operations, de-watering and backfilling all pits, and covering and
leveling all wellsites. Plugging-related fluids will be disposed of
at a Commission authorized disposal facility as required by
Commission Statewide Rule 8.
3. The Commission will provide a representative on location as
required by Statewide Rule 14 to supervise plugging operations,
ensure compliance with all applicable Statewide Rules, and ensure
compliance with all specifications in the Invitation to Bid and the
well plugging procedures. Charges for any work performed by
the Contractor without prior authorization from a Commission
representative may be disallowed. A standby charge for
equipment, whether Contractor owned, rented, leased, or
subcontracted, is not allowed unless it is expressly approved in
advance by the Commission District Director, Assistant Director,
or Lease State Plugger, and is documented in a daily work report
for the Contractor and the Commission representative on location.
4. The Contractor shall maintain an internal safety program and have
a safety manual readily available on location for inspection at any
time by a Commission representative. The Contractor’s personnel
shall observe prudent safety practices in accordance with the
Contractor’s safety manual, accepted industry standards, and all
applicable laws and regulations.
Page 5 of 10
5. The Contractor shall remain on the job until plugging operations
on all wells included in this contract have been completed, or
brought into compliance with Commission rules, or the wells have
been deemed properly plugged by the Commission. This contract
is subject to automatic termination, with no further notice, if the
Contractor fails or refuses to complete plugging operations
without prior authorization from a Commission representative.
6. The Contractor or Sub-Contractor must be authorized by the
Commission to mix and pump cement as specified in the
Commission’s Statewide Rule 14, and must be listed on the
Commission’s List of Approved Cementers.
7. The Contractor shall maintain insurance coverage sufficient to
protect the Commission against any and all claims that may arise
out of or result from the work and the other obligations undertaken
in this contract. The Contractor must furnish a current Certificate
of Insurance to the appropriate Commission District Office before
moving onto any location that is the subject of this contract. The
minimum insurance requirements are as follows:
Commercial General Liability -- $500,000
Business/Commercial-Auto/Truck Liability -- $500,000
Worker’s Compensation -- Statutory Minimum as Required by
State Law; substitute policies are not allowed.
8. Workdays for the term of this contract shall be Monday through
Friday. Saturday or Sunday may also be considered as workdays
at the sole discretion of the District Director or his authorized
representative.
CONTRACTOR AND SUB-CONTRACTOR INVOICES:
1. Leases plugged by the Contractor under this contract will be
invoiced separately by the State-funds Plug Code Number.
2. The Contractor’s invoice must be accompanied by the
Contractor’s daily work reports.
3. A “Contractor” charge is defined as a charge for equipment,
services, or materials furnished by the Contractor receiving the
award for this contract. Equipment and materials shall be
considered Contractor owned.
4. A “Sub-Contractor” charge is defined as a charge for equipment,
services, or materials furnished by a vendor or individual other
than the Contractor. Equipment and materials shall be considered
Sub-Contractor owned.
5. All Sub-Contractor charges must be billed to the Contractor. The
Contractor must include in its bill to the Commission an itemized
listing of all Sub-Contractor charges supported by field tickets and
invoices from the Sub-Contractor. Disposal fees, which are
subcontracted services, must be supported by run tickets. No
service charge will be paid by the Commission for the handling of
Sub-Contractor invoices.
6. All Sub-Contractor charges shall be paid on the amount shown on
the Sub-Contractor’s invoice or the amount shown on the bid
submission sheet for equipment, services, and materials listed on
the bid submission sheet, whichever is less.
7. All Sub-Contractor charges shall be paid on the amount shown on
the Sub-Contractor’s invoice for equipment, services, or materials
not listed on the bid submission sheet. The equipment, services,
or materials must be competitively priced with area vendors.
8. The bid amounts contained in the Bid Submission Sheet will be
used to determine the applicable credits for materials, services,
and equipment requested in the attached well plugging
procedures, but not used.
9. The District Director or his authorized representative must pre
approve equipment, services, and materials not listed on the bid
submission sheet. The Commission representative on location
must pre approve the disposal of additional plugging related fluids
or well returns.
10. The Commission will not pay a standby charge for equipment,
whether Contractor owned, rented, leased, or subcontracted,
unless the charge has been expressly approved in advance by the
Commission District Director, Assistant District Director, or the
Lease State Plugger, and is documented in a daily work report for
the Contractor and the Commission representative on location.
11. The Commission will not pay any travel allowance or crew per
diem.
12. Charges for hourly services (Ex: vacuum truck, welder, backhoe
and dozer) may be submitted in 15-minute increments (i.e. 1 hour
15 minutes, 2 hour 45 minutes, etc.).
13. All cash discounts offered shall be taken if earned. All
manufacturer or vendor discounts shall be made available to the
Commission. The Commission shall receive the benefit of all
manufacturers or vendor discounts earned and taken by the
Contractor or any of its subcontractors.
