Loading...
HomeMy WebLinkAboutResolution - 5797B - Contract - DE Rice Construction Company Inc.- West TX Regional Disposal Facility - 03_26_1998FOR RESOLUTION # 51) q REFERENCE PERMANENT MINUTES DATE: fOqp/'h 577 % t .097-A ) 5-1-1 9`7 CITY OF LUBBOCK SPECIFICATIONS FOR WEST TEXAS REGIONAL DISPOSAL FACILITY - PHASE I BID #97300 0 Un Wa (�M]� C7' N �O s - CITY OF L �y Lubbock.,Texas ` FEE-0 3-199v 05: s)O HDP ENG I KEEPING - Lft Fax Transmittal I Date 212/98 Number of Pagos (includes Cover page) 24 W2 960 4471 P.Gil -24 Message To ALL PLAN HOLDERS OF THE WEST TOM REGION DISPOSAL FACILITY PLANS AS OF 2/2/98. If you do not receive al the pages, please call 214-960-4400 os soon as possible. I Nome . CHARLES FIEDLER ( Department I Telephone 972.960-4438 1 Job Number This is the final response to questions received since 1126/98 regarding the West Texas Regional Disposal Facility - Phase I. Of significant interest are revisions to the work hours and the inclusion of an alternate for the geocomposite. 1. Drawing M1-01 states size of Hydro Pneumatic tank is 86 gallons while Specification r 11066 states tank is 420 gallons. Which is correct? \, Response: Specification Section 11066 is correct. Addendum No. 4 will revise Drawing No. M 1-01. 2 Is the topsoil under the stockpile to be stripped? Response: No. 3. Is the topsoil stripping excavation quantity under the embankment and stockpile areas included in the pay quantity of this item? Response: The topsoil stripping excavation quantity under the embankment is included in the embankment pay quantity, Bid Item No. 11. 4. Relative to Section 02200, 3.08 MEASUREMENT AND PAYMENT, does this mean that any excavations below final grades will be incidental (i.e. the Protective Cover layer placed in the cell after the cell excavation has been completed; would this then be subtracted from the actual excavation quantity)? Response: No. Excavation grades are identified on Drawing No. 6. Refer to Drawing No. 14, Detail No. 11 for the location of the excavation grade below the protective cover. 5. Is the excavation for the roadways and buildings included in Item No. 1 EXCAVATION? Response: No. Any excavation associated with the roadways (excluding under embankments) and buildings is included in their respective Bid Items. HDR Enginooring, Inc. 12700 Hilicrest Road Telephone t,, ) Dallas, Texas 972-966-4400 75230-2096 Fox 972-96p-G471 02-03-98 06:20 RECEIVED FROM:972 960 4471 P.01 ftB-07-1Q40 05: HDR E[IGIt1EERIiI I11 . '97�2 96FJ 4471 P.02-2A 6. Is the embankment for the roadways and building sites included in Item No. 11 EMB ANnIENT FILL? Response: Embankment for the roadways is included in Bid Item No. 11, embankment for the buildings is not. Any fill under the buildings is included in their respective bid items. 7. How will the bids be evaluates? Will the 240 day schedule of (EXHIBIT A) have the same weight as the 300 day schedule of (EXHIBIT B)? Will there be a. dollar amount associated with (EXHIBIT B) to make these alternatives equal? How will the low bidder be determined? Response: The contract shall include the base bid and any alternative bids subject to availability of funds and shall be awarded to the lowest responsible bidder. 8. The Response to Question No. 10 of the Pre -Bid Meeting Results regarding restrictions to work hours refers to Section 010101, 1.09 WEEKEND WORK. Please clarify the allowable working hours at the site. Can the contractor work 24 hours per day or is the contractor limited to 12 hours per day, as stated in this section? Response: The City has re-evaluated the available working hours and has revised the schedule to reflect a sixteen hour daily schedule in the area of the excavation. Addendum No. 4 revises Specification Section 01010 to reflect these changes. 9. On Drawing No. 11 at the typical Drip Irrigation layout there is a note as follows: "Bring Poly to the surface and crimp over and tie with wire for future use. Mark each with orange flagging.." Does this mean that the emitters will be installed by others? Response: No. This note is only relative if the contractor does not install the emitters at the same time the distribution system is installed. 10. Is it true that the only areas to be seeded to grass are the Screening Berms and the disturbed areas adjacent to the Screening Berms? Response: No. All areas, disturbed during construction, are to be re -vegetated, 11. Would you accept the plan of planting a cover crop the first year and seeding grass the next spring? Response: Yes. 12. Can the requirement for watering (Specification Section 02930 3.04 (B) (4)) be deleted? Response: Yes. Addendum No. 4 addresses this revision. Contractors are reminded that they are still responsible for the two year maintenance requirement outlined in (B) (5). 13. The response to question 4 in 1-27-98 Fax indicated the tank was included while Drawing No. 4 indicates that the tank is by others. Which is correct`' Response: Drawing No- 4 is correct. The tank will be provided by others. Contractor is responsible for installing the pad and the piping to connect the tank. HDR Enginoodrig, Ine. 12700 Hlllcrest Road Telephone Dallas, Texas 972-960-4400 75230-2096 Fax 972-960-4471 02-03-93 06:20 RECEIVED FROM:972 960 4471 p.02 ` FEB-03-195S 05:30 HDP ENGINEEPINC, INC. 972 960 4471 P.03/24 14. What are the widths of the hollow metal frames? Response: All hollow metal frames are dimensioned on sheet Al-04 (in either the door schedule or the frame elevations). 15. Are all hollow metal window frames to be 6 in. wide? Standard frame width is 5 }/ in. Response: A 5 3/4 IN frame can be used. (Coordinate opening and glass dimensions accordingly) 16. Are there any.doors and frames that need to be fire rated? If so, which ones and what type rating? Response: Yes. One door, #107 in the maintenance building, it has a one hour rating. 17. There are some operable window units in the hollow metal window frames. Are these aluminum units? What is the detail? Response: These are steel. Addendum No. 4 includes a detail and Specification for this. 18. In the Kalwall translucent panel system, what is the flashing detail at the clerestory windows at the gate house? Response: Addendum No. 4 provides a detail for this. 19. The toilet partition specification (10162 2.01 ( C) (e)) indicates a 16 ga. Pilaster. General toilet partitions 30 series can only go to 18 ga. Is this acceptable? Response: Yes. 20. Is baked on polyester enamel acceptable in lieu of acrylic enamel? Response: Yes. 21. In the toilet accessories, plans indicate combo paper towels and disposal units while the specifications indicate combo units and single fold units. Do you want both'? Response: No. Single fold units only. 22. Specs also indicate tampon/napkin dispensers and napkin disposal but the plans do not show them. Do you want them? Response: No. 23. Please furnish specifications for operable window in H.M. frame? Response: These have been included in Addendum No. 4 as Specification Section 08523. 24. Please furnish what kind of glass is installed in each H.M. frame? Response: Specification Section 08800 2.02 (H) provides the details on the Type 11 glass to be installed. Please note that both the inside and outside glass is clear, i.e., no tinted glass. HDR Engineedng, Inc. 12700 Hillcrest Road Tekaphone Dodos, Texas 972-960-4 t00 75230-2096 Fox 972-960-4471 02-03-98 06:21 RECEIVED FR4M:972 960 4471 P.03 EEE-03-1998 05: -�)1 HDR ElI iIIdEERING IhIC. 4',2 960 44 1 P.04/27-4 25. The glass specified in section 8800 is tinted with a soft coat low a insulated. The coating is on the No. 2 surface. Can we furnish an insulated unit with the low a coating on the No. 3 surface (which would be clear glass) without problems. Response: Yes. Make both inside and outside glass clear as indicated in response to question 24. 26. Is the 5 years licensure rule firm in Specification Section 02441 1.02 (B) or will you consider a licensed irrigator who can show references on similar projects? Response: Yes we will consider experience. Addendum No. 4 revises this section to reflect the changes. 27. Can the Specification Section 02775 2.02 (A) (4) be revised to reflect a minimum tolerance for Thickness of A0%. Response: Yes. Addendum No. 4 revises this tolerance to reflect a +/-10%. 29. How many emitters are to be installed for each tree? Response: One. 29. Will PVC pipe for water be accepted instead of the HDPE shown on the plans? Response: Yes, as long as the material proposed will perform as well as the HDPE material specified in Specification Section 15605 relative to buckling, crushing, and deflection. Connections must be compatible with other features. 30. Can Specification Section 11063 2.03 (A) (1) (e) be increased to 20 H.P. Response: Yes. Addendum No. 1 will be revised to reflect this change. 31. Does the Owner or the Contractor provide and pay for the soil testing? Response: The Contractor will be required to conduct and pay for sufficient soil testing to assure they are meeting the specifications. The Owner will provide and pay for quality control testing in conjunction with the evaluation of the composite liner system. 32. Does the Owner or the Contractor provide and pay for the quantity surveys? Response: The Contractor will have to conduct their own quantity surveys for invoicing. The Owner will confirm these quantities with their own surveyor, that they will pay for. 33. Is the use of shredded tires in the protective cover still a possibility? Response: Yes. A stockpile of shredded tires will be available for use by the contractor. These can be used to replace the top 1 foot of protective cover as outlined in the revised Section 5.0 of the Soil Liner Quality Control Plan included as Exhibit B to the Specifications. This effort would be conducted at the contractors discretion for the unit price identified for Bid Item No. 8. 34. Has there been any changes in the allowable work hours? Response: Yes. See Question S. HDR Englnoodng, Inc. 02-03-98 06:21 12700 Hlllcrest Road Dallas, Texas 75230-2096 RECEIVED FROH; 972, 960 44471 Telephone 972-960-4400 Fax 972-960-4471 P.04 ' FEE-03-1'K48 05 :.' 1 HDP EPU I PIEEP I NG I h IC . 9'2 960 4471 P . 05/24 35. How is the level in the 10,000 gallon tank controlled? Response: The level is controlled by transducers. Addendum No. 4 revises the Bid Tabulation to reflect this change. 36 Can you give the approximate acreage that will need to be seeded? Response: No. This area will be impacted by the amount of area disturbed by the contractor. The less area disturbed the less area that will need to be re -seeded. At a minimum, this area will include the screening berms, embankments, and areas disturbed around the entrance facilities. The excavation and stockpile do not need to be re -seeded. 37. Is it possible to decrease the required transmissivity for the geocomposite specified. Response: Addendum No. 4 provides an Alternative Bid Item addressing this. The Owner will be required to receive regulatory approval prior to accepting this alternative. 38. Under what Bid items do the Leachate and Sump access structures, Transducer Conduit and Sump Fluid Pressure Transducer and Meter get paid? Response: These items are included in Bid Item No. 9. Addendum No. 4 clarifies this. 39, If undercutting unsuitable soil (i.e. high PI clay) beneath the roads is required, will the excavation and backfill be paid for under Item 1 or 11? Response: Bid Item No. 11 would include any excavation of the roads and embankment. Please refer to Specification Section 02200 for material removal requirements. It should �-, be noted that no high PI clay has been identified on the site. The only anticipated preparation will be the removal of topsoil in these areas. 40. Will seeding be required for the soil stockpile? Response: No. 41. Will topsoil be required for the soil stockpile? Response: No. 42. Will topsoil re -spread be measured and paid for as part of Item 11 EMBANKMENT for fill areas? Response: Yes. 43. Please clarify the requirements for bid submittal. Do we submit the entire specification book or just the Bid Form, Bid Tabulation, Bid Bond and Sub -contractor listing? Response: The Bid Submittal must include the Bid Form, and Attachments (per Section 6 of the Bid Form ) the required Bid Security in the form of a Bid Bond or Certified Check, a Tabulation of sub -contractors, suppliers and other persons and organizations required to be identified in the Bid and the Bid Tabulation "Exhibit A" (Items No 1-40 and any Alternative Bid Items, including "Exhibit B"). The entire Specification book does not need to be submitted. Four Addenda are to be identified but not included. HDR Engineering, Inc. 12700 Hillcrest Road Telephone Dallas, Texas 972-960-4400 75230-2096 Fox 972-960-4471 02-03-98 06:21 RECEIVED FROM:972 960 4471 P.05 • FEB-03 1998 05: 2 HDP ENG I [JEEP I FIG I FI . W2 960 4471 P. 06/24 :. • •• • • W F1E.DUER ADDENDUM No. 4 CHARLEB,,,,,,,,,,,,, TO •°� �gn West Texas Regional Disposal Facility Phase 1 '�Es '••••'' �` 9' p Y - s 0 Bid #97300 ISSUE DATE: February 2,1998 4ell/ -y Please modify the drawings and specifications as follows: 2-2-96 Drawings 1 _ Revise Drawing No. M1-01, Detail 2 Hydro Pneumatic Tank to delete the first sentence and replace it with "Reference to Specification Section 11066". 2. Add Detail SKA-1-10 as referenced to the Architectural Drawings, 3. Revise Drawing No. 9, Detail 9 to replace reference to Detail 6/9 with Detail 519. 4. Replace references to Detail 4/14 on Drawing No. 21 to Detail 5/15. 5. Revise the reference on Drawing No. 11 Detail 5 to remove the reference to a "11/2 " HDPE MAINLINE" and replace it with a reference to a 1" HDPE OR PVC MAINLINE". In addition, identify the lateral lines as "3/4" HDPE OR PVC LATERAL LINES". Finally, remove the reference to "NO SUBSTITUTES" and add the following Note to the Legend: NOTE: ALL REFERENCES TO SPECIFIC MAKES AND MODELS ARE FOR MINIMUM PERFORMANCE LEVELS. 6. Revise Drawing No. 11 Legend to allow for the substitution of an Irratrol OmniReg 100 valve for a Hardie 103-1-100. Revise Detail 4 Quick Connect reference to reflect a Kam -Lock male quick coupling or approved equal. PVC may be substituted for. HDPE in the irrigation system only. 7. Revise Drawing No M1-01, Detail No. 1 to include the following Note: NOTE: EQUIPMENT SCHEDULE BULK OIL LIQUID TANK = 275 gallon aboveground tank -Lincoln Mod 4275 Provide Lincoln model 4281 Bulk Oil dispensing package (includes Mod 82398, 3:1 pump and Heavy duty reel assembly). Route pipe 'from tank to pump inside- route 5/8" tube piping from pump to both reel locations. Install two reels to pipe system at locations noted. HDR Engineering, Inc. 12700 Hillcrest Rood Tolophone Dallas. Texas 972-960.4400 75230-2096 Fax 972-960-4471 02-03-98 06:22 RECEIVED FROM:972 960 4471 P.06 FEB- 1?9^ 05 : _ 2 HDR ENG I VEER I t IG I FJC . W2 960 447 1 F. 0724 HYDRAULIC FLUID LIQUID TANK = Equivalent system to OIL system (Tank, Pump, Reels, and Piping) suitable for Hydraulic fluid. Include two reels mounted at location next to Oil system reels. WASTE OIL TANK =1000 gallon tank with top inlet hatch - for temporary storage of Waste Oil. Install tank in conformance with all governing regulations. Mount all tanks on Lubricant Storage Pad. 8. Revise Drawing No. 28 to delete Detail 2, 7, the WATER WELL PUMP ONE -LINE DIAGRAM and the references in Detail 3 to the water well and MBH 1-32,34,36. 9. Revise Drawing No. 11, Detail 4 to show a reference to Detail 3 on the pump discharge line between the building and the fence. Specifications 1. Revise Specification Section 01010, 1.09 to delete the title WEEKEND WORK and replace it with WORK HOURS. Insert a new Section 1.09 (A) as follows: A. The Contractor will be allowed to work frorp 6:00 AM to 10:00 PM, seven days per week in the area south of Grid line 27 (the north perimeter security fence identified on Drawing No. 1). Existing Section (A) becomes Section (B) and is revised to read as follows: B. The Contractor will be allowed to work on the Screening Berm and Landscaping from. ...(the remainder of this Section is unchanged). 3. Revise Specification Section 02930 3.04 (B) to delete (4). 4. Revise Specification Section 02441 1.02 (B) (1) to remove "for a minimum of 5 years." and replace it with "for a minimum of 2 years". 5. Insert GCL Material Table (Attached after Specification Section 02775G 2.02 (A) (5) (Line 25, page 02775G-6). 6. Revise Specification Section 09150 2.02 (A) (1) (a) to include (2) Armstrong World Industries and (3) USG. 7. Revise Specification Section 02775 2.02 (F) (1) (b) to remove the word "sidewall" and replace it with the word "all". NOR Engtneoring, Inc. 12700 Htllcrest Rood Telephone Dallas. Texas 972-960-4400 75230-2096 Fax 972-960-4471 02-03-98 06.22 RECEIVED FROM:972 960 4471 P-.07 i •FEB-03-1998 05: HDP El-IGI IEERIIIG 114 . 972 960 4471 P.08i24 8. Revise Bid Tabulation Item No. 9 in both "EXHIBIT A" AND "EXHIBIT B" to add after caps "leachate sump access structure, transducer conduit, sump fluid pressure transducer and meter...." 9. Revise Bid Tabulation Item No. 20 in both "EXHIBIT A' AND "EXHIBIT B" to remove the term "Float Switch" in both the title and first line. Replace with the term "Transducers". 10. Add Alternative Bid Item E in both "EXHIBIT A" AND "EXHIBIT B" as follows: E.. 653,395 GEOCOMPOSITE DRAINAGE LAYER S.F. Provide and install the geocomposite drainage laver (with transmissivity of 4.5 X 10"' m'/sec.) includin- all labor, equipment and superintendence, including cost of anchor trench construction and compaction of backfill after geocomposite installation as shown on the plans at the unit price per square foot: Dollars and Cents The total amount for Item E consists of: MATERIALS: $ LABOR: $ _ This item will not be included in the grand total and will only be considered if the City is able to obtain regulatory approval. 5. Revise Specification Section 02775 2.02 (A) (4) Thickness to remove the Test Value "-5" and replace it with the Test Value "-10". 6. Revise Specification Section 11063 2.03 (A) (1) (a) to delete 10" and replace it with "20". 7. Revise Specification Section02775 2.02 (B) to reverse the geotextile grab strength notation for machine direction and cross -machine direction. ^^ MDR Engineering, Inc. F 12700 Hlllcrest Road Dallas, Texas 75230-2096 Telephone 972-960-4400 Fax 972-96114471 02-03-98 06:23 RECEIVED FROM:972 960 4471 P.08 FEB-03-1 drag 05: 33 HDR EFIG I I dEER I NG 111C. 9? 960 4471 P.09/24 GCL MATERIAL TESTER TEST TYPE OF TEST TEST METHOD MINMI1U VALUE FREOUENCYOF TESTING Supplier or Bentonite""I Free Swell'"I ASTM D 24 mL/2g per 50 tons and GCL 5690 every truck or Manufacturer railcar Fluid Loss (A) ASTM D 18 mL per 50 tons and 5891 max. every truck or railcar Mass/Unit Area ASTM D 0.75 We per 100,000 t? 5993 Geomembrane Mass/Unit Area ASTM D 0.9 Ib/it2 per 100,000 ft1 5993 Thickness ASTM D 40 miff per 200,000 ft2 (Geomembrane) 5199 Tensile Properties ASTM D per 200,000 f? 638 GCL Manufacturer GCL Product Clay Mass/Unit Area(B) ASTM D 5261 0.75 RA? per 40,000 fie Grab Tensile ASTM D 75 lbs per 200,000 ft2 Strengthtc�) 4632 Index Flux(o) ASTM D 1 x 10'8 per week for 5687 0/ml'/sec each production line(E) Independent Laboratory GCL Product Clay Mass/Unit Areal'] ASTM D 5993 0.75 Ib/fe at least 1 test per 100.000If and (Conformance ASTM D 4354 Testing) procedure A Index FluxtD1tFl ASTM D 5687 1 x 10*8 m3/m2/sec per 100,000 f? Notes: A - Tests to be performed on bentonite before incorporation into GCL Free swell will have a minimum test value of 24 ml. Fluid loss will have a maximum value of 18 ml. B - Minimum test value of 0.8 Ib./ft2 on an oven dry basis. C - For geotextile-backed products only. Geotextiles should meet minimum manufacturer's criteria. D - -1 x 10$ m3/m2/sec or as required by the permit. Not applicable for geomembrane-backed GCL Manufacturer of geomembrane-backed GCL must, however, certify that product will meet required permeability standards based on prior testing. E - Report last 20 permeability values, ending on production data of supplied GCL F - Test -at confining/consolidating pressures simulating field conditions. n HDR Englneerfng. Inc. 12700 Hillcrest Road Dallas, Texas 76230-2096 Telephone 972-960-4400 Fax 972-960-4471 02-03-9S 06:23 RECEIVED FROM:972 960 4471 P.09 FEE,-03-1998 OE::33 HDP ENGINEERING INC. 972 960 4411 P.10/24 SCIIED. CLAZ HOLLOW META OPERABLE WI CONT. WRABLE WINDOW UNIT EI !� Slll (LASHING HOLLOW METAL BASE FRAME — - � � �r `SEALANT. TYP. SEALANT. TV. J 'PAiNTED ;WOOD SILL �N II 2 1/2' MrrAL SPLIT -FACE CwJ STUDS SILL BLOCK AIR SPACE 5/B'C1B IY/ FULL THICK. EATTS INSUL. VAPOR RETARDER SPL E TRACE CA[1 Pro1+dtTMMWEST TEXAS REGION DISPOSAL FACILITY h"1.�W"'°°" PHASE I FAC;LITY CONSTRUCTION - PrRMIT NO.22521 DOCOR-031-037 GATEHOL:SE - 2/4/98 REFER SHEET Al-05 AND AI-06. uum DETAIL AT OPERABLE WINDOW SILL/ 4AMD NlrbI18ER (DETAIL NOT TO SCALE) SKA- { �p HDR Engineering, Inc. 12700 Hilicrest Rood Dallas, Texas 75230-2096 Telephone 972-960-4400 Fax 972-960-4471 02-03-98 06:23 RECEIVED FRO1,1:972 960 4471 P-10 a FEB-03-1??8 05:-4 HIP ENGINEEPING INC. 972- 960 4471 P.11/24 ��ti JZ C of q W p % Wy Z aCP%) o _ u a= u N d {Jce w � ~� asl -J W W N t W w ...a S— W— J 2 N y4'j Va = N 1 � r 1 �q 71 1 l 1 i o =L�j o J �y F— o -21- $� W . J a 1 L.LJ I a O Z a ua I` N n'1OWTW*WEST TEXAS REGION DISPOSAL FACILITY �aN�Num� PHASE 1 FACILITY CONSTRUCTION - PCWIT N0,2252 0000S-031-037 �anw Tk3. GATEHOUSE - 1-6�-2/4/98 REFER SHEET Al -OS Han.InOaow.aerMm ISactlWf MJME1Cp a IIIORaH..n. one. ' l I SICA- Z to HPR Engineering, Inc. 12700 HEIICrest Rppd ballas. Texas 75230-2096 Telephone 972-960 -4400 Fax 972-960-4 471 02-03-98 06:24 RECEIVED FRO14:972 960 4471 FEB—I1 1993 Oc- : 34 HDR BIGI IEEPI11Li IIdi=. 972 960 4471 P.12/mod l a a cr C3 it c 4 2 J O d 1 1 J O i I I! ,O O � N � � t � f7 I Q O I I \ I W K [-� yJ OCL J G O a0 at WW b.. W U LrJ ME� 1 I , I J "—TRUWEST TEXAS REGION 01SPOSAL FACILITY Cte{oet Kumber PHASE ' FAGLITY CONSTRUCTION - PERM N0,2252 0000 031D37 Shw ntb (�DIU ` Z!4/9B GATEHOUSE MNMRavom, PO4hom REFER SHEET Al-05 `BKLI 1 ►'�� NIu�aO.on.Inc. 5KA-31.1 rp l MDR Enginoo ing, Inc. 12700 WIcrest Road Dallas, Texas 75230-2096 Telephone 972-960-440D Fax 972-960-4471 06:24 RECEIVED FRO1,1:972 960 4471 P-12 •FEE-0-3' 1'9'?'