14. State Sales Tax: The purchase of tangible property for well
plugging work for the Railroad Commission (Ex: cement, cement
retainers, cast iron bridge plugs, cement additives, cement mix
water, and mud) is exempt from state sales tax by Sec. 151.131 of
the Tax Code if it is incorporated into the realty or is essential to
completion of the work and is completely consumed after being
used once. Contractors will pay tax on all machinery or
equipment, accessories or repair part purchases and all rented or
leased tangible personal property. Questions regarding state sales
tax should be referred to the State Comptroller of Public
Accounts. State sales tax paid by the Contractor for the
performance of work under this contract is reimbursable by the
Commission.
SANCTIONS:
1. Failure to pay Sub-Contractors in a timely manner will result in
termination of all pending contracts until payment has been made
to the Sub-Contractors and verified by the Commission.
2. Contractor’s default of this contract or failure to meet the
specifications as contained in this Invitation to Bid authorizes the
Commission to contract for and/or purchase the specified services
elsewhere and charge the full increase, if any, in cost to the
defaulting Contractor.
3. Any false statement on a Bid Submission Sheet shall void the bid
and any resulting contract, and the Contractor may be removed
from the bid list.
4. Failure to move in all plugging equipment and commence
plugging operations as specified in the “General Information and
Bid Requirements” Section, Item 1 of this contract, will terminate
this contract.
5. Failure to complete plugging operations by the contract
termination date on Page 1 will terminate this contract.
Page 6 of 10
6. Failure to continue plugging operations until all wells have been
plugged or otherwise brought into compliance with Commission
rules will terminate this contract.
7. Failure to maintain an active Form P-5 and the required insurance
coverage may result in termination of the contract.
8. Contractor’s default under this contract shall result in a sanction of
five (5) points against the contractor. A five (5)-point reduction
will be made to the contractor’s average performance rating on
file with the Commission. A default is defined as the contractor’s
failure to move on to the lease after the bid award.
GENERAL PROVISIONS:
1. INDEPENDENT CONTRACTOR/SUB-CONTRACTOR: The
Contractor shall perform the work under this contract as an
independent Contractor who is responsible to accomplish the work
according to the contract provisions. As an independent
Contractor, the Contractor shall have full authority to select the
means, methods, and manner of performing the work within the
rights reserved to the Commission by the contract provisions. The
Contractor shall be fully liable for all acts and omissions of any
Sub-Contractor(s). The Contractor shall bind each Sub-Contractor
to the applicable terms and conditions of this contract for the
benefit of the Commission.
2. GOVERNING LAWS: This contract shall be governed by and
construed in accordance with the laws of the State of Texas. In
performing the work under this contract, the Contractor covenants
to comply with all applicable laws and regulations of any local,
state, or federal authority having jurisdiction.
3. PRIOR AGREEMENTS SUPERSEDED: This agreement
constitutes the sole and only agreement of the parties and
supersedes any prior understandings or written or oral agreements
between the parties respecting the subject matter of this
Agreement.
4. TERMINATION CLAUSE:
4.1. This Contract may be terminated in whole or in part by the
Commission for its convenience upon ten day’s written notice.
The Contractor shall discontinue all services in connection with
this contract and submit a statement to the Commission detailing
the work performed to date of termination. The Commission
agrees to compensate the Contractor for that portion of the work
actually performed and approved under this Contract in the
proportion that such work bears to the total work required by the
Contract.
4.2. The Commission, acting by and through the applicable District
Director or his designated representative, reserves the right to
terminate or modify this contract, orally or in writing, without
prior notice to the Contractor, if the applicable District Director or
his designated representative determines, in his sole discretion,
that wellbore conditions specified in the attached plugging
procedure, incorporated herein as if set out in full, for any or all of
the subject wells, differ from the actual downhole conditions.
4.3. Pursuant to Sections 2155.006 and 2261.053, Government Code, a
state agency may not accept a bid or award a contract, including a
contract for which purchasing authority is delegated to a state
agency, that includes proposed financial participation by a person
who, during the five-year period preceding the date of the bid or
award, has been convicted of violating a federal law or assessed a
penalty in a federal civil or administrative enforcement action in
connection with a contract awarded by the federal government for
relief, recovery, or reconstruction efforts as a result of Hurricane
Rita, as defined by Section 39.459, Utilities Code, Hurricane
Katrina (meaning the hurricane of that name that struck the gulf
coast region of the United States in August, 2005), or any other
disaster as defined by Section 418.004, Government Code,
occurring after September 24, 2005. If a state agency determines
that an individual or business entity holding this contract is
ineligible to have the bid accepted or contract awarded under
Section 2155.006 or Section 2261.053, Government Code, the
state agency may immediately terminate the contract without
further obligation to the vendor.
5. PROTEST PROCEDURES: The Commission’s full protest
procedures may be found at 16 Texas Administrative Code
Section 20.1. However, all Bidders should be aware that a protest
must be filed within ten (10) calendar days after the protestant
knows or should have known of the occurrence of the action
which is protested. Late filed protest shall not be considered.
Copies of the protest shall be mailed or delivered by the protestant
to all other Bidders and the affected division director for the
Commission.
6. AUDITING: Vendor agrees that the Texas State Auditors Office
(State Auditor) may audit or investigate Vendor or any
subcontractor or other entity receiving funds from the State of
Texas under this contract. Acceptance of funds from the State of
Texas directly under this contract or indirectly through a
subcontract under this contract constitutes acceptance of the
authority of the State Auditor, under the direction of the legislative
audit committee, to conduct an audit or investigation in
connection with those funds. Vendor shall incorporate the
provisions of this paragraph into all subcontractor contracts and
agreements. Under the direction of the legislative audit committee,
any entity that is subject to an audit or investigation by the State
Auditor must provide the State Auditor with access to any
information the State Auditor considers relevant to the
investigation or audit.
7. CONTRACTOR PERFORMANCE EVALUATION: The
Commission has a Contractor Performance Evaluation Procedure
in place. Any Contractor that is awarded a contract for State-
funded Plugging will be evaluated during the performance of
state-funded plugging activities. The procedure contains specific
standards that each Contractor will be evaluated against to
determine an overall performance rating for each state-funded
plugging job. The Contractors average performance rating will be
based on the last five (5) jobs completed. The average
performance rating will be used in the bid evaluation by dividing
the “Total Bid Amount” by the performance rating to determine
an “Adjusted Bid Amount” and determine the bid offering the best
value to the State of Texas. New Contractors bidding on state-
funded plugging operations that do not have a history of working
for the Commission will be awarded the highest performance
rating of the Contractors that submitted a bid. New Contractors
bidding on state-funded plugging operations that have a history of
working for the Commission under a different Contractor name
will be awarded the performance rating of that Contractor. The
evaluation system utilized by the Commission is described below.
Page 7 of 10
7.1. Performance Evaluation Standards: The performance standards
that will be evaluated are listed below and defined as follows.
7.1.1. Services Performed-this standard is defined as the Contractors'
daily execution of the job as specified in the Invitation to Bid.
This includes supervision, planning, progress, and coordination
of plugging activities to ensure effective utilization of
resources.
7.1.2. Equipment-this standard is defined as the rig and associated
equipment, including any sub-contractor equipment, necessary
to complete daily tasks and properly plug the well(s) as
specified in the Invitation to Bid.
7.1.3. Downtime- this standard is defined any interruption in service
due to equipment failure or otherwise within the contractor’s
control.
7.1.4. Personnel: this standard considers whether the contractor
provides a fully trained crew as specified in the Invitation to
Bid.
7.1.5. Safety: this standard considers whether the Contractor
maintains a formal, written internal safety program that can be
verified through the Contractor’s safety coordinator. This
standard also considers whether the Contractor’s performance
complies with its safety program and established industry
safety practices.
7.1.6. Availability: this standard considers whether the contractor
meets the move-in date as specified by the Commission’s bid
award letter or other wise.
7.1.7. Contractor's Financial Resources to Deliver Goods and Services--
this standard is defined, in part, as the Contractor’s
demonstration in the field that it possesses the financial
capability to timely deliver to the job site goods and services
necessary to plug the well(s) as specified in the Invitation to
Bid. This standard also considers any instance where, without
good cause, the Contractor has failed to timely pay any
subcontractor or supplier who has provided goods or services
on the present job or any previous job for the Commission and
the Commission is notified of the nonpayment during the
present job.
7.2. Standards, Ranking and Rating: The seven (7) performance
standards will be evaluated in the field during state-funded
plugging operations. The evaluation will include a maximum of
one hundred (100) total points for Items 1 through 4. A rating of
one hundred (100) points will be equivalent to 1.00 for bid
evaluation purposes. The plugging contractors performance will
be evaluated daily under Items 1 through 4. Items 5 through 7 are
deductions that will be assessed at the end of the job if these
standards are not complied with. The standards are ranked and
have been assigned a point value as follows.