-05:34 HDR EI`IGIIJEERINU UK. T,'2 960 4471 P.13.'l-24 ,O r p I� 1� I� IIIIIiIIIIQIIIIIIltll1�1111181111n1! ®��� 5, 0 ILM All Iii ��-ai III wmK40?li077mjLM—Jm NNW E7��1►�.Alil� P.II�-m��l� w� I� �I SCHEDULED GLAZINC I_N/ HOLLOW METAL. FRAINE EAST ELEVATION SCALE: I,; = 1'-o6 Im "mmmQnoe. owrAom a AloA.ruee. MG. HDR Englnaering, Inc. HOLLOEW METLE ALOFFRrAUNIT DOOR AS SCHEDULED IN HOLLOW METAL FRAME WEST TEXAS REGION DISPOSAL FACILITY mmbw PHA5E iFACILITY CONSTRUCTION - PERMIT NO.2252 00008.031-037 GATEHOUSE - 2/4/9$ REFER SHEET A11-05 — ZXlFTex PAeMei SKA- -f 12700 HIIIcreSt Road Dallas, Texas 75230-2096 Telephone 972-960-4400 Fox 972-960-4471 02-03-9E 06:24 RECEIVED FROM:972 960 44471 P.13 i -FEB-OE-IS93 10' HDP E11151HEEPING INC. 912 960 44?1 P.11%2-4 V VI NA 4145 w 77 .'r 77'-4. GATEHOUSE BUILDING FLOOR PLAN SCAr.E: 1'1," a 1'-0" h#"=7eiM`EST TEXAS REGION DISPOSAL FACILITY hrJraNum6er PHASE 1 FACILITY CONSTRUCTION - PERMIT N0.2252 00008-031-037 fShoarl Tltb Drte GATEHOUSE • 1 2/4/98 r,.aMay�oa. oY,A�I� REFER SHEET A1-05 s9ni n, NUMBER I A SKA- Q f, Rtobu�aon. Inc. r!► C-�- 10 HDR Englnaerfng. Inc_ 12700 Hillcresi Road Dallas, Texas 75230-2096 Telephone 972-960-4400 Fax 972-960-4471 02-03-98 06:25 RECEIVED FROM:972 960 4471 P.14 'FEE-03-1999 05:35 HDR ENGINEERING Ihb • 972 960 4471' P.15/24 PREF1N15HED METAL PANEL SYS.. TYP.— DRIP FLASHING AND TRIM OY PREFFINISHED METAL PANEL SYS.. TYP. Y SEALANT. TYP. TRANSLUCENT PANT L SYS DETAIL SCALE: NO SCALE TRANSLUCENT PANEL I 6' THICK BATT INSUL.— NECH. FASTEN AS REQUIRED TO IKSIDE MALL. TYP- .1URAL GIRT OPENING FRAVE BY E-ENGINEERED WILDING MFR. STEEL COLUMN BEYCNO �f A I TM' WEST TEXAS REGION DISPOSAL FACILITY "OLI1101bn MM II PHASE 1 FACUTY CONSTRUCTION - PERMIT N0.2252 00008-031-037 "I Tdif MANTENANCE BISLDING - •� 2/1/96 REFER SHEET Al-02 M..M.g.... 0u6 lr.m I�rcu tuna (D�Ia Moab ..aae.too. S KAs' HDR Engineering, Inc. 12700 Hlllcrest Road Dallas, Texas 75230-2096 Telephone 972-960-4400 Fax 972-900.447 i 02-03-98 06:25 RECEIVEE> FROH:972 960 4471 P.15 • •FEB-u�-1�ar I��:�� i HDP ENG I 11EER I I•IG I hIC . 972 960 44711 P . I b- 2 ! TRANSLUCENT PANEL SYSTEM SEALANT. TYP. SILL FLASHING AND TRIMBY REFINISH 0 METAL PANEL SYS.. TYP. 1 PREFINIS-11) PETAL PANEL SYS., TYP.- 2' 48 COLUMN BEYOND INTERIOR WALL LINER PANEL AND SILL 31 PRE -EAIGLNEERED BUILDING WR. STRUCTURA_ GIRT OPENING FRAME BY PRE-ENGINEERED BUILDING MFR- i 6' THICK BATT INSUL.- MECH. FASTEN AS REQUIRED -� 10 INSIDE FALL. TYP. DETAIL AT TRANSLUCENT PANEL SILL SCALE: NO SCALE h UANTENANC£ BUILDING REFER SrEET At-02 If0101e94e". onr��ae a ■Icharaaaa.Ono. i HDR Englnooring, Inc. 12700 Hillcrest Road Dallas, Texas 75231IL2096 ,./ 0 t aaaaeer 00008-03t-037 2/4,198 SKA• ?a !4 Telephone 972-960-4400 Fax 972-960-4471 02-03-98 06:25 RECEIVED FROM:972 960 4471 P-16 FE6-03-1998 05:35 HDP ENGINEERING INC. 97 ' 960 4471 P.17,24 1 PREFINISEED METAL ROOFING SYS — -- A S?EEL STRUCTURE SI'v- BEYOHD BY • PRE-ENGINEERED ,f BUILDING SYS. y A 06 SPRING LINE f* HEAD. JAMB AND SILL METAL TRIM BY PREFINISHED METAL PANEL SYS. MFR-. TYP. i r7 TRANSLUCENT 01 PANEL SYSTEM SYSTEM so At-Q2 \ PARTS y STORAGE i 1D1 INTERIOR MALL LINER PANEL BY PRE-ENGINEERED BUILDING NFR- PREFINISHED METAL PANEL SYS., TYP. B4TT f AS RECUIREDTOMIX 11ACL, FT TLL.0--°- WALL SECT ION AT H I GH BAY 5 SCALE: '�,' y 1'-D' Al-02 A�TWaWEST TEXAS REGIOV DISPOSAL FACILITY helm �"r PHASE 11FAZLITY CONSTRUCTION - PERMIT NO.2252 OOOCS-031-037 HR Dar: MAINTENANCE BUILDING - 274/98 wv■aeaay.■. Dvl"- REFER SHEET At-O$ 8> t NUMBER ✓A Rlatia•dasv. Me. SKA- 16 c3z !D HDR Engineering, Inc. 12700 Hilicrest Road Telephone Dallas, Texas 972-960-4400 75230-2096 Fax 972-96D-4471 02-03-98 06:25 RECEIVED FROM:972 960 4471 P.17 i FEB-03-199g 05:36 HDR EFIGIhIEEPI1115 I11C. 912 960 4471 P.1824 PREFINISHED W'TAL PANEL SYSTEM ELEVATION - PARTIAL rv]_0 SCALE: I•i =1'-0" : FMIWTNAIWFST TEXAS REGION DISPOSAL FACILITY PHASE i FACILITY CONSTRUCTION - PERMIT NO.2252 00008-031-037 shoot TWO LL41NTEMANCE BUILDING - I 2/4/98 REFER SHEET At-01 H6AR16050e. PWhGM bKLTp{ NUMECR a LLIeh.ra.en. Iwo. SKA- -9 iO 1 HDR Engineering. Inc. 12700 Hillcrest Road Dallas, Texas 75230-2096 Telephone 972-960-4400 Fax 972-96D-4471 02-03-93 06: 26 RECE I VEE> FR01.1 : 972 960 4471 P . 18 •FEE-03-1990 05:376 HDR ENG I VEER I NIa I NC . 972 960 447.1 P . 19124 w I FEMALE TOILET AND LOCKERS c W � IS J I I t! I I 61-11. L 4'-10' I I ENLARGED PLAN SCALE: ���" = 1'-0" T'-5. 1' ai P-JI IldO WEST TEXAS REGION DISPOSAL FACILITY lyal�rt PHASE 1 FACILITY CONSTRUCTION - PERMIT IN0.2252 OOD08-031-037 �� 2/c/98 MAINTENANCE WILDING K"m.oe... orieam I REFER SHEET Al-01 Ulm Numm a hlon.tdoob. Ike. I SKA- to a- (0 1 HDR Engineering, Inc. 12700 Hillcrest Road Dallas, Texas 75230-2096 Telephone 972-960-4400 Fox 972-960-4471 02-O -98 06:26 RECEIVED FROM:972 960 4471 P.19 • FEB-93-1996 G3 HDR BIG I HEER I I IG 111C. W2 960 4471 P.20 24 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 so 51 32 7F20, BE02 PART 1 - GENERAL 1.01 QUALIT`! ASSURANCE A. Window standard: 1.02 SUBMITTALS SECTION 08523 OPERABLE WINDOihS ANSI/AAMA-101.86. YB 08523-1 A. Shop drawings: 1. Elevations, sections and details for review of support system to building frame. B. Product data: 1. Certified independent laboratory tent reports verifying requirements. C. Samples: 1. Range samples of aluminum finishes. D. Contract closeout information: 1. Warranty. 1.03 TEST REQUIREN=S A. Work includes: 1. Provide independent laboratory test report. 2. Submit following teat data, performed on Test Unit, with shop drawings,. prior to '_netallacion of windows. 3. Manufacturers recraesting approval submit test. data with request. 4. Condensation Resistance, Thermal, and Temperature Exposure Tests may be performed on Alternate Test Urats . S. Perform tests for shop drawing submittal on "Test Units" as specified. 6. Use of certifiable units larger than tested is allowed provided calculated deflection does not exceed maximum listed when using effective moments) of inertia and section properties of window elements obtained from test of smaller unit and applying them to exact dimensions and conditions of larger project un=t. 7. Test air infiltration first, water resistance seconel, and other tests in any order. B. Test un't: 1. Largest size window unit for project or minimum 5 MDR Engineering, Inc. West Texas Region Disposal Facility Phhse 1 Construction 12700 HiNcrest Road Dallas, Texas 75230-2096 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 i5 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Telephone 972-960-4400 Fox 972-960-4471 02-OB-98 -06: 26 RECEIVEL> FROM:972 960 4471 P.20 FEE-03 1998 05:�J7 HDP ENGIKEEPING INC. 972 960 4471 P.21%24 08523-2 01 x 7 PT (1.5 x 2.1 M) unit, with single operating 01 02 dual sash, unless otherwise noted. C2 03 2. Completely assembled and glazed as specified. C3 04 3. Install in test chamber to simulate and be in 04 05 accord with installation details to be used on 05 06 project. 06 07 a. Operable windows: Maximum 0.10. 07 08 08 09 C. Water resistance test: 09 10 1. Fount glazed unit in its vertical position, 10 it continuously supported around outside perimeter 11 12 with sash and ventilators closed and locked. 12 13 2. Test in accord with ASTM-E331. 13 14 3. No uncontrolled leakage allowed, with pressure 14 15 differential of 6.24 PSF (30.S K/SM). 1s 16 �6 17 0. Uniform load deflection test: 17 1.8 1. Test in accord with ASTM-E330. -8 19 2. Subject unit to load of 25 PSF (146.5 K/SM) :9 20 applied to outside of window and 25 PSF (146.5 20 21 X/SM) applied to inside of window. 21 22 3. Maximum allowable deflection of unsupported span: 22 23 L/17S. 23 24 4. No glass breakage, permanent damage to fasteners, 24 25 hardware parts, support arms or activating 25 26 mechanisms, or other damage which would cause 26 27 Window to be inoperable. 27 28 28 29 E. 'Uniform load structural test: 29 30 1. 'rest in accord with ASTM-E330. 30 31 2. Subject unit to loads indicated below. 31 32 3. Stabilize pressure and maintain it for minimum 32 33 period of ten seconds. 33 34 4, No glass breakage, permanent damage to fasteners, 34 35 hardware parts, support arms or activating 35 36 mechanisms or other damage which would cause 35 37 window to be inoperable allowed. 37 36 S. Maximum permanent deformation of main frame, sash 38 39 or ventilator merber: 0.4 percent of its inpan. 39 40 6. After performing Uniform load Structural Test, 40 41 increase loads 1-1/2 times and perform Safety 41 42 Test. 42 43 7. No glass breakage, permanent damage to fasteners, 43 44 hardware parts, activating neonanisms or other 44 45 damage which would cause window to be inoperable. 45 46 6. Design unit to withstand design pressures as 46 47 required by applicable building codes. 47 49 48 49 1.04 WARRANTY 49 50 50 51 A. 5 year warranty of weathertightness of installation: 51 52 Air and water integrity and structural adequacy of 52 HDR Engineedng, Inc. West Texas Region Disposal Facility PUatae 1 Construction 12700 Hlllcrest Road Dollos, Toxos 75230-2096 Telephone 972-960-4.400 Fax 972.960-4471 02-03-98 06:27 RECEIVED FROM:972 960 4471 P-21 •FEB-03-1995 05: 37 HUP, ENGINEERING I tI :. 972 960 4471 P. 22124 08523-3 01 units hardware, including sealants and caulking 01 02 within and around perimeter of installation. 02 D3 03 04 B. Warranty jointly signed by mansfaeturer, installer 04 05 and Contractor. 05 o6 06 07 07 08 PART 2 - PRODUCTS 08 09 09 10 2.01 MATERIALS 10 11 11 12 A. Acceptable manufacturers: 12 13 1. Windows: 13 14 a. Base: 14 15 (1) Alenco. 15 16 b. Optional. 16 17 (1) Peerless Products. 17 18 (2) EFCO. 18 19 2. Other manufacturers desiring approval comply with 19 20 Document 00440. 20 21 21 22 B. Aluminum extrusions: 22 23 1. Alloy and temper recommended by window 23 24 manufacturer. 24 25 2. Tensile strength: Minimum 22,000 PSI (15,500,000 25 26 KSM). 26 27 3. Main frame and sash members: Minimum 0.062 IN 27 28 (1.5 mm) thick. 26 29 4. Finish on exposed members: Electrostatic paint. 29 30 a. Color: Custom color to be selected to match 30 31 hollow metal windows. 31 32 32 33 C. Hardware and fasteners: 33 34 1. Stain=ess steel. 34 35 2. Avoid use of exposed fasteners. 35 36 3. Where exposed fasteners cannot be avoided, use 36 37 Phillips flat head screws. 37 38 38 39 D. Weatherstripping: 39 40 1. woven pile, wool, polypropylene or nylon pile and 40 41 nylon backing fabric and aluminum backing strip. 41 42 2. Complying with Am% standards. 42 43 43 44 E. Sealants (within fabricated window units): Type 44 45 warranted by window manufacturer for joint size and 45 46 movement. 46 47 47 48 F. sealants (at window perimeter): See Section 07900. 48 49 49 50 G. Glass: See Section 08800. 50 51 51 52 H. Screens: 52 HDR ✓Engineedng, Inc. West Texas Region Disposal. Facility Phase _ Construction 12700 H8lcrest Rood Callas, Texas 75230-2096 Telephone 972-960-4400 Fox 972-960-447 i 02-03-98 06:27 RECEIVED FROM:972 960 4471 P.22 'FEE-03-1998 05:38 HDR ENGINEERING, INC-. 9r2 960 4471 P.23%24 08523-4 01 1. Aluminum frame with 18 x 24 fiberglass cloth_ 01 02 2. Provide for each operable window. 02 03 3. Removable from inside. 03 04 04 05 I. Operable windows: 05 06 1. operable, horizontally sliding sash, AAMA A2, HP. 06 07 2. Track and nylon guides. 07 08 3. Combination pull and latch, which prevents 08 09 removal of sash when latched. 09 10 4. Double row of weatherstripping at horizontal 10 11 rails and meeting and jamb rails. 11 12 S. Provide neoprene rubber or nylon galvanic 12 13 separation between aluminum operable unit and 13 14 hollow metal opening receiver frame. 14 15 15 16 2.62 FABRICA'PION 16 17 17 18 A. Verify actual window openings by accurate field is 19 measurement before fabrication, 19 20 1. Indicate measurements on final shop drawinaa. 20 21 2. Coordinate fabrication schedule with construction 21 22 progress to avoid delay of work. 22 23 23 24 B. Construct frames with thermal break between inner and 24 25 outer frame to allow no through metal contact. 25 26 26 27 C. Fabricate units with corners and intersections either 27 28 mitered or mortised, welded; with hairline joints and 28 29 exposed surfaces dressed smooth. 29 30 30 31 D. Provide means for drainage of water or condensation. 31 32 32 33 E. Provide units eomplemm with polyvinyl chloride 33 34 channel glazing gaskets correctly fitted to' sash. 34 35 35 36 F. Provide galvanic separation shims between aluminum 36 37 operable unit and hollow metal opening receiver 37 36 frame. 38 39 39 40 40 41 PART 3 - EXEC[7'I0N 41 42 42 43 3.01 INSTALLA71ON 43 44 44 45 A. Comply with manufacturer's installation 45 46 recommendations. 46 47 47 48 H. Set units plumb and true. 48 49 1. Anchor securely ir. place. 49 50 2. Separate aluminum and other corrodible metal SO 51 surfaces from sources of corrosion or 51 S2 electrolytic action. 52 West Texas Region Disposal Facility Phase i Construction HDR Englnaoting, Inc. 12700 Hillcreg Road Dallas, Texas 75230-2096 Telephone 972-960-4400 Fax 972-960-4471 62-93-98 06:28 RECEIVED FROM:972 960 4471 P.23 fEB-03-1998 05:.38 HDR ENGINEERING INC. 972 960 4471 P.24i24 H523-5 _ 0? 01 02 C. Set frame members in sealant bed, joint fillers or 02 03 gaskets to provide weathertight construction. 03 04 04 05 D. Adjust operating sash and hardware to provide tight 05 06 fit for smooth operation and weathertight closure. 06 07 07 06 E. Clean aluminum surfaces promptly after installation. 08 09 09 j 10 F. Remove excess sealant, dirt and other substances. 10 11 11 12 G. Lubricate hardware and other moving parts. 12 13 13 14 E. Provide protection to ensure that units are without 14 i 15 damage at time of acceptance by Owner. 15 16 16 17 END OF SECTION 17 HDR Englnoodng, Inc. We.Est Texas Region. Disposal Facility Phew 1 Construction 12700 Hillcrest Rood Dallas, Texas 75230-2096 Telephone 972-960-4400 Fax 972.960-4471 TOTAL P.24 02-03-9B 96:2B RECEIVED FROM:972 960 4471 p-24 h frt,?n- Charles W Fiedler. P.E. To: Laura Ritchie Date, 1/27/96 Time, 8,33.32 PM Pape 1 of 6 Fax Transmittal I Date 1 " 27 98 6 Pages Message To ALL PLAN HOLDERS OF THE WEST TEXAS REGION DISPOSAL FACILITY PLANS AS OF 1127198. K you do not receive all the pages, please call 214-963-4400 as soon as possible. From LName CHARLES FIEDLER Department Telephone 972-960-4438 Job Number Several Bidders have requested the opportunity to die or drill on the property to confirm the excavation conditions. All requests for this should be coordinated with John Cobb at 806-767- 2499. T11e City will require bidders interested in conducting this type of pre -bid evaluation to sign an insurance waiver with the City. Any bidders interested in conducting this type of evaluation should schedule to have it completed by Febman- 3, 1998. The following are additional questions received since 1/23:98: No details on the approach slab at the maintenance building and the de -mudding facility? Response: Addendum 3 provides a detail for the maintenance building approach slab. Drawing 23, Detail 3 references the de-mudder approach slab. Addendum 3 clarifies the re -bar size on the de -madder approach slab. 2. No drawings showing the jointing for the concrete pavement'? Response: Correct. The concrete pavement is a continuous pavement section as detailed on Drawing 17. 3. Mav the contractor drill additional neater wells? Response: For the purpose of this bid, assume that the water well will provide all required water for the project. 4. Drawine 4 states contractor to install LPG line. Under which bid item should this be included? Response: The LPG system. including the line. controls, appurtenances and tank. are included in Bid Item No. 34, Maintenance Facility. 5. Drawing 11 - Cannot find specifications for the pump for the irrigation`' HDR Engineering, Inc. 12700 Hilicrest Road Telephone Dallas, Texas 972-960-4400 15230-2096 Fax 972-9604471 01-27-98 21:23 RECEIVED FROM:CHARLESW.FIEDLER P.01 Iv From: Charles W. Fiedler. P.E. To: Laura Ritchie Date- 1l27198 Time 9:33-32 PM Pape 2 of 8 r W Response: Specification Section 02441 2.02 (L) calls for the pump to be sized "as appropriate to provide adequate flow and pressure to all points in the system". 6. Bid Item 29 calls for 800 GPM pump for water load out Station. Sheet 8 shows this pump to be 250 GPiL Which is correct? Response: Specification Section 11063 2.03 (A) indicates 800 GPX1. addendum 3 %%till reflect this clarification to Drawing No. 8. 7. Bid item 20 and Bid item 30 are for float switches, only one found on drawing 8. Vt'here is the other? Are there Specifications? Response: Specification Section 15114 1.01 (A) (3) (e&f) identify the two valve locations. This Specification Section also provides details on these specialty valves. 8. Can Specification Section 02775 2.02 (F) be revised to reflect transmissivity rather than hydraulic conductivity? Response: Addendum No, 3 addresses this issue. 9. 'Will all bidders be required to submit the certificate of insurance and the insurance requirement affidavit with the Bid? Response: No. These items will only be required from the successful contractor. 10. Are the roof panels intended to be Galvalume finish as called for in Specification Section 13121 2.01 (E) (3) or Kynar colored as called for in 1.06 (C) (1)? Response: The roof panel is specified as the Gah,alume finish as described in 2.01 (E) (3)• 11. Are the Ridge vents to be 9" or 12" throat? Response: The ridge vent throat is 12". 12. Can the canopies be constricted using cantilevered canopy beams bolted to the columns, without using the suspension rods? Is the canopy roof panel to be the same standing seam roof or can it be a standard screw -down R type roof panel? Can the soffit panels be this same type of configuration? Response: The suspension rods should be used as depicted. The canopy can be conugated metal. The soffits can be ` R" type panel. 13. Is it acceptable to utilize only bracket supports for the crane at the haunches of the rigid frame, and not at the center bracket? HDR Engineering, Inc. 12700 Hillcrest Road Telephone Dallas, Texas 972-960-4400 75230-2096 Fax 972.560-4471 01-27-98 21:24 RECEIVED FROH:CHARLESW.FIEDLER P.02 ► Fram: Charles W. Fiedler. P.E. To: Laura Ritchie Date: 1127,198 Time- B-33:32 PM Page 3 of B 1 Response: Yes. 14. Is the design of the crane system intended to have the crane beams cantilevered beyond frame line 2. Response: No. 15. Which seed blend for permanent seeding is to be used Section 2930 pg. 3 or Plan Sheet 10? Response: Specification Section 02930 2.01 (B) is for permanent seeding, while the table on Drawing No. 10 is for temporary cover. 16. Will a litter crop be required even if the constriction schedule allowed for the permanent seedine window to be met? Response: No. 17 Are all trees and shrubs for this project to be prodded to the contractor free of charge by oxvner? Response: Yes 18. Are all areas to be seeded considered to be 'native Pasture seeding? Response: Yes. Addendum 3 clarifies this issue. 19 Is the cost of removal of existing fence to be included ui the fence bid item. Response: Any required fence removal would be included in the fence bid item. No fence removal has been identified. 20. Are the items listed in Section 11654 to be furnished? Response: No. Addendum 3 deletes Specification Section 11654. 21. Will you accept the posts to be all in one piece? Response: Yes. Drav ing No. 25 depicts a one piece post. Addendum 3 will revise the General Vote For Winged Channel Support to delete references to Base Posts. 22. Is there an electric gate opener? Response: No. ,addendum 3 Nxill revise Specification Section 0244 to delete any reference to electric gate operator HDR Engineering, Inc. 12700 Hillcrest Road Telephone Dallas; Texas 972-9604400 75230-2098 Fax 972-960-44711 01-27-98 21:24 RECEIVED FROH:CHARLESW.FIEDLER P-03 I From: Charles W. Fiedler. P.E. To: Laura Ritchie Date: 1127M Time: 8:3312 PM Page 4of6 M We have attached a copy- of Addendum No. 3 and will mail a hardcopy of the signed and sealed original on Wednesday January 28 to each plan holder unless overnight delivery instructions_ are received by Sandie Hughes (P.972-960-4400, F.972-960-4471) prior to 4pm CST. We will also include signed and sealed replacement corer sheets from Addendum 1 and 2. As we have mentioned before, we will respond to all written comments received by the close of business. \4onday. February 2. 1998. CWF HDR Engineering, Inc. 12700 Hillcrest Road +, Dallas, Texas 75230-2098 Telephone 972-960-4400 Fax 972-960-4471 01-27-98 21:25 RECEIVED FRO14:CHARLESW.FIEDLER P.04 From: Charles W. Fiedler. P.E. To: Laura Ritchie Date- 1/27198 Time: 8:33:32 PM Pape 5 of 8 ADDENDUM No. 3 TO West Texas Regional Disposal Facility - Phase I Bid #97300 ISSUE DATE: January 27, 1998 Please modify the drawings and specifications as follows: Drawings 1. Add Detail 9 Maintenance Building Approach Slab (attached) to Drawing 16. 2. Revise Drawing No. 23, Detail 3 to reflect #5 @ 12" EW in the Approach Slab. 3. Revise Drawing No. 8, Detail 1, Truck Loadout Station to delete the reference to the 250 GPM Pump and replace it with a reference to an 800 GPM Pump. 4. Revise Drawing No. 25,General Note For Winged Channel Support to delete references to Base Posts. Specifications 1. Revise Specification Section 02775 2.02 (F) (1) ( c) (Line 36) to remove the reference in to "hydraulic conductivity of 0.1 cm/sec" and replace it with "geocomposite transmissivity value of 7.5 X 104 m2/sec". 2. Revise Specification Section 02930 to delete Part 3.02. For the purposes of this specification Pasture and Native Grass shall be synonymous. 3. Delete Specification Section 11654. 