7.2.1. Services to be Performed--the Contractor will be evaluated on a
daily basis and shall receive between zero (0) and thirty (30)
points per day. Points shall be deducted in increments of three
(3) points or more for each deficiency within the contractor’s
control resulting in unsatisfactory progress. Thirty (30) points
shall be awarded if all services are performed as specified. --0-30
7.2.2. Equipment--the Contractor will be evaluated on the
performance of the plugging equipment, including
subcontractor’s equipment. The Contractor shall receive
between zero (0) and thirty (30) points each day. Points shall
be deducted in increments of (3) points for each hour of
downtime attributable to equipment failures within the
contractor’s control. -- 0-30
7.2.3. Downtime--the Contractor shall be evaluated daily on the hours
of downtime as a percentage of a full workday (ie. 8-10 hr),
and shall receive that percentage of points between zero (0) and
twenty-five (25). -- 0-25
7.2.4. Personnel—the contractor shall be evaluated daily, based on
whether it maintains at all times a fully trained crew that
performs in accordance with the job specifications contained in
the Invitation to Bid. The contractor shall receive up to fifteen
(15) points for compliance with this standard. Three (3) points
or more shall be deducted daily for each deficiency within this
standard-- 0-15
7.2.5. Safety-- Ten (10) points shall be deducted from the final job
rating for the absence of a formal, written internal safety
program and/or a lost time accident as a result of failure to
comply with the Contractor’s safety program or established
industry practices. This is a one-time assessment made at the
completion of the job. -- 0 - (-10)
7.2.6. Availability—If the contractor fails to meet the move-in
deadline specified in the Commission’s award letter, or
otherwise, ten (10) points shall be deducted from the final job
rating. This is a one-time assessment made at the completion
of the job. -- 0 – (-10)
7.2.7. Contractor's Financial Resources to Deliver Goods and Services –
the contractor shall be evaluated on its ability to contract for
goods and services in the field, and for any instance where the
Commission is notified during the present job that, without
good cause, a subcontractor or supplier has not been paid. A
deduction of up to ten (10) points shall be made to the final job
rating for any of the following: failing to timely contract for
any goods or services and/or failing to make timely payments
to any subcontractor or supplier, without good cause, for any
goods or services provided on the present job or any previous
commission job and the Commission is notified of the
nonpayment during the present job. This is a one-time
assessment made at the completion of the job-- 0 – (-10)
Total Points: 0-100
8. GOOD FAITH EFFORT PROGRAM (GFEP) FOR OTHER
SERVICES OPEN MARKET:
See attachments for the Commission’s policy on utilization
of Historically Underutilized Businesses (HUBs). Strict
adherence to the Commission HUB Subcontracting Plan is
required. Failure to comply with this provision will
disqualify the bid.
Contact Sandy Williams at (512) 463-7680 if you have any
questions concerning the submission of the HUB Subcontracting
Plan.
Page 8 of 10
9. If there are any questions regarding purchasing terms and/or
conditions, contact Sandy Williams, RRC Purchasing
Manager, at (512) 463-7680.
TERMS AND CONDITIONS: ITEMS BELOW APPLY TO
AND BECOME A PART OF BID. ANY EXCEPTIONS
THERETO MUST BE IN WRITING
1. BIDDING REQUIREMENTS:
1.1. Bidders must comply with all rules, regulations and statutes
relating to purchasing in the State of Texas in addition to the
requirements of this form.
1.2. Bidders must price per unit shown. Unit prices shall govern in the
event of extension error.
1.3. Bids should be submitted on this form. Bids must be time
stamped at the Commission’s Purchasing Section on or before the
hour and date specified for the bid opening.
1.4. Late and/or unsigned bids will not be considered under any
circumstances. Person signing bid must have authority to bind the
firm in a contract/purchase order.
1.5. Bidder should enter Texas Identification Number System (TINS)
number, full firm name and address of bidder on the face of this
form. Enter in the space provided, if not shown. Additionally,
firm name should appear on each continuation page of the bid in
the block provided in the upper right hand corner.
1.6. Bids should give Payee ID Number, full firm name and address of
bidder. Enter in space provided if not shown. Additionally, firm
name should appear on each continuation page of a bid, in the
block provided in the upper right hand corner. The Payee ID
Number is the taxpayer number assigned and used by the
Comptroller of Public Accounts of Texas.
1.7. Bid cannot be altered or amended after opening time. Alterations
made before opening time should be initialed by the bidder or his
authorized agent. No bid can be withdrawn after opening time
without approval of the Commission based on an acceptable
written reason.
1.8. Purchases made for the Commission use are exempt from the
State Sales tax and Federal Excise tax. Do not include tax in bid.
Excise Tax Exemption Certificates are available on request.
1.9. The Commission reserves the right to make an award on the
basis of low line item bid, low total of line items, or in any other
combination that will serve the best interest of the State and to
reject any and all bid items at the sole discretion of the
Commission. The Commission also reserves the right to accept
or reject all or any part of any bid, waive minor technicalities
and award the bid to best serve the interests of the State.
Without waiver or limitation on the foregoing, the Commission,
in its sole discretion, reserves the right to reject an entire bid
where the amount bid for any one or more supplemental items is
not reasonably competitive with the existing rates in the area
because the amount bid is substantially inflated or reduced.