4. Revise Specification Section 0244 to delete Part 2.03 (1). HDR Engineering, Inc. 12700 Hillcrest Road Dallas, Texas 75230-2098 Telephone 972-960-4400 Fax 972-960-4471 01-27-SB 21:25 RECEIVED FROH:CHARLESW.FIEDLER P.05 'Fr6m: Charles W. Fiedler. P.E. To: Laura Ritchie Date: 1127198 Time: 8-33-32 PM Page aof6 Buildine Floor Note: Approaches are 30" Lone on the east and west sides and 16" lone on the soutli side. E.J. Sealant per Specification Section 03251 4' W Pre -molded Joint Filler Maintenance Building Approach Slab Drawing No. 16, Detail 9 HDR Engineering, Inc. 12700 Hillcrest Road Dallas, Texas 75230-2098 101, f Telephone 972-9604400 Fax 972-9604471 01-27-9E 21:25 RECEIVED FROM:CHARLESW.FIEDLER P-06 *From: Charles W. Fiedler. P.E. To: Laura Ritchie 0. ' d Date: 1123199 Time: 2:15:36 PM Page 1 of 4 ful Fax Sheet Date 1 ' 23,98 Number of Pages (includes cover page) 4 Message To ALL PLAN HOLDERS OF THE WEST TEXAS REGION DISPOSAL FACILITY PLANS AS OF 1123198. If you do not receive all the pages, please call 214-960-4400 as soon as possible. I Name CHARLES FIEDLER I Telephone 972-960-4438 Department Job Number attached is addendum No. 2. Due to the length of the attaclunents they Ayill not tv faxed. A hard copy of addendum No. 1 with all attachments will be mailed to each plan holder this afternoon unless overnight delivery instnlctions are received by Sandie Hughes (P.972 1i60-4400. F.972-960-4471) prior to 4pm CST. The fo11owing are additional questions received since 1/20/98: 1. Are there specifications for the Tntck Scales? Response: Yes. Specification Section 13499 is included in _addendum No. 2. 2. Arc there specifications for the pneumatic lubricant system? Response: No there is not a specific Specification Section for the pnetunatic lubricant systenl.. Specifications for the components are included in Division 15 Specification Sections already included. 3. R'hat are the pipe dimensions for the chain link: fence posts and rails? Response: a revised Specification Section 02444 has been included in addendum No. 2. 4. Sidewalk details show no reinforcement & is poured on the subgrade. Specifications call for reinforcement & 6" ofbase under the sidewalk. Wiich is correct? Response: as indicated in the General Conditions, the specifications will always take precedence over the drawings. HD Engineering, Inc. 12700 Hillcrest Road Telephone Dallas, Texas 972-960-4400 75230-2096 Fax 972-960-4471 01-23-98 15:06 RECEIVED FROM:CHARLESW.FIEDLER P.01 k r From: Charles W. Fiedler, P.E. To: Laura Ritchie Date: 1123198 Time: 2:15.36 PM Page 2 of 4 5. 187aae scale Exhibit C indicates overtime after 40 hrs. Waee scale Exhibit "D" indicates overtime must be paid on weekends & holidays. If an employee does not have 40 hrs in a week. mush he be paid overtime on weekends? Response: Ali employee must be paid overtime if he works on a weekend or holiday even if he did not work 40 lirs during a given week. 6. Is ditch "rPD-1 to be backfilled at the end of the project? Response: No. If there are anv additional questions, please submit the in writing (by fax to 972-960-4471 or e-mail to citedler,Ftilidrinc.cont). In an effort to be able to respond to future questions. we will continue accepting questions through 5 pill CST on Monday. hebruan- 2. CNV HDR Engineering, Inc. 12700 Hillcrest Road Dallas. Texas 75230-2096 Telephone 972-960-4400 f=ax 972-960-4471 01-23-98 15:07 RECEIVED FRQM:CHARLE5W-FIEDLER P-02 From: Charles W. Fiedler, P.E. To: Laura Ritchie Date. 1123/98 Time: 2.15.36 PM ADDENDUM NO.2 TO West Texas Regional Disposal Facility - Phase I Bid #97300 ISSUE DATE: January 23,1968 Page 3 of 4 Please modify the plans and specifications for this project as follows. Specifications 1. Add Specification Section 13449 relating to the "Electronic Motor Truck Scales". 2. Remove and replace the revised Specification Section 02444 relating to "Fences and Gates". 3. Revise Item No. 15 BARBER WIRE FENCE AND GATES to reflect 17,850 LF on "EXHIBIT A" BID TABULATION (240 Day Schedule) and "EXHIBIT B" BID TABULATION (300 Day Schedule). 4. Revise the HDPE LINED WATER STORAGE POND cross section referenced on Drawing No. 4 to reflect Detail 9 of Drawing No. 9. 5. Revise Drawing No. 5 to remove sign R4-1 and replace it with R4-7, to remove sign W4-8 and replace it with W21-8, to remove sign R21-8 and replace it with W21-8, and to identify the ONE WAY sign across from the Citizens Collection Station R1-6R. 6. Revise Drawing No. 10 to reflect the combination of individual screening berms as follows: on the north row progressing from west to east, delete the first three individual berms (1-3), combine the next five berms (4-8), delete the next berm (9), combine the next five berms(10-14) and delete the remaining three berms (15-17). On the south row, progressing from west to east, combine the first five berms (1-5), delete the next two berms (6-7), combine the next four berms (8-11), delete the next two berms (12- 13), and combine the remaining five berms (14-18). 7. Revise Drawing No. 10, Detail 1 as attached. HDR Engineering, Inc. 12700 Hillcrest Road Dallas, Texas 75230-2096 Telephone 972-960-4400 Fax 97 960-4471 01-23-98 15:07 RECEIVED FROM:CHARLESW.FIEDLER P-03 u -from: Charles W. Fiedler. P.E. To: Laura Ritchie Date: 1123198 Time: 2:15.38 PM Pays 4 of 4 Four berm combined length = 960 FT Five berm combined length =1,200 FT � I I I 4 berm top length = 800 FT 5 berm top length = 1,040 FF ! I i 41-1:1 V 4H:1 V i 20FT Drawing No. 10, Detail 1 HDR Engineering, Inc. 12700 Hillcrest Road Dallas, Texas i5230-2096 Telephone 972-960-4400 Fax 9721-960-4471 01-23-98 15:08 RECEIVED FROH:CHARLE5W.FIEDLER P.04 JHN-20-1 98 15:04 HI:P ENGINEERING INC. 972' 960 4471 P.01 14 Fax Sheet Date 1/20/98 Number of Pages (includes cover page) 14 Mossaaa To Name Distribution I Telecopy number called Firm i city I state If you do not receive NI the pages, please call 972-960-4400 as soon os possible. From Name Charles Fiedler Department I Telephone (972} 960-4,438 L Job Number fal ATTENTION PLAN HOLDERS - WEST TEXAS REGION DISPOSAL FACILITY Attached are the meeting notes from the January 1P pre -bid meeting (including subsequent questions through today) and Addendum No. 1. A copy of the minutes with attachments and Addendum No. 1 with attachments will be sent today by regular mail to all plan holders of record. If you are interested in overnight delivery of the complete package (meeting notes, attachments and addendum), please phone or fax Sandie Hughes (P-972-960-4400, F-972-960- 4471) with shipping instructions. Otherwise, these packages will be put in the mail this evening. Distribution: City of Lubbock (806) 775-2164 Foster Wheeler Environmental Corporation (281) 596-0308 IVCdessa Industrial Vinyl Company (915) 333-3044 Ronnie Zahn Paving, Inc. (806) 748-1877 Prater Equipment Company (254) 842-5960 D.E. Rice Construction (806) 274-3262 Serrot Corporation (702) 566-7943 Williams & Peters Construction Company (806) 745-2335 Falcon Environmental Lining Systems, Inc. (915) 366-2999 Border Steel (915) 886-2218 HDR Engineering, Inc. 12700 Hllicrest Road Sulte 125 Dallas, Texas 75230.2096 Telephone 972-960-4400 Fax 972-960-4471 01-20-98 15:55 RECEIVED FROM:972 960 4471 P-01 JAH-20-1998 1 G : 05 HDP Et IG I VEER I Nu I td+= . '9712 960 4471 P.02 14 Midwest Concrete, Inc. (806) 745-3895 Dodge Reports (806) 793-2670 BECIALLWASTE, INC. (318) 994-2174 Kirkland Construction (719) 489-2265 LMS Contracting, Inc. (812) 273-1651 CCC Group (210) 661-6060 BNC Environmental Services, Inc. (713)734-3391 The Duncan Companies (817) 459-4663 T.J. Lambrecht Construction, Inc. (817) 540-2011 MW Builders, Inc. (817) 778-9492 Environmental Specialists, Inc. (816) 523-0183 Barricades Unlimited (806) 744-7148 Pharr & Company (906) 763-5843 Valley Crest (602) 243-1847 Field Lining Systems, Inc. (602) 930-1766 Environmental Specialists, Inc. (816) 523-0183 Environmental Specialties International, Inc. (504) 291-2788 Max Jantz Excavating (316) 846-2322 Gilbert Texas Construction (817) 337-7048 Lee Lewis Construction, Inc. (806) 797-8492 LDC Construction Company (806) 798-2106 Quick Silver Construction (806) 763-6160 Rhode Construction Company (806) 792-0277 Manhattan Environmental, Inc. (919) 582-1025 National Contract Sales, Inc. (802) 658-7739 Association of General Contractors (AGC) (806) 796-7115 Environmental Design & Construction (205) 551-0347 C.B. Thompson Construction Company (806) 792-9928 Texas Environmental Plastics, Inc. (281) 821-7138 Solmax (315) 853-8944 GSE Lining Technology, Inc. (281) 230-8650 Polyflex (972) 337-7233 GSI United (602) 305-8096 HDR Engineering, Inc. 12700 Hlilcrest Road Suite 125 Dallas, Texas 75230-2096 Telephone 972-960-4400 Fox 072-960-4471 01-20-98 15:55 RECEIVED FROM:972 960 4471 P.02 0 r N 0 1 U3 co r UI Ln rn t� r� c r7l v ro 0 LO N LO M 0 a a � 7 � CT!'P OF LUBBOCK LANDFILL CONSTRUCTION BID DATE IL SET CONTRACTOR/ADDRESS CONTACT PHONE REMARKS l City of Lubbock Laura Ritchie (806) 775-2164 (fax) Fed -Ex 12/8 2 Foster Wheeler Environmental Corporation Bruce E. Mills (281) 597-4819 (phone) Fed -Ex 2020 Dairy Ashford Street (281) 596-0308 (fax) Houston, TX 77077 1218 3 Midessa Industrial Vinyl Company Steven Palestine (915) 333-3055 (phone) Fed -Ex 4809 West 42nd (915) 333-3044 (fax) Odessa, TX 79764 1219 4 Ronnie Zahn Paving, Inc. Ronnie Zahn (806) 744-7204 (phone) mailed 1219 6608 MLK Blvd. (806) 748-1877 (fax) Lubbock, TX 79404 12111 5 Prater Equipment Company Mark Pirkle (254) 842-5878 (phone) mailed P.O. Box 746 (254) 842-5960 (fax) Commanche, TX 76442 12/12 6 D.E. Rice Construction Shane (806) 274-7187 (phone) Fed -Ex 3300 South Cedar (806) 274-3262 (fax) Borger, TX 79007 12/12 7 Serrot Corporation Eaton Thompson, Jr. (702) 566-8600 (phone) Fed -Ex 125 Cassia Way (702) 566-7943 (fax) Henderson, Nevada 89014 12/15 8 Williams & Peters Construction Company W.D. Williams (806) 7454171(phone) Mailed P.O. Box 4306 (806) 745-2335 (fax) Lubbock, TX 79452 12115 9 Falcon Environmental Lining Systems, Inc. Kathy Wallace (915) 366-2611 (phone) Mailed P.O. Box 4306 (915) 366-2999 (fax) Odessa, TX 79760 12115 10 Border Steel Judi White (915) 886-2000 (phone) Fed -Ex P.O. Box 12843 (915) 886-2218 (fax)El Paso, TX 79913-0843 12/16 11 Midwest Concrete, Inc. Beverly Holbert (806) 745-3848 (phone) Mailed P.O. Box 3964 ($06) 745-3885 (fax) Lubbock, TX 79452 D T T r LL aQ ID Cr'i 0 rn rn z r7i r� a 0 y LO N LO rn a r b m CITY OF LUBBOCK LANDFILL CONSTRUCTION B� DATE SET CONTRACTOR/ADDRESS CONTACT PHONE REMARKS 12/16 12 Midwest Concrete, Inc. Beverly Holbert (806) 745-3848 (phone) Mailed P.O. Box 3964 ($06) 745-3885 (fax) Lubbock, TX 79452 12/16 13 Midwest Concrete, Inc. Beverly Holbert (806) 745-3848 (phone) Mailed P.Q. Box 3964 (806) 745-3885 (fax) Lubbock, TX 79452 12/16 14 Midwest Concrete, Inc. Beverly Holbert (806) 745-3848 (phone) Mailed P.O. Box 3964 (806) 745-3885 (fax) Lubbock, TX 79452 12/16 15 Dodge Reports Kim Tidwell (806) 793-4591 (phone) Mailed 4601 501' Street, Suite 216 (806) 793-2670 (fax) Lubbock, TX 79414 12116 16 BEC/ALLWASTE, INC. Steve Leopard (318) 994-2679 (phone) Fed -Ex Hwy 7 South (318) 994-2174 (fax) Springhill, LA 71075 12/17 17 Kirkland Construction Peggy (719) 489-3385 (phone) Fed -Ex 201 Main (719) 489-2265 (fax) Rye, CO 81069 12/18 18 LNIS Contracting, Inc. Larry Spann (812) 273-5740 (phone) Fed -Ex 2925 Clifty Drive (812) 273-1651 (fax) Madison, IN 47250 12/18 19 CCC Group Glen R. Shortridge (210) 661-42.51 (phone) Fed -Ex 5797 Dietrich Road (210) 661-6060 (fax) San Antonio, TX 78219 12/18 20 BNC Environmental Services, Inc. (713)734-3090 (phone) Mailed, 13431 Cullen Blvd. (713)734-3391(fax) Houston, TX 77047 12/22 21 The Duncan Companies Ed Rhodes (817) 317-2071 (phone) Mailed H50 Estates Drive, Suite F (817) 459-4663 (fax) Abilene, TX 76902 (A X T 0 r 1 N 0 1 to co CTl'Y OF LUBBOCK LANDFILL CONSTRUCTION 13m DATE SET CONTRACTOR/ADDRESS CONTACT PHONE REMARKS 12122 22 T.J. Lambrecht Construction, Inc. Mike Bealey (817) 540-1700 (phone) picked -up Route 30 and Gorgar Road (817) 540-2011(fax) Joliet, IL 60432 12122 23 T.J. Lambrecht Construction, Inc. Mike Bealey (817) 540-1700 (phone) picked -up Route 30 and Gorgar Road (817) 540-201 l (fax) Joliet, IL 60432 12/22 24 MW Builders, Inc. Mike Goolsby (817) 778-4241 (phone) Mailed 1701 N. General Bruce Drive (817) 778-9492 (fax) Temple, TX 76504-2474 12/22 25 Environmental Specialists, Inc. Cindy Allison (816) 523-5081(phone) UPS 2nd Day 3001 East 83' Street Kansas City, MG 64132 (816) 523-0183 (fax) 12122 26 Barricades Unlimited Julie White (806) 744-1520 (phone) Fed -Ex 2002 Clovis Road (806) 744-7148 (fax) Lubbock,'IX 79408 12123 27 Pharr & Company John Pharr (806) 763-5263 (phone) Fed -Ex 907 N. Avenue Q Drive (806) 763-5843 (fax) Lubbock, TX 79403 12/23 28 Pharr & Company John Phan (806) 763-5263 (phone) Fed -Ex 907 N. Avenue Q Drive (806) 763-5843 (fax) Lubbock, TX 79403 12/23 29 Pharr & Company John Pharr (806) 763-5263 (phone) Fed -Ex 907 N. Avenue Q Drive (806) 763-5843 (fax) Lubbock, TX 79403 12/30 30 Valley Crest (602) 243-1700 (phone) Mailed 2926 E. Illini Street (602) 243-1847 (fax) Phoenix, AZ 85040 12/31 31 Field Lining Systems, Inc. Beverley Ramos (602) 842-1255 (phone) Mailed P.O. Box 7 (602) 930-1766 (fax) Peoria, AZ 85380 F. T c� N CITY OF LUBBOCK LANDFILL CONSTRUCTION BID DATE SET CONTRACTOR/ADDRFSS CONTACT PHONE RBMARIGS 1/2/98 32 Environmental Specialists, Inc. Cindy Allison (816) 523-5081 (phone) UPS 2" Day 3001 East 83'd Street Kansas City, MO 64132 (816) 523-0183 (fax) U2/98 33 Environmental Specialists, Inc. Cindy Allison (816) 523-5081 (phone) UPS 2 Day 3001 East 83'd Street Kansas City, MO 64132 (816} 523-0183 (fax) t/2/98 34 Environmental Specialists, Inc. Cindy Allison (816) 523-5081(phone) UPS 2" Day 3001 East 83' Street Kansas City, MO 64132 (816) 523-0183 (fax) 1/2198 35 Environmental Specialties International, Inc. Robyn Couvillon (504) 291-2700 (phone) Fed -Ex 4347 Jeffrey Drive (504) 29l-2788 (Fax} Baton Rouge, LA 70816 1/5/98 36 Max Jantz Excavating Jerry Starkey (800) 536-2634 (phone) Fed -Ex 26503 11 Road (316) 846-2322 (fax) Montezuma, KS 67867 inn,,)i 37 Gilbert Texas Construction Bruce Bacon (817) 337-7000 (phone) Fed -Ex 13119 Old Denton Road. (817) 337-7048 (fax) R. Worth, Texas 76178 1/7/98 38 Lee Lewis Construction, Inc. Kirk Hughett (806) 797-8400 (phone) Fcd-Ex P.O. Box 65197 (806) 797-8492 (fax) Lubbock, Texas 79464 1/7/98 39 Lee Lewis Construction, Inc. Kirk Hughett (806) 797-9400 (phone) Fed -Ex P.O. Box 65197 (806) 797-849? (fax} Lubbock, Texas 79464 1/9/98 40 LDC Construction Company Anne Bockman (806) 794-4144 (phone) Mailed 4600 FM 1585 (806) 798-2106 (fax) Lubbock, Texas 79424 1/9198 41 LDC Constntction Company Anne Bockman (806) 794-4144 (phone) Mailed 4600 FM 1585 (806) 798-2106 (fax) ' Lubbock, Texas 79424 1 /9/98 42 Quick Silver Construction Alice Reed (806) 763-6175 (phone) Fed -Ex . 1205 East 46"' Street (806) 763-6160 (fax) Lubbock, Texas 79404 4 lS 0 r N m in co Ln cn 4 z r2i 0 r2i c M d 0 3 Lo N LO m 0 a ro m CITY OF LUBBOCK LANDFILL CONSTRUCTION $in DATE, SET CONTRAC°TOWADDRESS CONTACT PHONE REMARKS 119198 43 Quick Silver Construction Alice Reed (806) 763-6175 (phone) Fed -Ex 1205 East 4e Street Lubbock, Texas 79404 (806) 763-6160 (fax) 1/12/98 44 Lee Lewis Constriction, Inc. Kirk Hughett (806) 797-M (phone) Fed -Ex P.O. Box 65197 (806) 797-8492 (fax) Lubbock, Texas 79464 1/12198 45 Lee Lewis Construction, Inc. Kirk Hughett (806) 797-8400 (phone) Fed -Ex P.O. Box 65197 {806) 797-8492 (fax} Lubbock, Texas 79464 1/12/98 46 Lee Lewis Construction, Inc. Kirk Hughett (806) 797-8400 (phone) Fed -Ex P.O. Box 65197 (806) 797-8492 (fax) Lubbock, Texas 79464 1/12/99 47 Lee Lewis Construction, Inc. Kirk Hughett (806) 797-8400 (phone) Fed -Ex P.O. Box 65197 (806) 797-8492 (fax) Lubbock, Texas 79464 1/12/98 48 Gilbert Texas Construction Bruce Bacon (817) 337-7000 (phone) Fed -Ex 13119 Old Denton Road (817) 337-7048 (fax) Ft. Worth, Texas 76178 1/12/98 49 Rhode Construction Company Carmon Rhode (806) 792-0185 (phone) Mailed P.O. Box 53370 (906) Lubbock, Texas 79453 1112l98 50 Rhode Construction Company Carmon Rhode (806) 792-0185 (phone) Mailed P.O. Box 53370 (806) Lubbock, Texas 79453 1/13/98 51 Manhattan Environmental, Inc. Gail Tackett (918) 582-7078 (phone) Fed -Ex 1 I 1 West Fifth Street, Suite 900 (918) 582-1025 (fax) Tulsa, OK 74103-4238 1/13/98 52 National Contract Sales, Inc. Andre R. Tetraut (802) 658-6997 (phone) UPS P.O. Box 2167 (802) 658-7739 (fax) ' S. Burlin ton, VT 05407-2167 1/13/98 53 Association of General Contractors (AGC) Monique (806) 797-8898 (phone) Mailed . 3004 50`h Street, Suite B {806) 796-7115 (fax) Lubbock, Texas 79413 c In m z z i N m rL A U1 N 00 ro 0 00 CITY OF LUBBOCK LANDFILL CONSTRUCTION B1D DATE SET CONTRACTORIADDRESS CONTACT PHONE REMARKS 1114198 54 Gilbert Texas Contractors Corporation Bruce Bacon (817) 337-7000 (phone) Fed -Ex 13119 Old Denton Road (817) 337-7048 (fax) Ft. Worth, Texas 76178 V16/98 55 Environmental Design & Construction Cathy Mayo (205) 551-0372 (phone) Fed -Ex 104 Wholesale Avenue (205) 551-0347 (fax) Huntsville, AL 35811 1116/98 56 C.B. Thompson Construction Company (806) 792-5164 (phone) Reg. Mail P.O. Box 6456 (806) 792-9928 (fax) Lubbock, Texas 79493 I/16198 57 Texas Environmental Plastics, Inc. Jerry Picciott (281) 821-7320 (phone) Air Borne 3002 Farrell Road (281) 821-7138 (fax) Houston, Texas 77073 1/16198 58 Solmax Kelly (3 t5) 853-8930 (phone) Fed -Ex 4691 Commercial Drive, Suite 345 (315) 853-8944 (fax) New Hartford, NY 13413 1J19/98 59 GSE Lining Technology, Inc. Carol Brown (281) 230-6725 (phone) Fed -Ex 19103 Gundle Road (281) Houston, Texas 77073 1/19/98 60 Polyflex John Hunterfred (800) 527-3322 (phone) Fed -Ex 2000 West Marshall Drive Shannon (972} 337-7233 {fax) Grand Prairie, TX 75051 1/19/98 61 GSI United Sandy Jordan (602) 305-8092 (phone) Reg. Mail 888 W.11lini (602) 305-8096 (fax) Phoenix, AZ 85041 1120198 62 AMCO Electric Co. of Lubbock, Inc. Jay Lindstrom (806) 786-8557 (phone) Fed -Ex 2102 Avenue J (806) 786-8735 (fax) Lubbock, Texas 79405 63 A 10 0 A A ■5" 0 ip 4. .TAN-20-1998 15:07 HDR ENGINEERING INC. 972 960 44i1 P.09_'14 o00 �os0866— ■ 11111111Q1111®1l Sa= Ilm��mne0::iS:: - `IP - � 1: 1 b •,di :_= W! lull Will MEMO TO: Laura Ritchie, Charles Fiedler FROM: Holly Holder SUBJECT: West Texas Region Disposal Facility. Bid No. 97300 - Prebid Meeting Results DATE: 01/20/98 PSC Job No: The following are my notes of the questions raised at the prebid conference held on January 13. 1998. Questions are in order that they were raised. 1. Where is the existing scale that will be relocated? Response. The existing scale is located at the City of Lubbock Municipal Solid Waste Landfill. The exact location for the landfill entrance is one mile north of FM 2641 on North Avenue P. 2. Who manufactured the existing scale? Response. Toledo scales. 3. Were any bores taken for the site? Response. Yes. Copies of the bore logs, in the vicinity of the excavation, are attached to these notes. 4. Is there a source of water on the site? Response. 'Yes. There is an existing irrigation well that will be available for use on the project. The well is not approved for potable water use, so contractors will need to provide their own source of drinking water. 5. How large is the well? Response. The well is currently being reworked, so an actual flow quantity will not be known until it is developed. In the past the well produced approximately 75 gpm. PARKHILL, SMrM & COOPER, INC. Engineers ■ Architects ■ Planners 4010 Avenue R a Lubbock, Texas 78412 (806) 747-0181 • FAX (806) 747-7146 Lubbock El Paso Midland Amarillo 01-26-98. 15:58 RECEIVED FROM:972 960 4471 P.09 • JAN-2210-19 8 1s:08 HhP EI1GINEERING IfIC.. 972 96Ci 4471 P.1C1:,.14 6. The lengths of the side slopes exceed the standard length for GCL. Will there be any special requirements that address this issue_ And who will perform the interface testing? Response. Addendum No. 1 addresses the seaming of GCL on the sides lopes in the event that roll lengths are insufficient to cover the entire sideslope length with a single roll.. GCL soil interface testing will be done by the City, but contractor will be responsible for providing GCL material for testing. 7. The table of contents lists a specification Section 13445, but no spec is included. Response. The specification are included in Addendum No. 1. 8. How should be site be dewatered? Response. Groundwater is not a concern as the depth is far deeper than the excavation. As far as rainfaD runoff is concerned, that should be handled as with any site. Contractor must follow and maintain the requirements of the Stormwater Pollution Prevention Plan. 9. Is attendance at this prebid a mandatory requirement for submittal of a bid? Response: No. 10. Will there be any restrictions on work hours/ Response. Yes. Specification Section 01010, 1.09 defines allowable work hours. 11. Are the soil types likely to be encountered workable? Response. Yes. You may experience some cemented caliche layers, but experience of soils in this area has found them easily ripped by dozer and picked up by scraper. 17. Is the material suitable for use in the soil berms, and is a height of 20-feet in the soil stockpile area a problem. Response. The material is acceptable for use in the soil berms; however, the top layers should be reserved for topsoil to support vegetative growth. No problem with a 20-foot tall soil stockpile_ 13. Are quantities paid based on materials in place? Response. Yes, contractor will be paid based upon the unit prices for materials installed. Contractor will be responsible for providing survey information for quantity verification with each pay estimate. 14. What is the timing for construction of the deceleration lane on FM 2528? PARKHILL, SMITH & COOPER, INC. Engineers ■ Architects ■ Planners 4010 Avenue R ■ Lubbock, Texas 79412 (806) 747-0161 + FAX (806) 747.7146 Lubbock Ell Paso Midland Amarillo 01-20-98 15:58 RECEIVEI> FROH:972 960 4471 P.10 , • JAN-20-1998 15: 08 HDR ENG I NEED, I NG I NC . 972 960 4471 P . 11.' 14 Response. TxDOT will construct the deceleration lane. At this time, the project will be bid in March1998. The entrance may be moved on a temporary basis in order to avoid conflicts with the highway contractor. 15. Is the time of 240 days to substantial completion? Response. Contract time is to final completion. Addendum No. 1 provides an alternate number of days to final completion. M. Will it be acceptable to work double shifts? Response. As previously mentioned, Specification 01010. Section 1.09 covers allowable work hours. 17. Where will the 52db sound measurement be taken? Response. At the property line. 18. When should the liner in the storage pond be constructed? Response. The contract documents do not specifically address the timing of the pond construction. As the contractor will need construction water early on, it is generally suggested that the pond be constructed first to allow its use during construction. 