1.10. Consistent and continued tie bidding could cause rejection of bids
by the Commission and/or investigation for antitrust violations
1.11. Inquiries pertaining to IFBs must give requisition number, codes
and opening date.
2. SPECIFICATION:
2.1. Unless otherwise specified, items bid shall be new and unused and
of current production.
2.2. The Commission will not be bound by any oral statement or
representation contrary to the written specifications of this
Invitation for Bids (IFB).
2.3. Manufacturer's standard warranty shall apply unless otherwise
stated in the IFB.
3. TIE BIDS - Awards will be made in accordance with 34 TAC
Section 20.36(b)(3) (Tie Bids) and 34 TAC Section 20.38
(Preferences).
4. AWARD OF CONTRACT - A response to an IFB is an offer to
contract based upon the terms, conditions and specifications
contained herein. Bids do not become contracts until they are
accepted through a purchase order. The contract shall be
governed, construed and interpreted under the laws of the State of
Texas. The factors listed in Texas Government Code, Title 10,
Subtitle D, Section 2155.074, 2155.144, 2156.007, 2157.003 shall
also be considered in making an award. Any legal actions must be
filed in Travis County, Texas.
5. PAYMENT - To receive payment, the contractor shall submit an
invoice to the Railroad Commission of Texas. The invoice shall
include all of the following items:
5.1. mailing address, telephone number, and e-mail address (if
applicable);
5.2. name and telephone number of a person designated by the
contractor to answer questions regarding the invoice;
5.3. the phrase “Railroad Commission of Texas (Agency 455)”
followed by the Commission’s address as specified elsewhere in
this contract;
5.4. the Railroad Commission of Texas requisition number, purchase
order number, contract number or other reference number for this
contract;
5.5. the contractor's Texas identification number (TIN) issued by the
Comptroller of Public Accounts or, if contractor has no TIN, the
contractor's federal employer identification number or Social
Security number;
5.6. a description of the goods or services, in sufficient detail to
identify the order which relates to the invoice;
5.7. unit numbers corresponding to the original order, if applicable;
and
5.8. other relevant information supporting and explaining the payment
requested or identifying a successor organization to an original
vendor, if necessary.
5.9. Failure to submit all the applicable items in section (a), above,
may result in the invoice being rejected by the Commission,
payment being delayed or denied, and interest may not accrue
pursuant to Chapter 2251 of the Government Code.
6. PATENTS OR COPYRIGHTS - The vendor agrees to protect the
Commission from claims involving infringement of patents or
copyrights.
Page 9 of 10
7. VENDOR ASSIGNMENTS - Vendor hereby assigns to purchaser
any and all claims for overcharges associated with this contract
which arise under the antitrust laws of the United States 15
U.S.C.A. Section 1, et seq. (1973), and the antitrust laws of the
State of Texas, Tex. Bus. & Comm. Code Ann. Sec. 15.01, et seq.
(1967).
8. BIDDER AFFIRMATIONS - Signing this bid with a false
statement is a material breach of contract and shall void the
submitted bid or any resulting contracts, and the bidder shall be
removed from all bid lists. By signature hereon affixed, the bidder
hereby certifies that:
8.1. The bidder has not given, offered to give, nor intends to give at
any time hereafter any economic opportunity, future employment,
gift, loan, gratuity, special discount, trip, favor, or service to a
public servant in connection with the submitted bid.
8.2. Neither the bidder nor the firm, corporation, partnership, or
institution represented by the bidder, or anyone acting for such a
firm, corporation or institution has violated the antitrust laws of
this State or Federal Antitrust Laws, nor communicated directly or
indirectly the bid made to any competitor or any other person
engaged in such line of business.
8.3. Pursuant to Section 2155.004, government Code, the bidder has
not received compensation for participation in the preparation of
the specifications for the ITB.
8.4. Pursuant to Section 231.006(d), Family Code, regarding child
support, the bidder certifies that the individual or business entity
named in this bid is not ineligible to receive the specified payment
and acknowledges that this contract may be terminated and
payment may be withheld if this certification is inaccurate.
8.5. Pursuant to Section 2155.004(b), Government Code, the vendor
certifies that the individual or business entity named in this bid or
contract is not ineligible to receive the specified contract and
acknowledges that this contract may be terminated and payment
withheld if this certification is inaccurate.