19. Does the six-foot pad at the pond overflow extend around the entire pond? Response. No, there is a 6" deep, plastic (FML) lined spillway. Drawing 9 on sheet 9 provides the details for this. 20. Noted requirements on submitting the bid proposal form. All bids must contain written description as well as the actual numbers in each item. Each bid must be signed, and alternate bid items included. 21. What is the engineers estimate? Response. The estimate is approximately $5,000,000 for the base bid. 22. What is the time line for award and notice to proceed? Response. Bids will be opened on February 5, 1998. 1f the bids are acceptable, they will be taken to City Council for approval on March 12. Contractor will receive contract document soon after council award. 23, Note, all questions, must be submitted in writing to: Mr. Charles Fiedler, P.E_ FAX 972-960-4438 HDR Engineering, Inc. PARKHILL, SMrrH & COOPER, INC. t Engineers ■ Architects ■ Planners 4010 Avenue R • Lubbock, Texas 79412 (806) 747-0161 ■ FAX (806) 747-7146 Lubbock El Paso Mkiland Amarillo 01-20-98 15:59 RECEIVED FROM:972 960 4471 P-11 JAN-20-1998 15:88 HDR ENGINEERING INC. 972 960 4471 P.1 `14 Ir, N Suite 125 12700 Hillcrest Road Dallas, Texas 24. Is the geocomposite material heat bonded on both sides? Response. Yes, Specification 02775, Section 2.02.F requires geotextile be heat bonded to each side of the HDPE drainage net. 25. Does the resin on the textured geomembrane have to match the resin in the parent sheet? Response. Yes. 26. Do building subcontractors have to submit through the general contractor? Response. Yes. 27- Why does Builders Risk have to be of the total bid price? Normally, Builders Risk on covers cost of materials? Response. This issue is addressed in Addendum No. L 28. Do subs have to be lister] with the bid? Response. Yes, there is a section in the bid forms that is to be used for all potential subcontractors on the project. Additional questions received since the Pre -Bid meeting and through 120/97: 1. Is the site plan available in a digital form? Response. Yes. A .digital copy of Drawing 1, Site Plan and Horizontal Control (including the topographic contour layer) is available on the HDR FI'P site (ftp.hdrine.eomAubbock). 2. The length of the slopes make it necessary to install seams at the ends of the rolls. Are 45 degree seams acceptable? Response_ Yes. As long as the seems connecting two sheets of sideslope FML or GCL are not parallel to the anchor trench, they are acceptable. 3. Can the screening berms at the north end of the project be combined to provide 4:1 end slopes to improve construction efficiency? Response. Yes. as long as the berms maintain the height identified, provide the desired screening and do not require additional fill material to construct. The contractor will be required to provide a submittal describing the alternate berm configuration. PARKHILL, SMITH & COOPER, INC. Engineers • Architects ■ Planners 4010 Avenue R • Lubbock. Texas 79412 (806) 747-0161 ■ FAX (806) 747-7146 Lubbock EI Paso Midland Amarillo 01-20-98 15:59 RECEIVED FROM:972 960 4471 P.12 JPt4--20-1998 15: 09 HDR ENG I NEER I PIG INC. 9721 960 441 1 P. 1=: 14 i 4. Does the geomembrane manufacturer/fabricator/installer need to be approved prior to the bid date? No. The geomembrane manufacturer/fabricator/installer must provide the required demonstration, when selected. 5. Will there be a variance from the Qualifications of Section 02775 relative to the years of continuos experience. No. PARKHILL, SMITH & COOPER, INC. Engineers • Architects s Planners 4010 Avenue R ■ Lubbock, Texas 79412 (806) 747-0161 • FAX (806) 747-7146 Lubbock El Paso Midland Amarillo 01-26-98 15:59 RECEIVED FROM:972 960 4471 P.13 JAJ-20-1998 15:09 HDR ENGINEERING INC. 972 960 4471 P.14/14 a f� ADDENDum No. To Vilest Texas Regional Disposal Facility - Phase I Bid #97300 ISSUE DATE: January 20, 1998 Please modify the plans and specifications for this project as follows. Specifications 1. Add Specification 10500 relating to "Metal Lockers and Locker Benches". 2. Add Specification 13445 relating to "Sump Fluid Pressure Transducer and Meter'. 3. Revise Specification 02775G, Part 3, Section 3.01.A.16 to include the following- b. Where horizontal seams are unavoidable on the side slopes due to lengths in excessive of available roll lengths, proposed methods of seaming shall be submitted in accordance with 1.04 of this Section. 4. Revise CONTRACT TIMES to read; Entire project shall be fully complete within the Base Bid (EXHIBIT A) period of 240 (Two Hundred Forty) consecutive days from the date specified In the Notice to Proceed. As an alternate, the CONTRACTOR may elect to Bid a 300 (Three Hundred) consecutive day schedule provided by "EXHIBIT B". 5. Replace "EXHIBIT A" BID TABULATION with the revised "EXHIBIT A" BID TABULATION (240 Day Schedule) and "EXHIBIT B" BID TABULATION (300 Day Schedule). These revisions include additional alternates relating to the Truck Scales. 6. Revise Certificate of Insurance to reflect Builders Risk insurance coverage requirement for 100% of the Total Contract Price for the sum of Bid Tabulation Items Number 34, 35, 36, 37, 38, 39, and 40 (or its Alternate Bid Item C or D). 7. Pavement markings identified on Drawings No. 4 and 5 will be installed in accordance with TxDOT Specification Item 666 utilizing Type II marking materials (paint). 01-20-98 15:59 RECEIVED FROM:972 960 4471 TOTAL P.14 P.14 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: WEST TEXAS REGIONAL DISPOSAL FACILITY - PHASE I ADDRESS: LUBBOCK, TEXAS BID NUMBER: 97300 PROJECT NUMBER: 5515.243.9433/9434 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR UNIT COST CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS 11. SPECIAL CONDITIONS NOTICE TO BIDDERS NOTICE TO BIDDERS BID #97300 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 5th day of February, 1998, or as changed by the issuance of formal addenda to all planholders, to umish all labor and materials and perform all work for the construction of the following described project: "WEST TEXAS REGIONAL DISPOSAL FACILITY - PHASE I" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 12th day of March 1998 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, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. 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 10 days after notice of award of the contract to him. It shall be each bidders 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 pre -bid conference on 13th day of January, at 9:00 o'clock a.m., in the Committee Room 103, Lubbock, Texas Bid documents including drawings, specifications and other related data maybe obtained from the office of HDR Engineering, Inc., 12700 Hillcrest Road, Suite 125, Dallas, Texas 75230; PH (972) 960-4400; FAX (972) 960-4471. A non-refundable fee of $50.00 per set is required. A copy of the bid documents including drawings, specifications and other related data may be viewed at the City of Lubbock Purchasing Office, 1625 1 P Street, Room L04, Lubbock, Texas 79457, PH (806) 775-2167; FAX (806) 775-2164. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, lemon'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 notffies 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. Cityof Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid inormation made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775- 2281 at least 48 hours in advance of the meeting. ITYYOFLUBBo G!� 1 VICTOR KI PURCHASING MANAGER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall fumish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the WEST TEXAS REGIONAL DISPOSAL FACILITY - PHASE 1. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done In accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806)775-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 240 (TWO HUNDRED FORTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. in the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. (0 ",6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 7. 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. 8. 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. 9. GUARANTEES 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 fumish 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). 10. 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. 11. 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. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sates, 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. 13. 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 famish 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. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, fumish 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 rbplaced 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. 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission Is obtained for the use of explosives, the Contractor shall assume ( full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all 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. 16. 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 fumish the name, address and telephone number where such local representative may be reached during the time that the worts contemplated by this contract Is in progress. 17. 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 fumished 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 coverage's shall be submitted prior to contract execution. The Insurance certificates furnished shall name the City as an additional insured, 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 contractors responsibility to provide to the owner all proof of coverage Insurance documents Including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention Is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 19. 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 r 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. 20. 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. 21. PREPARATION FOR BID 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 fumish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the 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. 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. (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. 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. (g) Special Conditions (if any). (h) Specifications. O Insurance Certificates. (p 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. 23. 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 In regard to 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 City of Lubbock reserves the right to reject any bid 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: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. BID SUBMITTAL r4l' R 91101GTii] PROJECT IDENTIFICATION: West Texas Region Disposal Facility Phase I Construction CONTRACT IDENTIFICATION: Bid #97300 THIS BID IS SUBMITTED TO: The City of Lubbock, herein after referred to as OWNER. 1. Enter Into Agreement. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Accepts. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for the period specified for Notice of Award after the day of (`�d opening. BIDDER will sign and deliver the required number of counterparts of the Agreement ith the Bonds and other documents required by the Bidding Requirements within 15 days after the date of OWNER's Notice of Award. 3. BIDDER's Representations. In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that: a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda receipt of all which is hereby acknowledged: (List Addenda by Number and Date) ADDENDA NO. #1 #2 #3 #4 DATE 1/20/98 1/23/98 1/27/98 2/04/98 b. BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. 4. Bid Prices. Bidder will complete the work in accordance with the Contract Documents for the prices(s) shown on the Bid Tabulation. 5. Completion. BIDDER agrees that the Work will be substantially completed and ready for final payment on or before the dates or within the number of calendar days indicated in the Agreement. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 6. Attached Documents. The following documents are attached to and made a condition of this Bid: a. Required Bid Security in the form of Bid Bond or Certified Check. b. A tabulation of subcontractors, suppliers and other persons and organizations required to be identified in this Bid. Geomembranes and Geosynthetic Clay Liner: GSE Lining Technologies, Inc. Manufacturer: CETCO - GCL Manufacture Installer: _Falcon Environmental Lining Systems, Inc. Geotextiles and Geocomposites: Manufacturer: Tenex Corporation Installer: Falcon Environmental Lining Systems, Inc. Above Ground Storage Tank and Fueling Systems. Manufacturer: Modem Tanks Installer: Whites Pump Service & Supply Truck Scales: Manufacturer: Rusty's Weiah Scales & Service i Installer: Rusty's Weigh Scales & Service Irrigation System: Manufacturer: Landscapes of Lubbock Installer. Landscapes of Lubbock Non -Potable Water Distribution System: Manufacturer: Fraser Mining & Industrial Supply Installer: Fraser Mining & Industrial Supply Leachate Collection Piping: Manufacturer: Fraser Mining & Industrial Supply Installer: Fraser Mining & Industrial Supply Fabricated Metal: Manufacturer: Budget Buildings Installer: ouicksilver Building Systems: Manufacturer: Budget Buildings Installer: Quicksilver 7. Statement of Qualifications. Landfill lining Contractor shall complete statement of qualifications below for similar work performed within 3 years. Project Description: Landfill Owner/Engineer: Charter Waste Management, Inc. Contact Person: Mr- Ray Knowles Phone: 91 5-381 -4722 Date of Completion: Contract Price: 6 5 0" 0 0 0, 0 0 Project Description: Line raw water pond Owner/Engineer: City of Midland Contact Person: Mr, KAn .TnnPR Phone: 91 5-6,R5-7267 Date of Completion: Contract Price: 6 9 o, 0 0 0.0 0 Project Description: Contract 1 Effluent Reservoirs Owner/Engineer: City of San Angelo Contact Person: Mr. Tom Kerr Phone: 915-657-4205 Date of Completion: Contract Price: 956.000.00 Project Description: Terminal Storage Reservi or for O_H. Ivi a Pump (Oft�" Station No. 8 Owner/Engineer: Contra rtnr •_ n _ F _ R i rP Contact Person: Mr. Mike Williams Phone: 806-274-7187 Date of Completion: Contract Price: 348.000.00 Project Description: Landfill Owner/Engineer: City of Corsicana Contact Person: Mr. Larry Murray Phone: 903-654-4888 Date of Completion: Contract Price: 6 5 0, 0 0 0.0 0 (Use Attachments If Necessary) 8. Address for Communications. Communications concerning this Bid shall be addressed to: Laura Ritchie Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Fax: (806) 775-2164 9. Defined Terms. Terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. SUBMITTED on February 5 , 19 98. If BIDDER is: An Individual �By (SEAL) (individual's name) doing business as Business address: Phone No.: A Partnership By (SEAL) (Firm name) (General partner) Business address: Phone No.: r"";orporation By n F Ring rmnstriint-inn rnmpAn3r., Tnc: (SEAL) (Corporation name) 2 Oklahoma (State of incorporation) authorized to sign) Vice President (Title) (Corporate Seal) Attest (Secretary) Business address: P. O. Box 3344 (79008 ) 3300 S. Cedar, Borger, TX 79007 hone No.: 806-274-7187 A Joint Venture (SEAL) By (SEAL) (Name) (Address) By. (SEAL) (Name) (Address) Phone number and address for receipt of official communications: NOTE: Each joint venturer must sign. The manner of signing for each individual, partnership and (00".orporation that is a party to the joint venture should be in the manner indicated above. (-1, 0. CONTRACT TIMES 10.1 Completion Date. The contract schedule and required completion dates are as follows. 10.1.1 Entire project shall be fully complete within 240 (Two Hundred Forty) consecutive days from the date specified In the Notice to Proceed, 10.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 10.1 above, plus any extensions thereof allowed by Owner. They also recognize the delays, expense and difficulties involved in proving the actual aloss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER Two Thousand Five Hundred dollars ($2,500.00) for each day that expires after the time specified in paragraph 10.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 10.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Five Hundred dollars ($500.00) for each day that expires after the time specified in paragraph 10.1 for completion and readiness for final payment. (0'�111. CONTRACT PRICE OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to the Bid Proposal: Estimated quantities are not guaranteed, and determinations of actual quantities and classification are to be made by ENGINEER. 12. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 12.1 CONTRACTOR has thoroughly examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents including "technical data." 12.2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 12.3 CONTRACTOR is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. ("­',2.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous'to the site (except Underground Facilities). CONTRACTOR acknowledges that reports and drawings not specifically included in the contract documents are not Contract Documents and may not be complete for CONTRACTOR's purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 12.5 CONTRACTOR is aware of the general nature of Work to be performed by OWNER and others at the site that relates to the Work as indicated in the Contract Documents. 12.6 CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 12.7 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies in the Contract Documents and the written resolution thereof by ENGINEER through issued addendum or addenda is acceptable to CONTRACTOR, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. When said conflicts, etc., have not been resolved through interpretation or clarification by ENGINEER, because of insufficient time or otherwise, CONTRACTOR has included in the Bid the greater quantity or better quality of work, or compliance with the more stringent requirement resulting in a greater cost. Said greater cost is included in the Contract Price. "EXHIBIT A" BID TABULATION (240 Day Schedule) CITY OF LUBBOCK, TEXAS WEST TEXAS REGION DISPOSAL FACILITY PHASE 1 CONSTRUCTION BID # 9930l7 ��'�i�'?p., 199$ Item Quantity Total Amount No. & Unit Description of Item and Unit Price BASE BID CELL CONSTRUCTION 1. 3,126,600 EXCAVATION C.Y. Provide all labor, superintendence, equipment, materials, supplies, etc. necessary to excavate the areas shown on the plans and indicated in the specifications including excavation for the landfill cell, ponds but not for miscellaneous excavation relating to structures or utilities at the unit price per cubic yard: z!cs a t&d,' (1J�� -K--a -o, Fs-r ct c_t ".= i x 4" 00112rs and o Cents ($ C7.9 Z The total amount for Item 1 consists of. MATERIALS: $ /O, Re40' OO LABOR: $ 1 r4 6 17!2 .dn 2. 653,400 GEOSYNTHETIC CLAY LINER S.F. Provide and install a geosynthetic clay liner including all labor, superintendence, equipment, materials, supplies, etc., for complete installation, including subgrade proof rolling and anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: f/-� r0-4o�x, %t v L4, 4• J. ��raatca�t'4,`,c csctiwaiwE- Dollars 6 96 and mac- Cents ($ 0 %,35 The total amount for Item 2 consists of: MATERIALS: $ West Texas RDF 1/20/98 ' -1- Item Quantity Total Amount No. & Unit Description of Item and Unit Price LABOR: $ Z41,596 '60 3. 403,514 GEOMEMBRANE LINER (SMOOTH) S.F. Provide and install a 60 mil thick high density polyethylene pond and landfill liner including all labor, superintendence, equipment, materials, supplies, etc., for complete installation, including sacrificial members and cost of anchor and termination trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: E- rtytkdn od Co-.c44c b&z 4 usA AG`WcXe, Uxt Atj Dollars andCents ($ 0, 37 1 The total amount for Item 3 consists of: MATERIALS: $ "—;Fe7 5vlur ee7 LABOR: ?P5. /8 4. 290,645 GEOMEMBRANE LINER (TEXTURED) S.F. Provide and install a 60 mil thick high density polyethylene landfill liner including all labor, superintendence, equipment, materials, supplies, etc., for complete installation including cost of anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: Dollars and e-4:4.e-)Gu e Cents ($ 6,31 ) $ O The total amount for Item 4 consists of: MATERIALS: $ 58,E A3I/da LABOR: $_0.4 6`5' _3 a 5. 653,395 GEOCOMPOSITE DRAINAGE LAYER S.F. Provide and install the geocomposite drainage layer including all labor, equipment and superintendence, including cost of anchor trench construction and compaction of backfill after geocomposite installation as shown on the plans at the unit price per square foot: -(;kwt"t ""4N,.,..0.6 L:c k -- Dollars West Texas RDF 1/20/98 -2- Item Quantity No. & Unit Description of Item and Unit Price Total Amount andvCents $!L419. c� The total amount for Item 5 consists of: MATERIALS: $ C/I A V,. dd LABOR: Z , G 6 6. 330 GRAVEL DRAINAGE MATERIAL C.Y. Provide and place the gravel drainage material including all labor, superintendence, equipment, materials, supplies, etc. for installation of leachate collection system and complete drainage material installation as shown on the plans at then' rice per cubic yard: .�!/�l r — 7X61 Grd ��' Dollars and Cents The total amount for Item 6 consists of: MATERIALS: LABOR: $ f 7. 13,750 GEOTEXTILE FABRIC (8 OZ.) S.F. Provide and install the geotextile fabric that will encompass gravel drainage material for leachate collection system, including all labor, materials, equipment and superintendence as necessary as shown on the plans at the unit price per square foot: Dollars and Cents $( 41 .Z6 1 $ The total amount for Item 7 consists of: MATERIALS: $ ,2, 1..2 6 • � LABOR: $ f yh'9.40 8. 48,400 PROTECTIVE SOIL COVER C.Y. Place all protective soil on top of the liner system from soil cover material that is available on site, including all labor, material, equipment and superintendence as necessary to install the soil as shown on the plans at the unit price per cubic yard: 71")V,07 Dollars West Texas RDF 1/20/98 -3- Item Quantity Total Amount No. & Unit Description of Item and Unit Price and Cents ($ . Z o /O ) $ The total amount for Item S consists of: MATERIALS: $ '451— LABOR: $ /0� yam• �� 9. 