8.6. LIABILITY AND INDEMNITY: The Bidder shall be and remain
liable in accordance with applicable law for any and all bodily
injury, disease, or death of third persons or loss of or damage to
property of third persons arising of or incident to the Bidder’s
work performance. The Bidder shall defend, indemnify and
hold harmless the Commission, the State of Texas, its officers,
agents, and employees, from and against all claims, actions,
suits, demands, liabilities, penalties, and causes of action of
every kind and character, arising out of, connected with or
result from any acts or omissions of contractor or any agent,
employee, subcontractor, or supplier of contractor in the
execution or performance of this contract. (1) the negligent,
reckless, or intentional act or omission of the Bidder, its agents,
employees, sub-Bidders or suppliers; or (2) the Bidder’s failure to
comply with a covenant, warranty, or representation; or (3) the
Bidder’s failure to comply with any applicable federal, state or
local law, regulation, or ordinance; or (4) any claim that the
Commission was negligent in hiring the Bidder; or (5) personal
injury or bodily injury (including death) to the Bidder’s own
employees or sub-Bidders suffered as a result of the Bidder’s
performance under this contract. NOTICE: This indemnity
obligation shall apply regardless of whether such
claim, damage, loss or demand is caused in part by a
party indemnified by the foregoing provision,
including the negligent act or omission of the
Commission, its officials or employees.
8.7. Bidder agrees that any payments due under this contract will be
applied towards any debt, including but not limited to delinquent
taxes and child support that is owed to the State of Texas.
8.8. Bidder certifies that they are in compliance with Section 669.003
of the Government Code, relating to contracting with executive
head of a State agency. If section 669.003 applies, bidder will
complete the information in Item 11 on Page 2 of the Bid
Submission Sheet in order for the bid to be evaluated.
8.9. Bidder agrees to comply with Government Code 2155.4441,
pertaining to service contract use of products produced in the State
of Texas.
8.10. Bidder certifies that the bidding entity and its principals are
eligible to participate in this transaction and have not been
subjected to suspension, debarment, or similar ineligibility
determined by any federal, state or local governmental entity and
that bidder is in compliance with the State of Texas statutes and
rules relating to procurement and that bidder is not listed on the
federal government’s terrorism watch list as described in
Executive Order 13224. Entities ineligible for federal
procurement are listed at http://www.epls.gov.
8.11. Under Section 2155.006(b) of the Texas Government Code, a
state agency may not accept a bid or award a contract, including a
contract for which purchasing authority is delegated to a state
agency, that includes proposed financial participation by a person
who, during the five-year period preceding the date of the bid or
award, has been: (1) convicted of violating a federal law in
connection with a contract awarded by the federal government for
relief, recovery, or reconstruction efforts as a result of Hurricane
Rita, as defined by Section 39.459, Utilities Code, Hurricane
Katrina, or any other disaster occurring after September 24, 2005;
or (2) assessed a penalty in a federal civil or administrative
enforcement action in connection with a contract awarded by the
federal government for relief, recovery, or reconstruction efforts
as a result of Hurricane Rita, as defined by Section 39.459,
Utilities Code, Hurricane Katrina, or any other disaster occurring
after September 24, 2005. Under Section 2155.006 of the Texas
Government Code, the bidder certifies that the individual or
business entity named in this bid is not ineligible to receive the
specified contract and acknowledges that any contract resulting
from this IFB may be terminated and payment withheld if this
certification is inaccurate.
8.12. Bidder represents that payment to the bidder and the bidder’s
receipt of appropriated or other funds under any contract resulting
from the ITB are not prohibited by Section 556.005 or Section
556.008 of the Texas Government Code.
9. NOTE TO BIDDERS:
9.1. Any terms and conditions attached to a bid will not be considered
unless specifically referred to on this bid form and may result in
disqualification of the bid.
9.2. Information, documentation, and other material in connection with
this solicitation or any resulting contract may be subject to public
disclosure pursuant to Chapter 552 of the Texas Government
Code (the "Public Information Act").
Page 10 of 10
9.3. The dispute resolution process provided for in Chapter 2260 of the
Texas Government Code shall be used by VENDOR and
COMMISSION to resolve all disputes arising under this Contract.
As required by Chapter 2260, COMMISSION has adopted rules,
codified at 16 Texas Administrative Code §§20.21 - 20.75, and
may adopt revisions to these rules throughout the term of this
Agreement, including any extensions. The parties shall comply
with such rules.
9.4. Any contract resulting from this solicitation is contingent upon the
continued availability of lawful appropriations by the Texas
Legislature.
11/21/2015
CONTRACTOR IDENTIFICATION OF RELATIVES/EMPLOYEES (Must sign and return with Proposal)
State law imposes restrictions on certain contracts with former or retired employees. Contractor must
provide a list of all of the following on this form.
Relatives of the Contractor who are currently working or have worked for the Railroad Commission of
Texas (Commission):
(a) Employees of the Contractor who are current, former, or retired employees of Commission.
Contractor must notify Commission of any prospective employee who is a former employee of
Commission, prior to prospective employee’s performance or receipt of compensation under any
contract resulting from this RFP.
(b) Contractor must notify Commission of any prospective employee who is related to a Commission
employee, prior to placement, and must notify Commission of any prospective employee who holds
any license or certificate related to the Insurance Industry.
If none, specify by marking an “X” in the “None” box for each category. Failure to complete this form
will cause Contractor to be non-responsive.
1. Relatives of Contractor (current or former Commission employees)
None-
Name (First and Last) Relationship to Commission
a current- former- retiree-
b current- former- retiree-
c current- former- retiree-
2. Non-relative Employees of Contractor (current or former Commission employees), including retired
None-
Name (First and Last) Relationship to Commission
a current- former- retiree-
b current- former- retiree-
c current- former- retiree-
Use the additional lines below, as necessary for additional employees not listed above.
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
________________________________________ __________________________
Signature of Person Completing Form Date
________________________________________ ________________________________
Name and Title Contractor Company Name
SFP Code 06-225898 PLUGGING PROCEDURE:
DISTRICT: 06 OPERATOR NAME & NO.: T and M Production (833773) LEASE: Furrh (02366)
WELL NO: 4, 5, & 6 FIELD NAME & NO: Longwood (Goodland Lime) (54807200 )
COUNTY: Harrison (203) TOTAL DEPTH: 7,386 RRC: Wilcox @ 300’
WELL CONTROL: BOP’s and/or Stripper Head SALVAGE:
DOCKET NO:
WELL
NO. TBG/CSG DEPTH TD TOC OTHER
4 8-5/8”
4-1/2”
250’
2,464’
2,460’ Surface
1,971’
TOC is calculated, production perfs @ 2,411’
to 2,419’.
5 8-5/8”
4-1/2”
235’
2,456’
2,471’ Surface
1,964’
TOC is calculated, production perfs @ 2,385’
to 2,414’.
6 8-5/8”
4-1/2”
240’
2,452’
2,455’ Surface
1,961’
TOC is calculated, production perfs @ 2,369’
to 2,390’.
1. All cement plugs must be set using API approved oil well cement.
2. Prepare location to accept rig and equipment, to include any clearing of brush and the building of
any roads that might be necessary to allow for ingress of equipment. Also to include digging of
any pits needed to circulate the well into during plugging operations. Call 811 prior to
doing any excavation in the area and have all lines located and marked. All road and
wellsite improvements for access are the responsibility of the successful contractor and shall be
performed in a manner and time as to provide optimum access results. All bidders have the
responsibility to view the site. Failure to do so prior to bidding is not grounds for increasing costs
or preparation charges after the bid has been awarded. PLUGGING REQUIREMENTS: It will
be required that all wellheads be dug down to surface casing and plumbed back to
surface with steel pipe and an operable valve prior to rigging up on well.
Procedure A – Wells 4 & 5
3. MIRU rig and equipment. Install BOP's and stripper head. POOH with existing downhole equipment.
RIH with workstring to 2,400', and circulate wellbore with fresh water.
4. Mix and spot 20 sx of cement at 2,400'. (Goodland Lime)
5. PUH 300', WOC at least 3 hrs, test casing to 500 psi. Circulate wellbore full with a minimum of
9.5 ppg, 40 visc. mud.
6. Perforate casing from 350' to 352', with 4 shots per foot.
7. Mix and sqze 60 sx of cement from 350', leaving 150' of cement inside casing. WOC at least 3
hrs., varify plug with either tubing or wireline. (Wilcox / Casing Shoe Combined)
8. PUH to 13', mix and spot 5 sx from 13' to 3'.
Procedure B – Well 6
9. MIRU rig and equipment. Install BOP's and stripper head. POOH with existing downhole equipment.
RIH with workstring to 2,300', and circulate wellbore with fresh water.
10. Mix and spot 20 sx of cement at 2,300'. (Goodland Lime)
11. PUH 300', WOC at least 3 hrs, test casing to 500 psi. Circulate wellbore full with a minimum of
9.5 ppg, 40 visc. mud.
12. Perforate casing from 350' to 352', with 4 shots per foot.
13. Mix and sqze 75 sx of cement from 350', leaving 160' of cement inside casing. WOC at lease 3
hrs., varify plug with either tubing or wireline. (Wilcox / Casing Shoe Combined)
14. PUH to 13', mix and spot 5 sx from 13' to 3'.
All Wells
15. Cut off all casing strings and flow line connections on each wellsite 3' below ground level, and
backfill the pit and cellar to prevent the ponding of any surface water. Contractor is required to
remove all loose junk and debris associated with the plugging of the well or wells on this
lease.
Location: North of Waskom Texas.