250 LEACHATE PIPING (12-INCH PE) L.F. Provide and install the heat fused perforated and non - perforated polyethylene pipe and end caps including all labor, equipment, and superintendence as shown on the plans at the unit price per linear foot: Dollars and V�Vtirkelef Cents l *0/ $ '?Y/ sp The total amount for Item 9 con si is of: MATERIALS: $ 'O•d0 LABOR: $ %�� •� 10. 1,120 LEACHATE PIPING (6-INCH PE) L.F. Provide and install the perforated and non -perforated polyethylene pipe and end caps, including all labor, equipment and superintendence necessary as shown on the plans at the unit price per linear foot: sit- Dollars and Cents ($ i<• yy ) 11 $ r7,22��p The total amount for Item 10 consists of: MATERIALS: $ y �%.�� O� LABOR: $ ,2, 62 •80 11. 230,030 EMBANKMENT FILL C.Y. Install embankment fills including all pond embankments, ditch embankments, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per cubic yard: Dollars and l.� ��o�it/1 Cents $ i West Texas RDF 1/20/98 -4- Item Quantity Total Amount No. & Unit Description of Item and Unit Price The total amount for Item 11 consists of: MATERIALS: $ —d— LABOR: $ r78, Z/0 • .z0 , 12. 550 GABION RENO MATTRESSES S.Y. Provide and install Reno mattresses including all materials, labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per square yard: Dollars and Cents ($ - Z, 1�1/ ) $ l.2 �9l% ✓�0 The total amount for Item 12 consists of: MATERIALS: $ OFJO.00 LABOR: $_ y y9v. So 13. 1 EROSION CONTROL L.S. Provide all labor, material, equipment and superintendence as necessary to implement the Stormwater Pollution Prevention Plan required under National Pollution Discharge Elimination System regulations described on the plans and required by the specifications at the unit price per lump sum: /�i.Y'CI9�GtCfD.r�rl�iv�A O/�� Dollars and Cents The total amount for Item 13 consists of: MATERIALS: $-Zi%23; Od LABOR: $ SITE IMPROVEMENTS 14. 126 CONCRETE RETAINING WALLS L.F. Provide all labor, material, equipment and superintendence as necessary to install the concrete retaining walls, including subgrade preparation, drainage aggregate, pipe and geotextile installation, backfill, bollards, wheel stops, pipe rails and appurtenances as shown on the plans and required by West Texas RDF 1/20/98 -5- Item Quantity Total Amount No. & Unit Description of Item and Unit Price the specifications at the unit price per linear foot: Dollars $ and Sy —,4*CC Cents ($ 2 y0 63 The total amount for Item 14 consists of: MATERIALS: $ LABOR: $ � 7 8SO 15. '97M BARBED WIRE FENCE AND GATES L.F. Provide all labor, material, equipment and superintendence as necessary to barbed wire fence and gates as shown on the plans and required by the specifications at the unit price per linear foot: �We Dollars l and Cents ($ $ The total amount for Item 15 consists of: MATERIALS: $ 32 0u5-xl. 00 LABOR: $ /Sf yy mD 16. 800 CHAIN LINK FENCE AND GATES L.F. Provide all labor, material, equipment and superintendence as necessary to chain link fence and sliding cantilever gates as shown on the plans and required by the specifications at the unit price per linear foot: 151�7�nl✓7 Dollars and/Yal —e/` A// —Cents ($ Af; 98 ) $ Z-Z,y'a57 The total amount for Item 16 consists of: MATERIALS: $ SIVSWIIola LABOR: $ , �I` 3Y. 00 17. 372,282 LANDSCAPE BERMS C.Y. Install landscape berms including all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per cubic yard: r West Texas RDF 1/20/98 -6- Item Quantity Total Amount No. & Unit Description of Item and Unit Price Dollars and // r } Cents ($yi.SO The total amount for Item 17 consists of: MATERIALS: $ —401" LABOR: $ 11 , %y • d 18. 1 REVEGETATION L.S. Provide all labor, material, equipment and superintendence as necessary to complete the revegetation of the construction area as shown on the plans and required by the specifications at the unit price per lump sum: Dollars and y0 Cents ($ % 3�� • oD $ /�. 5'�4 The total amount for Item 18 consists of: MATERIALS: $ P�-y0 LABOR: $ 19. 1 DRIP IRRIGATION SYSTEM - COMPLETE L.S. Provide all labor, material, equipment and superintendence as necessary to install a complete and functional irrigation system, including 10,000 gallon storage tank, irrigation pump house building, controls, pump(s), lines, emitters, valves and appurtenances as shown on the plans and required by the speci scat brie at the unit price per lump sum: Adel Dollars and lye% Cents ($�0 The total amount for Item 19 consists of: MATERIALS: $ c�/ y06.�v LABOR: 20. 1 10,000 GALLON TANK FLOAT SWITCH L.S. Provide and install the tank float switch including controls, wiring, plumbing and piping, control box, motorized ball valve, all labor, equipment and West Texas RDF 1/20/98 -7- Item Quantity Total Amount No. & Unit Description of Item and Unit Price superintendence necessary as shown on the plans and required by the specifications at3he unit price Nr lump sum: /�� �iia'la�rn dit .�lii► .d Dollars $f and /d Cents ($ The total amount for Item 20 consists of: MATERIALS: $ - Iola LABOR: $ /9- z0 21. 2,500 CONCRETE ROADS S.Y. Provide all labor, material, equipment and superintendence as necessary to install all concrete roads including subgrade preparation, curbing, cheek walls, finishes, and striping as shown on the plans and required by the specifications at the unit price per square yard: Dollars and �•¢� — fwrJ Cents ($ The total amount for Item 21 consists of: MATERIALS: $ �`/-'�S 7.00 LABOR: 22. 600 CONCRETE SURFACES S.Y. Provide all labor, material, equipment and superintendence as necessary to install concrete fueling pad, equipment pad, rolloff pads, and sidewalks; including subgrade preparation, curbing, finishes, and striping as shown on the plans and required by the specifications at the unit price per square yard: e Dollars $ 2'7 and �f/7� S� Cents ($ ) The total amount for Item 22 consists of: MATERIALS: $ A '%✓r0 A LABOR: $• West Texas RDF 1/20/98 -8- Item Quantity Total Amount f No. & Unit Description of Item and Unit Price 23. 16,950 ASPHALT ROAD AND PARKING AREA S.Y. Provide all labor, material, equipment and superintendence as necessary to install asphalt roads and parking areas, including subgrade preparation, as shown on the plans and required by the specifications at the unit price per square yard: /e ' k� Dollars and 7�/4 ----'S�eflefCents ($ f2- S7 The total amount for Item 23 consists o : MATERIALS: $ .3%r7/✓! 00 LABOR: $ 24. 20,000 ALL-WEATHER ROADS AND PARKING AREAS S.Y. Provide all labor, material, equipment and superintendence as necessary to install all-weather roads, low water crossing and parking areas, including subgrade preparation, as shown on the plans and required by the specifications at the unit price per square yard: Dollars and 1� —Ohc° Cents ($ g•.�� ) The total amount for Item 24 consists of: MATERIALS: $ /O er©• ra LABOR: $ Ile.0a 25. 355 CORRUGATED METAL CULVERTS L.F. Provide all labor, material, equipment and superintendence as necessary to install aluminized corrugated metal culverts, including pipe bedding, backfill, concrete headwalls and appurtenances as shown on the plans and required by the specifications at the unit price per linear foot: Dollars and Cents ($ 2 West Texas RDF 1/20/98 -9- Item Quantity Total Amount No. & Unit Description of Item and Unit Price The total amount for Item 25 consists of: MATERIALS: $ ,�'? d0 LABOR: $.792.00 26. 1 DE -MUDDING FACILITY L.S. Provide all labor, material, equipment and superintendence as necessary to install the cattle guard de -mudding facility, including subgrade preparation, concrete work, cattle guards and appurtenances as shown on the plans and required by the specifications at the unit price per lump sum: Dollars and Cents ($ ` 4V dd ) The total amount for Item 26 consists of: MATERIALS: $-`3ia�y �y LABOR: $ 27. 1 SITE SIGNAGE L.S. Provide all labor, material, equipment and superintendence as necessary to install all site signs and markers as shown on the plans and required by the specifications at the unit price per lump sum: '��ue ��O�.s �� Dollars and Ala Cents ($ tQOO. dam/ ) $ yo�oo The total amount for Item 27 consists of: MATERIALS: $ .2 urPO.00 LABOR: $ !, •rd'd' 28. 9850 NON -POTABLE WATER PIPING (4-INCH PE) L.F. Provide and install the polyethylene piping, controls, gate and check valves, and valve boxes including all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per linear foot: Dollars West Texas RDF 1/20/98 - 10- t� Item Quantity No. & Unit 29 30. 31 Total Amount of Item and Unit Price and Cents ($ .5 - ! 3 ) $ The total amount for Item 28 consists of: MATERIALS: $ 37 9 D 7 LABOR: 1 WATER LOADOUT STATION INCL. PUMP L.S. Provide and install the water loadout pump station including 800 GPM pump, controls, wiring, plumbing and piping, foot valve, bollards, equipment rack, hose rack, all labor, equipment and superintendence necessary as shown on the plans and required the specifications at the unit price per lump sum: Ael,;OPI�5*1141. e' Dollars and BYO Cents ($ 2Sf The total amount for Item 29 consists of: MATERIALS: $ �O yO�s:4D LABOR: 1 POND FLOAT SWITCH L.S. Provide and install the pond float switch including controls, wiring, plumbing and piping, equipment rack, all labor, equipment and superintendence necessary as shown on the plans and required by the specificatios at the unit price per lump sum: Oat T.��tlsQ•rd 'ell 1r�r�C� i till —hi"-re Dollars and /yD Cents The total amount for Item 30 consists of: MATERIALS: $ B",SOD LABOR: $ '52 '. DD 1 PRESSURE SUSTAINING VALVE L.S. Provide and install the pressure sustaining valve including controls, wiring, plumbing and piping, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: l ?We%_, t Dollars West Texas RDF -11- 1/20/98 Item Quantity No. & Unit Description of Item and Unit Price Total Amount and /IUD Cents ($� The total amount for Item 31 consists of: MATERIALS: $ d/SOO LABOR: $ 3/s, d0 32. 1 HYDROPNEUMATIC TANK SYSTEM L.S. Provide and install the hydropneumatic tank system including level controls, valves, wiring, plumbing and piping, control box, motorized ball valve, all labor, equipment and superintendence necessary as shown on the plans and required b ( the specification at the unit price per lump sum: %« Tii4ks� 7.e�t f1 i�rC k'AG/�C�h Dollars $/0309 DO and Cents ($� e7a 1 The total amount for Item 32 consists of: MATERIALS: $ LABOR: $ 33. 1 AIR AND VACUUM RELEASE VALVE L.S. Provide and install the air and vacuum release valve including all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: d'4e Dollars and Cents ($ :? $ .Z S'�V The total amount for Item 33 consists of: MATERIALS: $ 2 32.E d'O LABOR: $ s/ • O BUILDINGS AND SCALES 34. 1 MAINTENANCE BUILDING - COMPLETE L.S. Provide and install the maintenance building including all foundation excavation, structural fill, concrete foundation, plumbing, wiring, HVAC, sub- and superstructures, windows, doors, walls, floors, finishes, West Texas RDF 1/20/98 -12- Item Quantity Total Amount No. & Unit Description of Item and Unit Price all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: . .,,aeo .Defy-s:cG'1,e«so,�C;f,4f��.d.+�c/6ai�R�.�Dollars $3LIV cc and rr a Cents ($.?i�; S �: S • n 0 ) The total amount for Item 34 consists of: MATERIALS: $ /9j4 4zz3• vo a LABOR: $ If Z 2 . oa 35. 1 BRIDGE CRANE AND HOIST L.S. Provide and install the bridge crane and hoist including controls, wiring, all labor, equipment and superintendence necessary as shown on the plans and required by the s ,pecifications at the unit price/P�r lump sum:f' Se'ylii T ��t S¢st A ff'L Dollars <" and Cents ($ y� $. S"r •-OO The total amount for Item 35 consists of: MATERIALS: $ 38 or LABOR: $ �3� • 00 36. 1 FACILITY FUELING SYSTEM L.S. Provide all labor, material, equipment and superintendence as necessary to install package facility fueling system, including subgrade preparation, fuel tanks with integral double containment, pumps, hoses, wiring and appurtenances as shown on the plans and required by th specifications at the unit p ce per lump sum: /d��Y SLt�l�i '�i�kSyJcd�,e �u• <� ' hbte, Dollars $ cam and Cents ($ The total amount for Item 36 consists of: MATERIALS: $ // _2 OW' LABOR: $ 6, /Sj1'•O0 West Texas RDF 1/20/98 -13- Item Quantity Total Amount [ No. & Unit Description of Item and Unit Price 37. 1 PNEUMATIC LUBRICATION SYSTEM L.S. Provide and install the pneumatic lubrication system including controls, wiring, air compressor, pneumatic pumps, fluid storage tanks, hoses, hose reels, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit_/ price per lump sum: Z51a4hew /ftm6iS4.eq /i�nO�el�r�Cv<.c3 fi Dollars $ /yOD and Cents The total amount for Item 37 consists of: MATERIALS: $ /3 �/ys"OO LABOR: $ 5.2-1r, Aa 38. 1 CONTAMINATED WATER CONTROL SYSTEM L.S. Provide and install the contaminated water system including concrete grit and grease trap, concrete waste water storage tanks, piping, plumbing, concrete manways, manhole covers, subgrade preparation, bedding, and backfill, all labor, equipment and superintendence necessary as shown on the plans and required by ;e specifif ations at t e u it price per lump T�O�i-t4'rd �kO�k� ���''i�l Dollars and Cents The total amount for Item 38 consists of: MATERIALS: $ Off% LABOR: $ Goa 39. 1 GATE HOUSE BUILDING - COMPLETE L.S. Provide and install the gate house building including all foundation excavation, structural fill, concrete foundation, plumbing, wiring, HVAC, sub- and superstructures, windows, doors, walls, floors, finishes, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: rAe&f kL.. ,, b ec1 ��yEi f' t`}�.e,sa..o/ C�rc�uY.tMod *tic Dollars $—Z20,�046C and n D Cents ($ 3tt S_ 2 t) l . OCR ) West Texas RDF 1/20/96 - 14- Item Quantity Total Amount No. & Unit Description of Item and Unit Price The total amount for Item 39 consists of: MATERIALS: $ 2.33 ..2 955, o0 LABOR: $ 1 /!. 906100 40. 1 TRUCK SCALES L.S. Provide, relocate and install the truck scales including all foundation work, load cells, wiring, salvage and reinstallation of existing scales equipment, all labor, equipment and superintendence necessary as shown on the plans and required b the s ecifications at unit price per lump sum: 10" C Dollars $ and Cents The total amount for Item 40 consists of: MATERIALS: $ %y gOS©w LABOR: $ Subtotal all labor (Items 1 through 40): $:ezE9o. Z & Subtotal all materials (Items 1 through 40): $,t, fe Grand total all items (1 through 40) including all materials and labor: ALTERNATIVE BID ITEMS A. 1,774,870 EXCAVATION C.Y. Provide per Item 1 above at the unit price per cubic yard: -�Q4,' gAl/ 1tv -E , @L. % L,udWai _Dollars and . ,±2- Cents ($ d, � Z ) $ ? s? 4 The total amount for Alternate Item A consists of: MATERIALS: $ LABOR: $ West Texas RDF 1/20/98 -15- B. 2,154,870 EXCAVATION C.Y. Provide per Item 1 above at the unit price per cubic yard: ,!!V,1C PZrk;c �a� •�kaeksa, oAu.� 1�.rvd���G�w'• Dollars and 5! D Cents ($ 4.19 7- ) $�/, e -el e-d The total amount for Alternate Item B consists of: MATERIALS: $ LABOR: $ C. 1 TRUCK SCALES L.S. Provide, relocate and install the truck scales including all foundation work, load cells, wiring, salvage and reinstallation of existing scales equipment, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications assuming up to a nine month delay in the relocation of the existing scale at the unit price per lump sum: �J��7Lf'ipllBk srr. sGt�y o�d DollarsezX Od and Cents ($��,3 d�/• '✓J ) The total amount for Item 40 consists of: MATERIALS: $ % ids ; 00 LABOR: $ t� y6 • d0 D. 1 TRUCK SCALES L.S. Provide and install two, new truck scales including all foundation work, load cells, wiring, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: X��`<� Dollars West Texas RDF and Cents ($ 8�00 $ 8782y. pp The total amount for Item 40 consists of: MATERIALS: $ LABOR: $ - 16- 1/20/98 ALTERNATIVE BIDS SUMMARY ATTEST SECRETARY West Texas RDF Grand total all items (1 through 40) including all materials and labor less Item 1 plus Alternate A: $,, Grand total all items (1 through 40) including all materials and labor less Item 1 plus Alternate B: $ S4ITB, G 4 Grand total all items (1 through 40) including all materials and labor less Items 1 and 40 plus Alternates A and C: Grand total all items (1 through 40) including all materials and labor less Items 1 and 40 plus Alternates B and C: Grand total all items (1 through 40) including all materials and labor less Items 1 and 40 plus Alternates A and D: Grand total all items (1 through 40) including all materials and labor less Items 1 and 40 plus Alternates B and D: 7?/. �So - 17- 1/20/98 { zA-199E 09: 41 HDR ENu i NEB_ i NCj i vi.o you µ-+ r ' r . ub, c� /8. Revise Bid Tabulation item No. 9 in both "EXHIBIT A" AND "EXHIBIT B" to add after caps "leachate sump access structure, transducer conduit, sump fluid pressure transducer and meter...." 9. Revise Bid Tabulation item No. 20 in both "EXHIBIT A" AND "EXHIBIT B" to remove the term "Float Switch' in both the title and first line. Replace with the term "Transducers". 10. Add Alternative Bid Item E in both "EXHIBIT A" AND "EXHIBIT B" as follows: E.. 653,395 GF-0cobeosam DRAINAGE LAYER S.F. Provide and install the geocorugosite drainage layer (with transnsissivity of 4.5 X la' 0/sec.) including all labor, equipment and superintendence, including cost of anchor trench construction and compaction of back ill after geocomposite installation as shown on the plans at the unit price per square foot: DoIlars The total amount for Item E consists of: MATERIALS: $ g,Sj7.Oc7 LABOR: $ 9 ev This item will not be Included In the grand total and will only be considered if the City Is able to obtain regulatory approval. 5. Revise Specification Section 02775 2.02 (A) (4) Thickness to remove the Test Value "-5" and replace it with the Test Value '%10". 6. Revise Specification Section 11063 2.03 (A) (1) (e) to delete "10" and replace it with "20". 7. Revise Specification Section02775 2.02 (B) to reverse the geotextile grab strength notation for machine direction and cross -machine direction. HDR Errptnee ft Ile. 12700 Fbllcrest Road Dapa& Texas 76230-2096 Telephone 972-960-4400 Fax 972-0604471 A/Yl "EXHIBIT B" BID TABULATION (300 Day Schedule) CITY OF LUBBOCK, TEXAS WEST TEXAS REGION DISPOSAL FACILITY PHASE 1 CONSTRUCTION BID # 9'79Pa Ale &w yu�, 1997 Item Quantity Total Amount No. & Unit Description of Item and Unit Price BASE BID CELL CONSTRUCTION 1. 3,126,600 EXCAVATION C.Y. Provide all labor, superintendence, equipment, materials, supplies, etc. necessary to excavate the areas shown on the plans and indicated in the specifications including excavation for the landfill cell, ponds but not for miscellaneous excavation relating to structures or utilities at the unit price per cubic yard: ALIA f Y e .41 V fist �Ve L w - C -D lft ,L o and - - ` 1 - Cents ($ O, f Z ) $ �. DO The total amount for Item 1 consists of: MATERIALS: $ /0' Son, o0 LABOR`. $ Z �P/. 6 ,1 ZZ, 06 2. 653,400 GEOSYNTHETIC CLAY LINER S.F. Provide and install a geosynthetic clay liner including all labor, superintendence, equipment, materials, supplies, etc., for complete installation, including subgrade proof rolling and anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price er square foot::? w1 !c -a2►*� ,� a►&A dIr YtojM4 Dollars $e7 U •W Cents 6.35 ) and ($ The total amount for Item 2 consists of: MATERIALS: West Texas RDF 1/20/98 -1- (00", Item Quantity Total Amount No. & Unit Description of Item and Unit Price LABOR: $2 G 403,514 GEOMEMBRANE LINER (SMOOTH) S.F. Provide and install a 60 mil thick high density polyethylene pond and landfill liner including all labor, superintendence, equipment, materials; supplies, etc., for complete installation, including sacrificial members and cost of anchor and termination trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: Dollars and z >>�. iu Cents ($/9, 3 7 ) The total amount for Item 3 consists of. MATERIALS: $ /.ED, 4//S, 00 LABOR: $ /A. ,FR5. ! A 4. 290,645 GEOMEMBRANE LINER (TEXTURED) S.F. Provide and install a 60 mil thick high density polyethylene landfill liner including all labor, superintendence, equipment, materials, supplies, etc., for complete installation including cost of anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: a ' a s r �► �„ �c® n : -Z�yt Dollars anCents ($ is, 31/ ) $�0 The total amount for Item 4 consists of: MATERIALS: $ LABOR: $ 5. 653,395 GEOCOMPOSITE DRAINAGE LAYER S.F. Provide and install the geocomposite drainage layer including all labor, equipment and superintendence, including cost of anchor trench construction and compaction of backfill after geocomposite installation as shown on the plans at the unit price per square foot: �., 4:L%- -r, Ll,ANk cr _i 4X& Dollars West Texas RDF -2- 1/20/98 (00"' Item Quantity No. & Unit Description of Item and Unit Price Total Amount and z5 ,,r+ j�Cents ($ o .6 A R, e, Q The total amount for Item 5 consists of: MATERIALS: $,19 Z , & 94.6d LABOR: $ .5 /. to / L , On 6. 330 GRAVEL DRAINAGE MATERIAL C.Y. Provide and place the gravel drainage material including all labor, superintendence, equipment, materials, supplies, etc. for installation of leachate collection system and complete drainage material installation as shown on the plans at the unit price per cubic yard: do //a Ns S n e/ twen �-k - Si X ctntS Dollars and Cents ($ 'I2. 2 6 ) The total amount for Item 6 consists of: MATERIALS: $ / S, '74'6.00 LABOR: $ R, O 99. Ro 7. 13,750 GEOTEXTILE FABRIC (8 OZ.) S.F. Provide and install the geotextile fabric that will encompass gravel drainage material for leachate collection system, including all labor, materials, equipment and superintendence as necessary as shown on the plans at the unit price per square foot: Dollars andt_,eA1 -Si X Cents $( • Z ) $ .5.� 7.5.00 The total amount for Item 7 consists of: MATERIALS: $ 2/Z 6.00 LABOR: $ / `f S%9 0 0 8. 48,400 PROTECTIVE SOIL COVER C.Y. Place all protective soil on top of the liner system from soil cover material that is available on site, including all labor, material, equipment and superintendence as necessary to install the soil as shown on the plans at the unit price per cubic yard: �cvO Dollars West Texas RDF 1/20/98 -3- ,.., Item Quantity Total Amount No. & Unit Description of Item and Unit Price and ben Cents ($ 2, /O ) $m00% 4 f1a. Gd The total amount for Item 8 consists of: MATERIALS: $ O. Od LABOR: $ /0/. 6 5/0, eel 9. 250 LEACHATE PIPING (12-INCH PE) L.F. Provide and install the heat fused perforated and non - perforated polyethylene pipe and end caps including all labor, equipment, and superintendence as shown on the plans at the unit price per linear foot: - .SiX Dollars and el rt[e h Cents :2 6 , /.5 ) $ F032. 5c The total amount for Item 9 consists of: MATERIALS: $ G Z 5 0. 0 d LABOR: $ ,,? 7e2 , SO 10. 1,120 LEACHATE PIPING (6-INCH PE) L.F. Provide and install the perforated and non -perforated polyethylene pipe and end caps, including all labor, equipment and superintendence necessary as shown on the plans at the unit price per linear foot: 5 / X Dollars and TAu�`f V-uCents ($ $ .s�o The total amount for Item 10 consists of: MATERIALS: $ 4� #Y4, 0 d LABOR: $ ,1 7 8Z B 6 11. 230,030 EMBANKMENT FILL C.Y. Install embankment fills including all pond embankments, ditch embankments, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per cubic yard: Dollars and ti^ fv-Ada r Cents ($ $ 0 West Texas RDF 1/20/98 -4- �•. Item Quantity Total Amount No. & Unit Description of Item and Unit Price The total amount for Item 11 consists of: MATERIALS: $ U . OD LABOR: $ 'T 8r 2/ D . 10 12. 550 GABION RENO MATTRESSES S.Y. Provide and install Reno mattresses including all materials, labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per square yard: 7� c1/G,0 /14 — t-fW r) Dollars and,tevP4-�Y -OHe Cents ($ 2.Z, 71 ) $zz Sv The total amount for Item 12 consists of: MATERIALS: $ ber) LABOR: $fd 9d . Sa 13. 1 EROSION CONTROL L.S. Provide all labor, material, equipment and superintendence as necessary to implement the Stormwater Pollution Prevention Plan required under National Pollution Discharge Elimination System regulations described on the plans and required by the specifications at the unit price per lump sum: v 4X -� M 6 usaA 0 74- r et t 9yl oneDollars and rt 6 Cents ($, M gO / . 60 ) The total amount for Item 13 consists of: MATERIALS: $ 22r$�2 S 0 6 LABOR: $ / S_ P76 . D 0 01 SITE IMPROVEMENTS 14. 126 CONCRETE RETAINING WALLS L.F. Provide all labor, material, equipment and superintendence as necessary to install the concrete retaining walls, including subgrade preparation, drainage aggregate, pipe and geotextile installation, backfill, bollards, wheel stops, pipe rails and appurtenances as shown on the plans and required by West Texas RDF 1/20/98 -5- Item Quantity Total Amount No. & Unit Description of Item and Unit Price the specifications at the unit price per linear foot: r o - iicrndr+f(z 6u ✓ Dollars $ and Me,FE Cents ($ The total amount for Item 14 consists of: MATERIALS: $ / 4K B 55. D 0 LABOR: $ l 5I Se, 8 15. f4,4M BARBED WIRE FENCE AND GATES L.F. Provide all labor, material, equipment and superintendence as necessary to barbed wire fence and gates as shown on the plans and required by the specifications at the unit price per linear foot: L w o Dollars and Cents ($ •", 8 $�' ) The total amount for Item 15 consists of: MATERIALS: $-YJ Q.-EC, D 1) LABOR: $ /$. /, r'SL. 6e1 16. 800 CHAIN LINK FENCE AND GATES L.F. Provide all labor, material, equipment and superintendence as necessary to chain link fence and sliding cantilever gates as shown on the plans and required by the specifications at the unit price per linear foot: eel? Dollars and trir&-4 _ Cents ($ /5 3�9 ) $ /' 8y®D The total amount for Item 16 consists of: MATERIALS: $ 5'456. &A LABOR: $ 7;3 5' e o 17. 372,282 LANDSCAPE BERMS C.Y. Install landscape berms including all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per �., cubic yard: West Texas RDF 1/20/96 -6- Item Quantity Total Amount No. & Unit Description of Item and Unit Price Dollars and 1::or� Cents ($ The total amount for Item 17 consists of: MATERIALS: $ 0.00 LABOR: $1 " /JV/. DO 18. 1 REVEGETATION L.S. Provide all labor, material, equipment and superintendence as necessary to complete the revegetation of the construction area as shown on the plans and required by the specifications at the unit price per lump sum: Qt/ u nc%ed �= JI i9�1�— ��cartSayd ti e �uktArc/rl' sv )x Dollars and 14 d Cents ($1, 4 .�5� • 60 ) $A5� DO The total amount for Item 18 consists of: MATERIALS: $1d,. 740. do LABOR: $S. S6G.4� 19. 1 DRIP IRRIGATION SYSTEM - COMPLETE L.S. Provide all labor, material, equipment and superintendence as necessary to install a complete and functional irrigation system, including 10,000 gallon storage tank, irrigation pump house building, controls, pump(s), lines, emitters, valves and appurtenances as shown on the plans and required by the specifications at the unit price per lump 1&te Zl6V5."tI GigA4,te%6/ t welell, Dollars $1Q /,?, 00 and ,4 d Cents ($ LOZ, DD ) The total amount for Item 19 consists of: MATERIALS: $ S"/S�C��v. 670 LABOR: $S/, tIDG•OD 20. 1 10,000 GALLON TANK FLOAT SWITCH L.S. Provide and install the tank float switch including controls, wiring, plumbing and piping, control box, motorized ball valve, all labor, equipment and West Texas RDF 1/20/98 -7- Item Quantity Total Amount No. & Unit Description of Item and Unit Price superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: --421L flk�Sa" r/ 6e •-f ou a Dollars $ / and At Cents ($�/.35! �d ) The total amount for Item 20 consists of: MATERIALS: $ S/5• 04 LABOR: $ /P19 DD 21. 2,500 CONCRETE ROADS S.Y. Provide all labor, material, equipment and superintendence as necessary to install all concrete roads including subgrade preparation, curbing, cheek walls, finishes, and striping as shown on the plans and required by the specifications at the unit price per square yard: Dollars and Cents ($ $ / The total amount for Item 21 consists of: MATERIALS: $ d LABOR: $ & , ,00d - 00 22. 600 CONCRETE SURFACES S.Y. Provide all labor, material, equipment and superintendence as necessary to install concrete fueling pad, equipment pad, rolloff pads, and sidewalks; including subgrade preparation, curbing, finishes, and striping as shown on the plans and required by the specifications at the unit price per square yard: �u rly - /%/E' Dollars $ %?/6.OD and 44 •;� Cents ($ The total amount for Item 22 consists of: MATERIALS: $ Z4 75e. Nd LABOR: $ L, . AGG.O // West Texas RDF 1/20/98 -8- Item Quantity Total Amount No. & Unit Description of Item and Unit Price 23. 16,950 ASPHALT ROAD AND PARKING AREA S.Y. Provide all labor, material, equipment and superintendence as necessary to install asphalt roads and parking areas, including subgrade preparation, as shown on the plans and required by the specifications at the unit price per square yard: Dollars and ,-Y,f:^f v -J?11&'1 Cents $ .SD The total amount for Item 23 consists of: MATERIALS: $ 715,00 LABOR: $`l`5".I.54 24. 20,000 ALL-WEATHER ROADS AND PARKING AREAS S.Y. Provide all labor, material, equipment and superintendence as necessary to install all-weather roads, low water crossing and parking areas, including subgrade preparation, as shown on the plans and required by the specifications at the unit price per square yard: Dollars $� D,moo 00 and !P )� Cents ($ The total amount for Item 24 consists of: MATERIALS: $ 14 Z D 9D. DD LABOR: $ ee 4 /fD. Od 25. 355 CORRUGATED METAL CULVERTS L.F. Provide all labor, material, equipment and superintendence as necessary to install aluminized corrugated metal culverts, including pipe bedding, backfill, concrete headwalls and appurtenances as shown on the plans and required by the specifications at the unit price per linear foot: �u/!i -�-oca ✓' Dollars � ''' and Cents ($ 8 West: Texas RDF 1/20/98 -9- Item Quantity Total Amount No. & Unit Description of Item and Unit Price The total amount for Item 25 consists of. MATERIALS: $ 52 ?0. e o LABOR: $ .:F 77yz Od 26. 1 DE -MUDDING FACILITY L.S. Provide all labor, material, equipment and superintendence as necessary to install the cattle guard de -mudding facility, including subgrade preparation, concrete work, cattle guards and appurtenances as shown on the plans and required by the specifications at the unit price per lump sum: Dollars $ Dd p and X 0 Cents ($00 ) The total amount for Item 26 consists of: MATERIALS: $-7,000. 06 LABOR: $1(7O(9. 0 to 27. 1 SITE SIGNAGE L.S. Provide all labor, material, equipment and superintendence as necessary to install all site signs and markers as shown on the plans and required by the specifications at the unit price per lump sum: 7�elLr� e 4,41-/ Dollars and /I 4 Cents ($ 1 Do-2 eqy ) $ ,0 The total amount for Item 27 consists of: MATERIALS: $ 06 LABOR: $ / 5 OD. OA 28. 9850 NON -POTABLE WATER PIPING (4-INCH PE) L.F. Provide and install the polyethylene piping, controls, gate and check valves, and valve boxes including all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per linear foot: Dollars West Texas RDF 1/20/98 - 10- �•,, Item Quantity No. & Unit k Total Amount iption of Item and Unit Price and l-yMeee Cents ($ 5- S(3 ) $tip. sly S: 54 The total amount for Item 28 consists of: MATERIALS: $ zz 9,F6. D O LABOR: $� �yS : 50 29. 1 WATER LOADOUT STATION INCL. PUMP L.S. Provide and install the water loadout pump station including 800 GPM pump, controls, wiring, plumbing and piping, foot valve, bollards, equipment rack, hose rack, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: Z'Aft& A4& AKVtej =1.44tB 1ue�r,/reo1 t,,Y&! W 0 Dollars and i10 Cents ($ ,�8 9l02• D 0 ) The total amount for Item 29 consists of: MATERIALS: $ 20, 44D S DO LABOR: $ 30. 1 FOND FLOAT SWITCH L.S. Provide and install the pond float switch including controls, wiring, plumbing and piping, equipment rack, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: DF 6�san2!!4 ►,du)r/rt4%i;4vH%crpollars and X 0 Cents ($ ZJU. 00 ) $1-73� e The total amount for Item 30 consists of: MATERIALS: $ , 00 LABOR: $ 3 - , DD 31. 1 PRESSURE SUSTAINING VALVE L.S. Provide and install the pressure sustaining valve including controls, wiring, plumbing and piping, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: aeg-' eAmusa uA1 Dollars West Texas RDF 1/20/96 -I1 r Item Quantity Total Amount No. & Unit Description of Item and Unit Price and i/d Cents ($ /0.30. 0 6 ) $ /D 7&7.d0 The total amount for Item 31 consists of. MATERIALS: $ 5-/5, 0 d LABOR: $ _6j5.06 32. 1 HYDROPNEUMATIC TANK SYSTEM L.S. Provide and install the hydropneumatic tank system including level controls, valves, wiring, plumbing and piping, control box, motorized ball valve, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: i9 l sus 4nr/ at,Gt e k t/eac-/ sz/h C' Dollars $�D 309.00 and At Cents ($lD_,�, . 66 ) The total amount for Item 32 consists of. MATERIALS: LABOR: SAS/.S O d 33. 1 AIR AND VACUUM RELEASE VALVE L.S. Provide and install the air and vacuum release valve including all labor, equipment and superintendence necessary as shown on the plans and required the specifications at the unit price per lump sum:_ l.rr�yl eur4r 'd/tE Dollars and .f Cents ($ �'�/.40 ) $ ,may/o0 The total amount for Item 33 consists of. MATERIALS: $g3,Z5.06 LABOR: $ ��'/G , D 0 BUILDINGS AND SCALES 34. 1 MAINTENANCE BUILDING - COMPLETE L.S. Provide and install the maintenance building including all foundation excavation, structural fill, concrete foundation, plumbing, wiring, HVAC, sub- and superstructures, windows, doors, walls, floors, finishes, West Texas RDF 1/20/98 -12- Item Quantity Total Amount ' No. & Unit Description of Item and Unit Price all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: ZfreE X&4d rh%d AiAt� -Sixf�e4tia,.d are�tCwHIVrU/Fo�fgf�raDollars $ , do and hU Cents ($ ;961, 45.06 ) The total amount for Item 34 consists of. MATERIALS: $ LABOR: $ 35. 1 BRIDGE CRANE AND HOIST L.S. Provide and install the bridge crane and hoist including controls, wiring, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: mta rf v- _Tel/ifn 76-hoe4 sue., a' xoiyU ,lundi d l al" _AM Dollars n and D Cents ($ y7.5-✓`S © D ) $�555, D d The total amount for Item 35 consists of: MATERIALS: $ Z(6g2Z/4i/. 4d LABOR: $ g 5/4 D(J 36. 1 FACILITY FUELING SYSTEM L.S. Provide all labor, material, equipment and superintendence as necessary to install package facility fueling system, including subgrade preparation, fuel tanks with integral double containment, pumps, hoses, wiring and appurtenances as shown on the plans and required by the specifications at the unit price per lump sum: A-60 c, `Jz- �2[aC1�ttClr or/�'G�y /Ji/1 E Dollars and -A O Cents ($ it , De ) The total amount for Item 36 consists of: MATERIALS: $ 5/� .17_55• DO LABOR: $ 4'2e-o%D,I West Texas RDF 1/20/98 -13- r Item Quantity Total Amount No. & Unit Description of Item and Unit Price 37. 1 PNEUMATIC LUBRICATION SYSTEM L.S. Provide and install the pneumatic lubrication system including controls, wiring, air compressor, pneumatic pumps, fluid storage tanks, hoses, hose reels, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: ic.�oKr/�eo' SG�y�r2�s/ Dollars Ze and p d Cents ($�.Z?D. Dom_) $�� The total amount for Item 37 consists of: MATERIALS: LABOR: $ , g'Z : DD 38. 1 CONTAMINATED WATER CONTROL SYSTEM L.S. Provide and install the contaminated water system including concrete grit and grease trap, concrete waste water storage tanks, piping, plumbing, concrete manways, manhole covers, subgrade preparation, bedding, and backfill, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum:�yC��musaKC/,�wo�c�ad�/ �'yC Dollars and n 0 Cents ($Ji2 ©S" CAD ) The total amount for Item 38 consists of: MATERIALS: $4/%-S o0 LABOR: $/D5D. D® 39. 1 GATE HOUSE BUILDING - COMPLETE L.S. Provide and install the gate house building including all foundation excavation, structural fill, concrete foundation, plumbing, wiring, HVAC, sub- and superstructures, windows, doors, walls, floors, finishes, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: rkMce, t,„wj.,GV_ ior�-Rlr.1.f--tG�n�u,� l ra�(w,rJr+B� mn t Dollars $_';} I � a and Cents ($ 3 4R _ z c r , A o ) West Texas RDF 1/20/98 14- �. Item Quantity Total Amount No. & Unit Description of Item and Unit Price The total amount for Item 39 consists of: MATERIALS: $ Z-3 Z Z S 5, 0 LABOR: $ // y� q D4 , (9e) 40. 1 TRUCK SCALES L.S. Provide, relocate and install the truck scales including all foundation work, load cells, wiring, salvage and reinstallation of existing scales equipment, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum: T I't -At/ zt'4�0 sGy d ,��✓ dt9C Dollars $-Z a5/.DD and 140 Cents ($��DS%• D� 1 The total amount for Item 40 consists of: MATERIALS: $ /56 80.5. & 9 LABOR: $ e -1 &"OD Subtotal all labor (Items 1 through 40): $2 51, ZP D. 2 4 Subtotal all materials (Items 1 through 40): $�, z54, 76�. o6 Grand total all items (1 through 40) including all materials and labor: $ G. 507, g9o.Z10 ALTERNATIVE BID ITEMS A. 1,774,870 EXCAVATION C.Y. Provide per Item 1 above at the unit price per cubic yard: .on F 4j� &L-K-E6ca West Texas RDF Dollars ('aor-► and Cents ($ m.4 Z The total amount for Alternate Item A consists of: MATERIALS: $ /o, 3vo , O o LABOR: $ /. �. Z Z . sg!2. 5< b -15- $ 1/20/98 W B. 2,154,870 EXCAVATION C.Y. Provide per Item 1 above at the unit price per cubic yard: U' .0 1 f11so o0s t &,tnd-ed -fWe 4 �m fA r- G..1AE2 <-t4,1.�!_7 Dollars a and Cents ($ C1. 9 7 ) $ FRZA The total amount for Alternate Item B consists of: MATERIALS: $ /o. ?a 6, a E LABOR: $14V /Bo. 1" C. 1 TRUCK SCALES L.S. Provide, relocate and install the truck scales including all foundation work, load cells, wiring, salvage and reinstallation of existing scales equipment, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications assuming up to a nine month delay in the relocation of the existing scale at the unit price per lump sum: ,lUlny�ii^FE oust �.L7c� -ZFi� lec-Dollars $ O15/, Q and A D Cents ($,&05100 ) The total amount for Item 40 consists of: MATERIALS: $ LABOR: $ 4 1 DO D. 1 TRUCK SCALES L.S. Provide and install two, new truck scales including all foundation work, load cells, wiring, all labor, equipment and superintendence necessary as shown on the plans and required by the specifications at the unit price per lump sum:4:eZ .Ser/a-Y Air oa sC.0 &5 �ri.�rru�rTr� %wc•1/ �du✓ Dollars and /! Cents ($ (!�2'/' The total amount for Item 40 consists of: MATERIALS: $ tgC 9/5.06 LABOR: $ / t90 West Texas RDF 1/20/98 - 16- ALTERNATIVE BIDS SUMMARY Grand total all items (1 through 40) including all materials and labor less Item 1 plus Alternate A: Grand total all items 0 through 40) including all materials and labor less Item 1 plus Alternate B: $ ! ,4 . Grand total all items (1 through 40) including all materials and labor less Items 1 and 40 plus Alternates Aand C: Grand total all items (1 through 40) including all materials and labor less Items 1 and 40 plus Alternates $4013 9f .64 B and C: Grand total all items (1 through 40) including all materials and labor less Items 1 and 40 plus Alternates A and D: Grand total all items (I through 40) including all materials and labor less Items 1 and 40 plus Alternates B and D: $ G 7 ? G �/ / �� - �� • • Owl ATTEST SECRETARY West Texas RDF 1/20/98 -17- S. Revise Bid Tabulation Item No. 9 in both "EXHIBIT A" AND 'EXHIBIT B" to add after caps "leachate sump access structure, transducer conduit, sump fluid pressure transducer and meter...." 9. Revise Bid Tabulation item No. 20 in both "EXHIBIT A" AND "EXHIBIT B" to remove the term "Float Switch" in both the title and first line. Replace with the term "Transducers". 10. Add Alternative Bid Item E in both "EXHIBIT A" AND "EXHIBIT B" as follows: E.. 653,395 GEOCOMPOSTTE DRAWAaE LAYER S.F. Provide and install the geocomponte drainage layer (with ttammimivity of 4.5 X 164 m2Jsec.) including all labor, equipment and superintendence, including cost of anchor trench construction and compaction of backfill after geocomposite installation as shown on the plans at the unit price per square foot: Dollars and ij eats The total amount for Item E cond= of: MATERIALS: $ ,2,<" ��D.Oc� LABOR: 3 O39.7 - p�'� This item will not be Included In the grand total and will only be considered If the City is able to obtain regulatory approval. 6. Revise Specification Section 02775 2.02 (A) (4) Thickness to remove the Test Value "-5" and replace it with the Test Value "-I Cr. 6. Revise Specification Section 11063 2.03 (A) (1) (e) to delete "10" and replace it with "20". 7. Revise Specification Section02775 2.02 (B) to reverse the geotextile grab strength notation for machine direction and cross -machine direction. HDR Engirt aft, N= 12700 Hfl!crest Road Telephone DOI= Texce 972-960.4400 76230-2096 F= 972460-4471 �I The WFIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Comparves HOME OFFICES: P.O. BOX 1227 BALTIMORE, MD 21203 KNOW ALL MEN BY THESE PRESENTS: That we. ._P:Fes_-RIC __�ONSTRUCTION_COMPANY� _ INC_ (Here insert the name and address or legal title of the Contractor) -------------------------------------------- —_—---------- w------- —.—__—--------- ----------------- as Principal, (hereinafter called the "Principal"), COLONIAL AMERICAN CASUALTY AND SURETY COMP and ______----------------------------------- —-------- __— ----- ---_------- — ---------- —, o altimore, Maryland. a corporation duly organized (Here insert the name of the Surety) under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety") are held and firmly bound unto CITY OF LUBBOCK, TEXAS (Here insert the name and address or legal title of the Owner) --------------------------------- ------ —--------------- ------- ----------- ---------- —-------------- —.as Obligee, (hereinafter called the "Obligee"), in the sum of.._FIVE PERCENT OF THE GREATEST AMOUNT BID ---------dollars (�---�`57---____j, -- -- - -.__-------------- —----------------- -------._ _-- ---- - - ------ for the pavment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for___—_m—__— ------ _.___.----- —_______. WEST TEXAS REGIONAL DISPOSAL FACILITY — PHASE I NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signcd and sealed this .................... ---5TH -----day of_______------_-FEBRUARY------__---A.D., 1919 D:E. RICE CONSTRUCTION COMPANY:INgSEAQ incipal ------------------------------------------------------------ -------------- e- Wirrtess -- -- -- - ---f�__--------- /_ /// ----- ---------------- --- ------- -- Title O FIDELITY AND DEPOSIT COMPANY OF MA XXCOLONIAL AMERICAN CASUALTY ANDS `........ ........ ............................ B .... Y• Witness KEVIN J . DUNN ND COMPANY Title ATTORNEY —IN —FA( C725h1T\1 it) 1191 2151177 C—mrm• In �nlcn. an Imblulc ul nr-Mccl. Drwumcnl A-110. I'111ru.,Y I'1711 I.In1rn. y a The FIDELITY AND DEPOSIT COMPANY OF MARYLAND e COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Cotnparoa HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI; Section 2 of the respective By -Laws of said Companies, which.are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Howard Cowan and Kevin J. Dunn, both of Lubbock, Texas, EACH ............... ....... & ............. e true and lawfulagent and Attorney -in -Fact of each, to make, , scal `4er, for, and on its behalf as surety, and as its act and deed: any and all bonds and unde ni - . PT bonds on behalf of Independent Executors, Community Surv3, and pity Guardians............. XM e execution ot suc bonds or undertakings in pu i these pr "iti�; shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had ° my exec�d acknowledged by the regularly elected officers of the respective Companies at their offices in Baltim , , in the o proper persons. This power of attorney revokes that issued on behalf �ard , etal, dated February 18, 1991. IN WITNESS WHEREOF, the said Vice -Pr ' n and Ass' ecretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDEL EPOSTT Y OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY this day of -- January ; A.D. 19-2 ATTEST: TV AND DEPOSIT COMPANY OF MAR By -e�14 Ass' cretary Vice -President COLONIAL AMERICAN CASUALTY AND SURETY C MP � � fj :SEAL L_eLe(ite By Assistant Secretary Vice -Preside STATE OF MARYLAND 1 CITY OF BALTIMORE } SS: On this I st day of January , A.D. 1992, before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, cattle the above -named Vice -Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally (mown to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I havc hereunto set my (rand and affixed my Official Seal at the City' 312 day . abo e �•�Mo �� — — Notary ub aro J- Fader �w l My commission expires—Augu c t_1_,_1992__— CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -Presidents specially authorized by the Board of Directors to appoint any Attomey-in-Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this --5-M_day of FEBRI RY 19-98. —---- —----- -- ---- --- ----- -- — —- - -- -- - 168-5048 V Assistant Secretary PAYMENT BOND BOND CHECK BEST RATING LICENSED N TEXAS DATE`Uq BY� WORMAS' •:I0 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) b.6. " KNOW ALL MEN BY THESE PRESENTS, that ( �� (hereinafter called the Principal(s), as Fidelity, and eposi@Gornijuny of marylanCL Principal(s), and Colonial Amoric,n C, -ud- 1q and Suroty Company (hereinafter called the Suret (s), as, yret (s), re h Id nd i bgMthe City of Lubbock (hereinafter called the Obligee), in the amount of rs 3q8.14 lawful money of the United States for the payment whereof, the said P ncipal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the P icipal has entered into a certain written contract with the Obligee, dated the � day of and said Principal under the law is required before commencing the work provided for in said contract to execute a bond �-.r n the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent f �s 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 Pr*ncipal (s) and Surety (s) have signed and sealed this instrument this 3/tis-- day of 191. Fidelity and Deposit Company of Maryland_ "We Coioni- An er.