SFP Code 06-225903 PLUGGING PROCEDURE:
DISTRICT: 06 OPERATOR NAME & NO.: T and M Production (833773) LEASE: Hearn, F. M. Est. (02381)
WELL NO: 4 & 5 FIELD NAME & NO: Longwood (Goodland Lime) (54807200 )
COUNTY: Harrison (203) TOTAL DEPTH: 4,600’ RRC: Wilcox @ 300’
WELL CONTROL: BOP’s and/or Stripper Head SALVAGE:
DOCKET NO:
WELL
NO. TBG/CSG DEPTH TD TOC OTHER
4 8-5/8”
4-1/2”
220’
2,461’
2,461 Surface
1,968’
TOC is calculated, production perfs @ 2,355’
to 2,367’
5 8-5/8”
4-1/2”
210’
2,492’
2,492’ Surface
1,993’
TOC is calculated, production perfs @ 2,377’
to 2,387’
16. All cement plugs must be set using API approved oil well cement.
17. Prepare location to accept rig and equipment, to include any clearing of brush and the building of
any roads that might be necessary to allow for ingress of equipment. Also to include digging of
any pits needed to circulate the well into during plugging operations. Call 811 prior to
doing any excavation in the area and have all lines located and marked. All road and
wellsite improvements for access are the responsibility of the successful contractor and shall be
performed in a manner and time as to provide optimum access results. All bidders have the
responsibility to view the site. Failure to do so prior to bidding is not grounds for increasing costs
or preparation charges after the bid has been awarded. PLUGGING REQUIREMENTS: It will
be required that all wellheads be dug down to surface casing and plumbed back to
surface with steel pipe and an operable valve prior to rigging up on well.
18. MIRU rig and equipment. Install BOP's and stripper head. POOH with existing downhole equipment.
RIH with workstring to 2,300', and circulate wellbore with fresh water.
19. Mix and spot 20 sx of cement at 2,300'. (Goodland Lime)
20. PUH 300', WOC at least 3 hrs, test casing to 500 psi. Circulate wellbore full with a minimum of
9.5 ppg, 40 visc. mud.
21. Perforate casing from 350' to 352', with 4 shots per foot.
22. Mix and sqze 75 sx of cement from 350', leaving 180' of cement inside casing. WOC at least 34
hrs., varify plug with either tubing or wireline. (Wilcox / Casing Shoe Combined)
23. PUH to 13', mix and spot 5 sx from 13' to 3'.
24. Cut off all casing strings and flow line connections on each wellsite 3' below ground level, and
backfill the pit and cellar to prevent the ponding of any surface water. Contractor is required to
remove all loose junk and debris associated with the plugging of the well or wells on this
lease.
Location: North of Waskom
SFP Code 06-230760 PLUGGING PROCEDURE:
DISTRICT: 06 OPERATOR NAME & NO.: T. And M. Production (833733) LEASE: Platt, ET AL (10573)
WELL NO: 1, 2 FIELD NAME & NO: Longwood (Goodland Lime) (54807200)
COUNTY: Harrison (203) TOTAL DEPTH: 4782’ RRC: Wilcox: 250’, BUQW: 100’
WELL CONTROL: BOP’s and/or Stripper Head SALVAGE: No
DOCKET NO: 06-95666
WELL
NO. TBG/CSG DEPTH TD TOC OTHER
1 8-5/8”
4-1/2”
240’
2417’
2417’ Surface
1508’
Production perfs: 2300-40’
2 8-5/8”
4-1/2”
240’
2365’
2365’ Surface
1456’
Injection perfs: 2300-42’
25. All cement plugs must be set using API approved oil well cement.
26. Prepare location to accept rig and equipment, to include any clearing of brush and the building of
any roads that might be necessary to allow for ingress of equipment. Also to include digging of
any pits needed to circulate the well into during plugging operations. Call 811 prior to
doing any excavation in the area and have all lines located and marked. All road and
wellsite improvements for access are the responsibility of the successful contractor and shall be
performed in a manner and time as to provide optimum access results. All bidders have the
responsibility to view the site. Failure to do so prior to bidding is not grounds for increasing costs
or preparation charges after the bid has been awarded. Plugging requirements: it will be
required that all wellheads be dug down to surface casing and plumbed back to surface
with steel pipe and an operable valve prior to rigging up on well.
27. MIRU rig and equipment. Install BOP's and stripper head. POOH with existing downhole equipment.
RIH with workstring to 2300', and circulate wellbore with fresh water.
28. Mix and spot 20 sx of cement at 2300'. (perfs)
29. PUH 300', WOC at least 3 hrs, circulate wellbore full with a minimum of 9.5 ppg, 40 visc. mud.
Test casing to 500 psi.
30. Perforate casing from 300' to 302', with 4 shots per foot.
31. Mix and sqze 120 sx of cement from 300', circulating cement back to surface. (Casing
Shoe/Wilcox/BUQW)
32. Cut off all casing strings and flow line connections on each wellsite 3' below ground level, and
backfill the pit and cellar to prevent the ponding of any surface water. Contractor is required to
remove all loose junk and debris associated with the plugging of the well or wells on this
lease.
Location: 10 miles north of Waskom, TX