— as 'y and Surety Corigmny A Surety --. Principal *By:, (Title) HOWARD COWAN ..ATT-X J N _.FACT By: ."WAie CtdlejJ/„Cc./1 By. 0. ` By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD dftgent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Fidelity, and De osit Company of Maryland, Colonlal Arnar s � and 20=h r-ompaq Surety • By:,/v 4/'/— (Ttie) HOWARD COWAN Approved as to form: ATTY IN FACT City of Lubbock By: City Attorney • Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. tom' PERFORMANCE BOND BOND CHECK BEST RATING _... LICENS D TEXAS DATE BY &-yj Ir o , 090q77/4 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) 1).,e . 1&,t &A KNOW ALL MEN BY THESE PRESENTS, that erelnafter called the Principal(s), as Principal(s), and Fidelity and Deposit Company of Maryland. (hereinafter called the Sur=y(s),,ks ule (s , re h td d f `t?tCitji�13(bbock (herelnafter called the Obligee), in the amount of- -oars (�-sx�1, �i3 .�6) lawful money of the United States for the payment whereof, the said P cipa and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principl,has entered into a certain written contract with the Obligee, dated therday of -TY\hA,0J, . 19 1{ to 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 WITNES HER OF, taid Principal (s) and Surety (s) have signed and sealed this Instrument thlsaL� day of a ty all9 ucNwil iiNauy ui Maryland, Colonial aricanEnduroty CompanyWC. Surety PrincipalBy. ByV64ww­ (Title) i HOWARD COWAN' ATTY IN FACT By- (Title)�- Ts�s By: (Title) The undersigned su t ny represents that it is duly qualified to do business in Texas, and hereby designates i�Wresldent 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.. Fidelity and Deposit Company of Maryland. Colonial Amarica Casual / and uroty Company Surety 'B . C� (Title) Approved as to Form City of Lubbock HowARD U VV ATTY I N FACT, By: City Attome • Note: It signed by an officer of the Surety Company, there must be on file a certified extract from thN $y=taWt'showinjj that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy�of powerbf attorney for our files. u IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO. YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. The FIDELITY AND DEPOSIT COMPANY OF MARYLAND 0 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES. BALMMORE, MD. 212M POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FmELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Howard Cowan and Kevin J. Dunn, both of Lubbock, Texas, EACH ...................... & ......... e uw and laawlU_agent and Attorney -in -Fact of each, to make, , seal cr, for, and on its behalf as surety, and as its act and deed: any and all bonds and unde ngs.. PT bonds on behalf of Independent Executors, Community Surv* and pity Guardians .............. or undertakines in and amply, to all intents and purposes, as if they the respective Companies at their offices in Balt1 revokes that issued on behalf a IN WITNESS WHEREOF, the said the Corporate Seals of the said I SURETY COMPANY this ATTEST: these Wd'acknowledged shall be as binding upon said Companies, as fully ez by the regularly elected officers of �lid., in the proper persons. This power of attorney ard etal, dated February 18, 1991. and Ass' retaries have hereunto subscribed their names and affixed POSIT OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND -day of Janua__� , A.D. 19M 0 AND DEPOSIT COMPANY OF MAIL �-4 By rerary ice-Presidenr +w.•v ^ COLONIAL AMERICAN CASUALTY AND SURETY C MP ; SEAL 1y13 —i�J�— �`�.n^ 4 By } ;1�' Ass'vuSecretary Vice -Pros' f STATE OF MARYLAND ` CITY OF BALTIMORE SS: On this 1 St day of January , A.D. 1992, before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vicc-Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and office= described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City day abo e max. .. •, Notary ub are li7fader M My commission expires AU u-S 1, 1992 CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMEMCAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 31ST day of MARCH . 19 98 168-5048 V _� Assistant Secretary - a CERTIFICATE OF INSURANCE I , _ 1 , APR, -07' 9.8(TUE) 1.1:51 [NICEST �R6UP TEL:915 570 3450 P. 002 A4:4011,01). CERTIPICATE 'OF INSURANCE RATE(MMIDD/YY1 4 0AZ6719S x: PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE The I nWes t GI -au P Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 11 Q N . � lla r,i en ie Yd ■ S L- 33G ALTER THE COVERAGE AFFORDED BY THE POLICIES BC -LOW. 1 1'iid l n l ," fL'r - S COMPANIES AFFORPINE; COVERAGE 4 COLtFArlr 4 A -+;; n-a'l_.Un,ior"L..Fire (Aau) I'A p 11 _ _ INS1Hk1l D. E. RICE CONI T UC'rION GO. 6 Clarendon Nati.u1e- InCu IF'L�A1 _. Namind In+5Lt rod Li-,t.l COMPANY { PG Po;, �44 _. C 5t CLLri+�l Ins of Hari T'nrri l' iHrliAa l - __. k Borger TX 79008 COMPAi•IY D . � COVERAGES ..�..�.— ----. • __ ., .... -- --- " TI.IIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LIS! E.D ULLOW HAVE BEEN ISSUED TO THE INRII)FD NAMFO ABOVI- 1 Oil 1111. POI_IGY PI-141 1) INDICATED, NOTWITHSTANDING ANY f)FOUIHI_MENI', TERM OR CONDITION OF At,:Y CONTFIAtrT Qn 01HFH 1)0OUMLNI WI111 HLSPECI TO WNICHI THIS CERTIFICATE MAY RF ISSUED UH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POI ICII L+ L)L•SCHIBED FIEREJN IS SUBJECT TC ALL THE TFf1LnS, EXCLUEMISANp COP1nIlu7Pl` OI=SUCH POLICIES, LIMITS SHOWN MAY HAVE SFFN REUUCLL) BY PAID CLAIMS. _- -- 11`01I0 CID TYPOOFINSURANCE POLICY NUMBER PDLlCYl:f-(-CCTIVE FKl'IHAl1lNJ LYN DATC(LIMIDDn) DATE(PA61.bMV) IIMI'Iti I LABILITY (,l',hc7Fl+ll %AYuIIcfJGRAL . ,:1 F Q- A CENEI'AI-LIABILTY 7_J65;7�(J i/C.9 ! y i;'FnDCr.JACI TAS J _.._COMMtW:IA'_ -' ICL11�rIS A/ADI"e �Cx:ixlH '+ iI�C)F�� I•'LFtriCINALG RDV IIJJU•l'/ OWWA5FCOnrAAC'TOn'ZMIX CACbIIlCCI1FIR1=hr:A' • .. 1 1•Y Ih Un.a,/ACC IAIw• nna I—) MFO L- CI' jAay Ono— • AUTOtAOD0.G LIARIL17Y A ANY AU'O r,.la 5 654782 7/01/97 //(�j./ GUM"-IIVtU GINI il.0 1 IIAiT — j, ••ll ((yy`` �r�. —..)�L•._rr ' ,_ ALL OWNGfJAI)1'C$ - - ROl.gl1' INJUI III WHIz—V=0 ALTTOx� - it Dr po.aolt} x "RED AuTnAl eon) DL'IDII V 14WHY $ ±i NON`-UWIJEC AUTra:, jPru;Vririnnip a. 1 -� F'RiJPFi(YIMMltCE ;F GARAGE LIANI&D Y wltl"U I:WI Y - HA AC'CIDR•17 'fi - n ANY AUTO, - UIFU'tl-11TOCMILY: •• — --• .. + EM:IIAC.riWri1 - 11, f AGcn[rnTF G RIICESSLUL91LFiY IACHOCC,JrrgFN::t y 0 ac- IIMLiHCLLAFOIIL{ r ;, i/01/97 7/01/98 AGGNtGATC _•-- r I�j{��?�O (`► anICFlTHAN tJ64E r-LLA FORM 1, WORKERSCOIAPENSATION AND EMPLOYERS. LIABILITY` ! STATUTi7HY LIIAII s D CWC.4t-'}0f 2ol--97' 9/04/ 97 9!0.4r98 _ EAGHAr,CIDrm - _ $ Q()0 CI IHLPROPmp-tOfU PAnTNF%.,3Y.E t rUTIVL INCL POLICYLtidlf _ -� OFFIQFNti ANE' : - EkGt. UL`,Fx:,l- • F.Af�H CKIN OVrF $ y 0 l 6{ oo OTHER ... ; r C CC7PAI1523 7101/97 7/01/98 I Builders R] _ik Limit $5..',UCi Dot) DESCAJPT1ON OF OPERATIVN'.i&OCAMNS/VMICLE515PEGAL ITEMS 4 Additionrtl In17,Lxr*'Gd on eaII �dl.i�'ies� r::;(.Fl�t' WC, Wniver Of SLAbr:�r�at.il�n on a1 I. policing in a1vor. Of ;—j- L. [37 !...LJl�t�r�r..k. , rL�`C3S •' L'2d ' :ti("}%) - 14�t� t rE+y.ta ��i r nn 1 Ff i a�d;I-CL:t_I CERTIFICATE HOLDER CANCELLATION - - " GITY OF L•UPB,3CK, ftXAS - tiHCIULO ANY OF T1,11= ApOVC UL•,;rRIDED POI ICIES Di r.ANCELLU3 REFORC )HE EXPPRATION . P . n . Bo:( CATC THEREOF, THC IGSONG COMPANY WILL LNnFAVOR TO NAIL i 10 ; DAYS tYRITTCH NOTICE TO YNic CEnTIFICA TE IIOLDCH IIAMCD TO (HE LEFT, -l1 iJ hPJ r' �• r. TX / Q"i ,zy' .j HIIT FAILURE TO UAIL SUCH NOTICL SMALL IMPOEF NO ONI IF-,ATION OP, L:9CILITY Or ANY ItPNO UPON THE OMI'ANY. 0!'; L-NTS OR i1�PNhjENTAl)Ye3 D UPOF.FT H AUTHaHtrJiI ' I 1� 15 ACQRD?S-S (3rq3) ---- iL3 ACORD CORPORATION IW; 04-07-98 13:45;1 RECEIVED FROM:915 570 3450 P.02 DATE (MMMD/M A0411H). ;.Ls l'Ii�1��ti✓[ � '',INS O 3/30/98 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE THE INWEST GROUP, INC. HOLDER. THIS CERTIFICATE: DOES NOT AMEND, EXTEND OR 0 N. MARIENFELD, SUITE 330 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. t DLAND, TEXAS 79701 COMPANIES AFFORDING COVERAGE COMPANY A NATIONAL UNION FIRE AIG INSURED COMPANY D. E. RICE CONSTRUCTION CO. B CLARENDON NATIONAL INS. CO. (PGA) COMPANY (SEE NAMED INSURED LIST) P. 0. BOX 3344 C SECURITY INS. OF HARTFORD (MCGEE) COMPANY BORGER, TEXAS 79008 D COVERAGESa THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY GENERAL AGGREGATE $ 2000000 X PRODUCTS - COMP/OP AGG $ 1000000 COMMERCIAL GENERAL LIABILITY GL565 2780 7 / 1 /97 7 / 1 /98 CLAIMS MADE K OCCUR PERSONAL & ADV INJURY $ 1000000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000 FIRE DAMAGE (Any one fire) $ 50000 ME EXP (Any one person) $ A AUTOMOBILE LIABILITY ANY AUTO CA5654782 7 / 1 /97 7 / 1 /98 COMBINED SINGLE LIMIT $ 1000000 X BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Pe,person)$ j{ BODILY INJURY $ HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ A EXCESS LIABILITY BE9323154 7 / 1 / 97 7 / 1 / 98 EACH OCCURRENCE $ 5000000 AGGREGATE $ 5000000 X UMBRELLA FORM $ OTHER THAN UMBRELLA FORM B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY CWC42408801-97 9/4/97 9/4/98 STATUTORY LIMITS EACH ACCIDENT $ 1000000 THE PROPRIETOR/ INCL DIS=ASE - POLICY LIMIT $ 1000000 PARTNERSIEXECUTIVE OFFICERS ARE: EXCL DISEASE - EACH EMPLOYEE $ 1000000 C OTHER BUILDERS RISK CCIPA11523 7/1/97 7/1/98 IMIT $5300000 EDUCTIBLE $ 2500 DESCRIPTION OF OPERATIONS/LOCATIONSJVEHICLESISPECIAL ITEMS ADDITIONAL INSURED ON AUTO, WAIVER OF SUBROGATION ON GL, AUTO, UMB & BUILDERS RISK IN FAVOR OF CITY OF LUBBOCK, TEXAS RE: BID #97300 - WEST TEXAS REGIONAL DISPOSAL FACILITY - PHASE I CERTIFCATE HOLDER? E .1 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE OF LUBBOCK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL BOX 2000 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, LunBOCK, TEXAS 79457 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON WE COMPANY, Ai AGENTS OR REPRESENTATIVES. AUTHORIZED REPRES .IVE I woo ACORD 25—S (3/93) DR6' CORPORATION'1993 A001t'/s #!'# �, � ��A� � I j ' D MID ATE (M D/YY) 0• :�� �rL..S•ii,i. :.. ....i e.A„. '. ,.. ,. . ,, el:3 aid .M .,�.. '; J.Y �O 1 .:.-. _ l.)- 3()J PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION The I n West G rOLl p , Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE: DOES NOT AMEND, EXTEND OR 110 N . Ma r i en f e 1 d , Ste 330 le omm-clid i and , Texas 79701 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A NationalG INSURED COMPANY CITY OF LUBBOCK, TEXAS B COMPANY PO Box 2000 C COMPANY Lubbock TX 794ra' 7 D VERAGES7�` A; f1, , I E"i, THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MWDDIYY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ A COMMERCIAL GENERAL LIABILITY TO BE DETERMINED 3/30/98 7/01/98 PRODUCTS - COMP/OPAGG $ CLAIMS MADE ❑ OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 3 )f if it i(i() FIRE DAMAGE (Any one fire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS' LIABILITY EACH ACCIDENT $ THE PROPRIETOR/ INCL DISEASE - POLICY LIMIT $ PARTNERSIEXECUTIVE DISEASE - EACH EMPLOYEE $ OFFICERS ARE: EXCL OTHER i Contractor: D.E.�Rice I Construction 0li DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS _ BE; Bid Q 7 ) t) 4 in CERTIFICATE HOLDER 1 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE /CITY OF LUBBOCK, TEXAS f G . 0 . Bo x ^00C-) EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL I I-) DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, LI_I b bo c k , TX 79457 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE S. EP AUTHORIZED RRES TATIVE 1-' 5 AC0RD2b-S(3/3 �;' �� i� �I,r(, I •1,. ,�,' fic.,a1, <• RPORATION 1993 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Agent (Signature) Name of Agent/Broker: . Address of Agent/Broker. 'City/State/Zip: Agent (Print) Agent/Broker Telephone Number. ( ) Date: CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: NOTE TO AGENTIBROKER If this time requirement 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 Purchasing Manager for the City of Lubbock at (806)775-2165. {,BID #97300 — WEST TEXAS REGIONAL DISPOSAL FACILITY — PHASE I rl), 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: y 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. 0 a certificate of coverage, prior to the other person beginning work on the project; and (H) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, If the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (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.0 a CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26"' day of March, 1998 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and D.E. Rice Construction Company, Inc. of the City of Borger, County of Hutchinson and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and inconsideration 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 # 97300 - WEST TEXAS REGIONAL DISPOSAL FACILITY - PHASE 1- $5,264,398.66 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. 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 r yie bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make dayment 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. ATTEST: Secretary APPROVED AS TO CONTENT: Owners Repr ' e nta APPROVED AS TO FORM: City Attorney Corporate Secretary 1 ,I. 020��F' , P Dr PF CONTRACTOR: D.E. RICE CO S CTION Coe PANY, INC. By: PRINTED NAME:�i�� TITLE: �L'C-�%�R'CaiAln7 COMPLETE ADDRESS: D.E. Rice Construction Company, Inc. PO Box 3344 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. CCONTRACTOR Whenever the word Contractor, or Second Party, Is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit D.E. RICE CONSTRUCTION COMPANY. INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used In this contract, It shall be understood as referring to, City of Lubbock, or its representative JERE HART, LANDFILL SPECIAL. PROJECTS ENGINEER, so designated who will Inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as maybe 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 Certificate, 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 fumished 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. 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. MIGHT 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. e 4. 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 insure 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 bome by the Contractor. The Owner or Owner's Representatives shall not be responsible for the ads 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 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. 3 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 bome by the Contractor at its own cost and expense. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, 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 and completion of this contract where it is not otherwise specifically provided that Owner shall fumish 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 which 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 will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and f approvals shall be bome 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 Owners 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 herelnabove 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 nelther 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' A 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 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 prior to the commencement 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 prior to 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 takeout 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, attomeys' 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 insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, 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. R shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $3,000.000 i� Combined Single Limit in the aggregate and per occurrence to Include: Premises and Operations Explosion & Collapse Hazard Pollution Protection Endorsement Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $3,000,000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $3,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.. 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 Contractoes/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, 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. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. S. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the ' governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity In writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 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 workers 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 entities the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract Is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the Insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date bome by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome 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: () 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 (i) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice 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 shalt 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: M 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 5121440-3789 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: 0 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; (i) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (Ill) 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; (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; (v) 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 (Q-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor In paragraph 27 hereof, the Contractor agrees that it will Indemnify and save the Owner and 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, matedalmen 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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such Indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. 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 Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 1 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 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 $ 500 (TWO THOUSAND FIVE HUNDRED DOLLARS) 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 the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It Is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work 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 Owners 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 Owners 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, Owners 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 Owners Representative for the Owner's convenience, In which event, such expense as in the sole judgment of the Owners Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 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 fumished 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 fumish 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 Owners 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. Owners 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 shalt 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 Owners Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to ,ram, enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work F performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. f 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 31 st 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) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 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 herelnbefore 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 (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 which remain on the jobsite and belong to persons other f 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 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. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business In the State of Texas. 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 CIRCUMSTANCE 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 bome 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 (1) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or go 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. 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 1^� asbestos; and (i1) are provided and utilize all protective equipment, including without limitation, personal r protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. CURRENT WAGE DETERMINATIONS i March 14, 1996 Item #19 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public i works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and i WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by j Resolution No. 2502 enacted January 8, 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: ;i THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction `. Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate `. Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 14th ATTEST: &d—, a av-34� Betty M. Jdfinson, City Secretary APPROVED AS TO CONTENT: Mary AndrWws, Managing Director of Human Resources APPROVED AS TO FORM: old Willard,"Assistant City Attorney HW:da/ccdocs/pubworks.res February 14. 1996 1) rch A F 7� a 7 �,I 1996. UIT • • EDIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Piping/Boiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Weider -Certified 10.00 N EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hody Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators ' Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. SPECIFICATIONS d r0" TECHNICAL SPECIFICATIONS FOR WEST TEXAS REGION DISPOSAL FACILITY PHASE I FACILITY DEVELOPMENT CITY OF LUBBOCK, TEXAS LUBBOCK TEXAS �Q;•(%OF g Prepared by: CHARLES W. FIEaLEA HDR Engineering, Inc. """"' •o �� S22a7 V 12700 Hillcrest Road Suite 125 N Dallas, Texas 75230 Civil November 1997 qC, S` ct �0 OF ••:••••••fees••% OF �P .•••...•..C. 9 .. C. * y •'••• •••••••••••••••••••�•••� ._ .K;MSRGGI ..... ... ... ..s.. LEOPOLDO F RIOS .. eeeeeee'eeeee� -o • p /ALONZO .. ...... W ....9..... ... : 1 .0 82500 p • �� roc ��ISTEQ�,`�``.: :2�d28 •c/ III -F I. ? 97 6Z 7 y 7 Architectural Structural Electrical echanical TOC-1 TABLE OF CONTENTS DIVISION 1 - GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01027 APPLICATION FOR PAYMENT 01039 COORDINATION AND MEETINGS 01041 PROJECT COORDINATION 01201 SUPERVISION BY CONTRACTOR 01340 SHOP DRAWINGS, PRODUCT DATA & SAMPLES; 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01501 HEALTH AND SAFETY PROVISIONS 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01600 PRODUCT DELIVERY, STORAGE, AND HANDLING 01601 JOB CONDITIONS 01640 PRODUCT SUBSTITUTIONS 01650 FACILITY STARTUP DIVISION 2 - SITE WORK 02110 SITE CLEARING 02200 EARTHWORK 02221 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 02260 TOPSOILING AND FINISHED GRADING 02261C ALL-WEATHER ACCESS ROAD AND LOW WATER CROSSINGS 02270 SOIL EROSION AND SEDIMENT CONTROL 02271 STONE REVETMENT (RIP RAP) - RENO MATTRESS 02441 DRIP IRRIGATION SYSTEM 02444 FENCES AND GATES 02511 FLEXIBLE BASE - CALICHE 02529 CONCRETE SIDEWALK AND STEPS 02775 GEOSYNTHETIC LINER AND LEACHATE COLLECTION SYSTEM 02775G GEOSYNTHETIC CLAY LINER 02930 SEEDING AND LANDSCAPING DIVISION 3 - CONCRETE 03001 CONCRETE 03002 CONCRETE 03450 ARCHITECTURAL PRECAST CONCRETE DIVISION 4 - MASONRY 04050 COLD WEATHER MASONRY PROCEDURES 04110 CEMENT AND LIME MORTARS 04150 MASONRY ACCESSORIES 04220 CONCRETE MASONRY 04510 MASONRY CLEANING DIVISION 5 - METALS 05100 STRUCTURAL STEEL West Texas Region Disposal Facility Phase 1 Construction TOC-2 05301 METAL ROOF DECKING 05500 METAL FABRICATIONS DIVISION 6 - WOOD AND PLASTICS 06000 CARPENTRY DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07176 WATER REPELLENT COATING - TRANSPARENT 07210 BUILDING INSULATION 07270 FIRESTOPPING 07411 PREFINISHED METAL SIDING 07605 PREFINISHED METAL ROOFING 07900 JOINT SEALANTS DIVISION 8 - DOORS AND WINDOWS 08100 METAL DOORS, FRAMES AND WINDOWS (HM) 08365 OVERHEAD DOOR 08700 FINISH HARDWARE 08800 GLASS AND GLAZING 08950 TRANSLUCENT PANEL SYSTEMS DIVISION 9 - FINISHES 09110 NON -LOAD BEARING WALL FRAMING SYSTEMS 09227 EXTERIOR STUD WALL SYSTEM 09250 GYPSUM WALLBOARD (GB) 09310 CERAMIC TILE (CT) 09510 ACOUSTICAL CEILING TILE MATERIALS (ACT) 09660 RESILIENT TILE FLOORING (RVT) (RB) 09761 SPECIAL FLOOR TREATMENT (CS) 09900 PAINTING (PNT) DIVISION 10 - SPECIALTIES 10162 METAL TOILET PARTITIONS 10200 LOUVERS AND VENTS 10260 CORNER GUARDS 10444 SIGNS 10520 FIRE PROTECTION SPECIALTIES (FEC) 10800 TOILET AND BATH ACCESSORIES (TA) DIVISION 11 - EQUIPMENT 11005 EQUIPMENT: BASIC REQUIREMENTS 11060 PUMPING EQUIPMENT: GENERAL REQUIREMENTS 11063 PUMPING EQUIPMENT: HORIZONTAL END SUCTION CENTRIFUGAL 11066 PACKAGE HYDROPNEUMATIC PRESSURE SYSTEM 11654 SHOP EMERGENCY AND SAFETY EQUIPMENT West Texas Region Disposal Facility Phase 1 Construction a TOC-3 DIVISION 12 - FURNISHINGS 12340 ARCHITECTURAL CASEWORK (AC) PLASTIC LAMINATE FACED 12512 HORIZONTAL LOUVER BLINDS DIVISION 13 - SPECIAL CONSTRUCTION 13121 PRE-ENGINEERED BUILDINGS 13440 INSTRUMENTATION FOR PROCESS CONTROL: BASIC REQUIREMENTS 13445 SUMP FLUID PRESSURE TRANSDUCER AND METER DIVISION 14 - CONVEYING SYSTEMS 14300 HOIST FOR BRIDGE CRANE 14305 BRIDGE CRANE DIVISION 15 - MECHANICAL 15010 MECHANICAL: BASIC REQUIREMENTS 15010A SPECIAL MECHANICAL REQUIREMENTS 15060 PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 15060A PIPE AND FITTINGS FOR BUILDINGS 15064 PIPE: PLASTIC 15065 HDPE PIPE 15100A MANUAL VALVES FOR BUILDINGS 15101 GATE VALVES 15106 CHECK VALVES 15114 SPECIALITY VALVES AND CONTROLS 15120 PIPING SPECIALTIES 15140 PIPING SUPPORTS, SLEEVES AND SEALS 15190 MECHANICAL IDENTIFICATION SYSTEMS 15250 PIPE, DUCT AND EQUIPMENT INSULATION 15300 FACILITY FUELING SYSTEM 15410 PLUMBING PIPING 15440 PLUMBING FIXTURES AND TRIM 15481 COMPRESSED AIR SYSTEM 15484 LIQUID PETROLEUM GAS SYSTEM 15675 SPLIT AIR CONDITIONERS 15831 GAS FIRED UNIT HEATERS 15870 EXHAUST AND VENTILATING FANS 15880 AIR DISTRIBUTION SYSTEM 15991 TESTING AND BALANCING DIVISION 16 - ELECTRICAL 16010 ELECTRICAL GENERAL REQUIREMENTS 16013 WIRING EQUIPMENT FURNISHED BY OTHERS 16110 RACEWAYS 16111 CONDUIT, CONDUIT FITTINGS AND CONDUIT SUPPORTS 16115 UNDERGROUND CONDUIT 16120 WIRE AND CABLE - 600 VOLT AND BELOW West Texas Region Disposal Facility Phase 1 Construction TOC-4 16130 BOXES AND FITTINGS 16140 WIRING DEVICES 16440 DISCONNECT SWITCHES 16450 GROUNDING 16460 DRY TYPE TRANSFORMERS 16470 PANELBOARDS 16475 OVERCURRENT PROTECTIVE DEVICES 16510 INTERIOR LIGHTING 16510A LIGHTING FIXTURE SCHEDULE 16530 EXTERIOR SITE LIGHTING 16670 LIGHTNING PROTECTION SYSTEM 16741 EMPTY CONDUIT AND OUTLET BOXES 16750 COMMUNICATIONS SYSTEMS - GENERAL REQUIREMENTS West Texas Region Disposal Facility Phase 1 Construction 01010-1 O1 97D17 SECTION 01010 02 03 SUMMARY OF WORK 04 05 06 PART 1 - GENERAL 07 08 1.01 SECTION INCLUDES: 09 10 A. Work to be done. 11 B. Work by Owner. 12 C. Contractor Use of Site and Premises. 13 D. Future Work. 14 E. Work Sequence. 15 F. Pre -Bid Site Investigation. 16 G. Owner Occupancy. 17 H. Weekend Work. 18 I. Maintenance of Traffic. 19 J. Dust Control 20 21 1.02 WORK TO BE DONE 22 23 A. The Contractor shall furnish all material, labor, 24 equipment and incidentals required to perform the 25 work under the contract for the construction of the 26 initial landfill cell, including a composite liner 27 and leachate collection system, but not limited to 28 the following: 29 _ 30 1. Perform all clearing, grubbing, excavation and 31 disposal of unsuitable material, backfill, 32 grading, site cleanup and restoration, and 33 perform all site construction work necessary to 34 complete the work of this contract. 35 2. Construct landfill cell and all appurtances, 36 including: a) Geosynthetic clay liner, b) High 37 density polyethylene (HDPE) flexible membrane 38 liner, c) Geocomposite drainage fabric, d) 39 Gravel -embedded, HDPE leachate collection pipe, 40 e) Gravel -filled leachate collection sump and 41 riser pipe, f) 2 FT minimum soil protective cover 42 layer, g) Remote powered liquid level transducer 43 and transducer riser pipe, and h) Concrete 44 leachate sump access structure. 45 3. Construct the Gate House, Maintenance Facility, 46 and Citizen Drop-off Area including: a) 47 Installation of new scales as specified in 48 Section 13449, b) Relocation and re -installation 49 of exiting scales and computer controls from 50 existing landfill, c) Construction of 500,000 51 gallon lined pond, d) Construction and 52 installation of 5,000 and 1,000 gallon West Texas Region Disposal Facility Phase 1 Construction 01010-2 01 aboveground fuel tanks and appurtenances, e) 01 02 Construction of concrete fueling pad, f) 02 03 Construction of grit and grease trap and 03 04 associated plumbing, g) Construction of chain 04 05 link fences, cantilever gates, and barbed wire 05 06 fences around the entire facility, h) 06 07 Construction of facility concrete, asphaltic and 07 08 gravel access roads, including one low water 08 09 crossing, i) Construct concrete retaining walls, 09 10 and j) Construction of raw sewage holding tanks 10 11 and associated plumbing, k) Construction of 24-FT 11 12 x 110-FT gatehouse facility, 1) Construction of 12 13 heavy maintenance shop facility. 13 14 4. Furnish and install utilities including a) 14 15 Electrical service to the Gate House, Maintenance 15 16 Facility, groundwater well pumps and irrigation 16 17 pumphouse, b) Telephone services as noted on the 17 18 plans, c) Non -potable water services as noted on 18 19 the plans, including: controls, all underground 19 20 utility lines, tanks, controls, and service pumps. 20 21 5. Furnish and install a non -potable water supply 21 22 system, HDPE lined surface water impoundment and 22 23 drip irrigation system as shown on the plans 23 24 including: a) 10,000 GAL plastic surface storage 24 25 tanks, b) All pipes, valves, control centers and 25 26 irrigation emitters, c) Irrigation pump and 26 27 controls inside an insulated pumphouse, and d) 27 28 500,000 gallon, HDPE lined surface impoundment. 28 29 6. Maintain the drainage and erosion control at the 29 30 site that may be affected as a result of the 30 31 construction activities. 31 32 7. Place all facilities and equipment for functional 32 33 operation, including all associated and necessary 33 34 serices. All fees, labor, material, and 34 35 consultation from manufacturer's and 35 36 manufacturer's representatives during 36 37 construction and during appropriate warranty 37 38 period shall be borne by Contractor as may be 38 39 required to accomplish intent of contract 39 40 documents and functional service thereof. 40 41 Warranty period shall commence upon date of 41 42 substantial completion. 42 43 43 44 B. The work to be done shall include all work shown on 44 45 the Drawings and specified herein. All work shall be 45 46 in accordance with all applicable State and Federal 46 47 regulations, accepted trade practices, the Drawings, 47 48 the requirements of the specifications and addenda 48 49 (if any) . 49 50 50 51 C. The foregoing is a general description only and shall 51 52 not be construed as a complete description of the 52 West Texas -Region Disposal Facility Phase 1 Construction 01010-3 O1 work to be performed. 01 02 02 03 1.03 WORK BY OWNER 03 04 04 05 A. The Owner plans to implement landfill operations upon 05 06 completion of the Work. 06 07 07 08 B. Information or services under the Owner's control 08 09 will be furnished by the Owner with reasonable 09 10 promptness to avoid delay in the orderly progress of 10 11 the work. 11 12 12 13 C. The Owner will issue all instructions to the 13 14 Contractor through the Engineer. 14 15 15 16 D. Items noted "NIC" (Not in Contract) will be furnished 16 17 and installed by Owner or other Contractors. 17 18 18 19 1.04 CONTRACTOR USE OF SITE AND PREMISES 19 20 20 21 A. Limit use of site and premises to allow: 21 22 1. Owner occupancy. 22 23 2. Work by Others and Work by Owner. 23 24 24 25 B. The Contractor shall confine his materials and their 25 26 storage, and the operation of his workmen to limits 26 27 indicated by laws, ordinances, permits, directions of 27 28 the Owner and Enginer and as shown, and will not 28 29 unreasonably encumber the premises with such 29 30 materials, but shall store them in orderly fashion so 30 31 that they will not interfere with the work under this 31 32 Contract or other contracts, or with the operation of 32 33 the Owner's facilities. The Contractor shall not 33 34 load nor permit any part of the work to be loaded 34 35 with a weight that will endanger its safety or unduly 35 36 affect the structure or any part thereof. The 36 37 Contractor shall enforce the instructions of the 37 38 Engineer regarding signs, fires, and smoking. 38 39 39 40 C. Contractor staging areas and stockpiles of material 40 41 shall be in areas approved or designated by the 41 42 Engineer. 42 43 43 44 D. Neither the Contractor nor any of his employees shall 44 45 park any vehicle anywhere on the site, except at such 45 46 locations as shown or as specifically approved by the 46 47 Engineer for such purpose. 47 48 48 49 1.05 FUTURE WORK 49 50 50 51 A. Project is designed for extension of and attachment 51 52 to future landfill construction. 52 West Texas Region Disposal Facility Phase 1 Construction 01010-4 O1 02 1.06 WORK SEQUENCE 03 04 A. Contractor shall submit a detailed proposed schedule 05 to complete each item or system to the Engineer 06 pursuant to Section 01340 1.04.D. 07 08 B. Contactor shall coordinate installation of water 09 supply system and 500,000 gallon pond as well as 10 installation of all phone services prior to 11 commencement of any other work. Complete dust 12 suppression by water sprinkling will be maintained by 13 the Contractor at all times during construction. 14 15 1.07 PRE -BID SITE INVESTIGATION 16 17 A. The Contractor must satisfy himself as to the nature 18 and location of the Work, local conditions, 19 particularly those bearing upon the existing site, 20 availability of transportation, access to the site, 21 disposal, handling and storage or materials, 22 availability of labor, water, electric power, roads, 23 and uncertainties of weather, or similar physical 24 conditions at the site, the conformation and 25 conditions of the ground, the character of equipment 26 and facilities needed preliminary to and during the 27 execution of the Work and all other matters which can 28 in any way affect the Work or the cost thereof under 29 this Contract. 30 31 B. The Contractor further must satisfy himself as to 32 character, quality, and quantity of surface and 33 subsurface materials to be encountered from his 34 inspection of the site and from reviewing any 35 available records of exploratory work furnished by 36 the Owner which are being made available for 37 supplemental information. Failure by the Conractor 38 to become acquainted with the physical conditions of 39 the site and all the available information will not 40 relieve the Contractor from responsibility for 4I properly estimating the difficulty or cost of 42 successfully performing the Work. 43 44 1.08 OWNER OCCUPANCY 45 46 A. Cooperate with Owner to minimize conflict and to 47 facilitate Owner's operations. 48 49 B. Schedule the work to accommodate this requirement. 50 51 1.09 WEEKEND WORK 52 West Texas Region Disposal Facility Phase 1 Construction I 01010-5 O1 A. The Contractor will be allowed to work from 7:00 AM O1 02 to 7:00 PM, Monday to Saturday. The Contractor will 02 03 be allowed to work on Sunday from 7:00 AM to 7:00 PM, 03 04 provided that the following conditions are met: 04 05 05 06 1. The Owner and Engineer are notified 48 hours in 06 07 advance of the Contractor's intent to work on 07 08 Sunday, and; 08 09 2. Noise levels at the property line do not exceed 09 10 52 dbA between 7:00 AM and 1:00 PM. 10 11 11 12 1.10 MAINTENANCE OF TRAFFIC 12 13 13 14 A. The Contractor shall control the Main Entrance past 14 15 the proposed Gate House to access the site. The 15 16 Contractor shall restrict access to the construction 16 17 site. 17 18 18 19 B. Contractor shall install, at his cost, an entrance to 19 20 the work conforming to Texas Department of 20 21 Transportation Standards for such facilities. The 21 22 construction entrance shall be constructed to 22 23 minimize off -site tracking of soils and shall provide 23 24 adequate drainage. 24 25 25 26 1.11 DUST CONTROL 26 �". 27 27 28 A. Contractor shall control dust pursuant to Section 28 29 01560 3.01 F. If complaints relating to dust are 29 30 received by the City, the work causing the excessive 30 31 dust shall be suspended until the condition is abated 31 32 to the satisfaction of the Complaintant. No 32 33 additional time will be allowed to complete the work. 33 34 Attention is called to Section 00301 10.2 - 34 35 Liquidated Damages. 35 36 36 37 PART 2 - PRODUCTS 37 38 38 39 NOT USED. 39 40 40 41 PART 3 - EXECUTION 41 42 42 43 NOT USED. 43 44 44 45 END OF SECTION 45 West Texas Region Disposal Facility Phase 1 Construction 01027-1 N N O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 97D17 PART 1 GENERAL 1.01 SECTION INCLUDES SECTION 01027 APPLICATION FOR PAYMENT A. _Procedures for preparation and submittal of Applications for Payment. 1.02 RELATED SECTIONS A. Document - General Conditions. B. Section 01340 - Submittals. C. Section 01700 - Contract Closeout. 1.03 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required. B. The Contractor may submit to the Engineer for approval an alternate request for payment format. All such submittals must be prior to the Contractor's first payment request. C. For each item, provide a column for listing: Item Number; Description of Work, Unit Prices, Previous Applications, Work in Place, Authorized Change Orders, Total Completed, Percentage of Completion, Balance to Finish, and Retainage. 1.04 PREPARATION OF APPLICATIONS A. Present required information on electronic•media printout. B. Execute certification by signature of authorized officer. C. Use data from approved unit price on the itemized bid. Provide dollar value in each column for each line item for portion of work performed. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 01027-2 01 Section 01700 - Contract Closeout. 01 02 02 03 1.05 SUBMITTAL PROCEDURES 03 04 04 05 A. Submit one (1) original and two (2) copies of each 05 06 Application for Payment. The individual documents 06 07 shall be so marked so as to distinguish the original 07 08 and the copy. 08 09 09 10 B. Submit an updated construction schedule specified in 10 11 Section 01340 - Submittals with each Application it 12 for Payment. 12 13 13 14 C. Submit construction photographs specified in 14 15 Section 01340 - Submittals with each Applications 15 16 for Payment. 16 17 17 18 D. Submit shop drawing tabulation specified in Section 18 19 01340 - Shop Drawings with each Application for 19 20 Payment. 20 21 21 22 E. Payment Period - Submit at intervals stipulated in 22 23 the Agreement. 23 24 24 25 F. Submit under transmittal letter specified in 25 26 Section 01340 - Submittals. 26 27 27 28 G. Progress payments will not be processed until project 28 29 Record Documents are up-to-date and complete. 29 30 30 31 H. Application for Payment will not be processed unless 31 32 it is complete and contains all of the above 32 33 specified items for the work covered by the payment 33 34 request. 34 35 35 36 1.06 SUBSTANTIATING DATA 36 37 37 38 A. When Engieer requires substantiating information, 38 39 submit data justifying dollar amounts in questions. 39 40 40 41 B. Provide one (1) copy of data with cover letter for 41 42 each copy of submittal. Show Application number and 42 43 date, and line item by number and description. 43 44 44 45 PART 2 - PRODUCTS 45 46 46 47 NOT USED. 47 48 48 49 PART 3 - EXECUTION 49 50 50 51 NOT USED. 51 52 END OF SECTION 52 West Texas Region Disposal Facility Phase 1 Construction d 01039-1 01 97D17 SECTION 01039 01 02 02 03 COORDINATION AND MEETINGS 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SECTION INCLUDES 08 09 09 10 A. Coordination. 10 11 B. Preconstruction Conference. 11 12 C. Site Mobilization Conference. 12 13 D. Progress Meetings. 13 14 14 15 1.02 RELATED SECTIONS 15 16 16 17 A. Section 01041 - Project Coordination. 17 18 18 19 1.03 COORDINATION 19 20 20 21 A. The General Contractor shall have primary responsibility to 21 22 coordinate and schedule the Work. However, each contractor shall 22 23 be responsible for adhering to the schedule and coordinating 23 24 submittals and installation of the Work of the various Sections 24 25 of specifications to assure efficient and orderly sequence of 25 26 installation of interdependent construction elements. 26 27 Accordingly, each Contractor shall, as applicable, perform the 27 28 following tasks. 28 29 29 30 1. verify that all utility requirement characteristics of 30 31 operating equipment are compatible with building utilities. 31 32 Coordinate work of various Sections having interdependent 32 33 responsibilities for installing, connecting to, and placing 33 34 in service, such equipment. 34 35 2. Coordinate completion and clean-up of Work of separate 35 36 Sections in preparation for Substantial Completion and for 36 37 portions of Work designated for Owner's occupancy. 37 38 3. After Owner occupancy of premises, coordinate access to site 38 39 for correction of defective work and Work not in accordance 39 40 with Contract Documents, to minimize disruption of Owner's 40 41 activities. 41 42 42 43 1.04 PRECONSTRUCTION CONFERENCE 43 44 44 45 A. Owner and Engineer will schedule a conference after Notice of 45 46 Award. 46 47 47 48 B. Attendance Required - Owner, Engineer, and Contractor. 48 49 49 50 C. Agenda: 50 51 1. Execution of Owner -Contractor Agreement. 51 52 2. Submission of executed bonds and insurance certificates. 52 West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 01039-2 3. Distribution of Contract Documents. 01 4. Submission of list of Subcontractors, list of products, unit 02 prices and construction work schedule in accordance with 03 Sections 01340 - Submittals. 04 5. Designation of personnel representing the parties in Contract 05 and the Engineer. 06 6. Procedures and processing of field decisions, submittals, 07 substitutions, applications for payments, proposal request, 08 Change Orders and Contract closeout procedures. 09 7. Scheduling. 10 11 1.05 SITE MOBILIZATION CONFERENCE 12 13 A. Engineer and Owner will schedule a conference at the Project site 14 prior to Contractor occupancy. 15 16 B. Attendance Required - Owner, Engineer, special Consultants, and 17 Contractor, Contractors Superintendent, and major 18 Subcontractors. 19 20 C. Agenda: 21 1. Use of premises by Owner and Contractor. 22 2. Owners requirements and partial occupancy. 23 3. Construction facilities and controls provided by Owner. 24 4. Temporary utilities provided by Owner, if any. 25 5. Survey layout. 26 6. Security and housekeeping procedures. 27 7. Schedules. 28 S. Procedures for testing. 29 9. Procedures for maintaining Record Documents. 30 31 1.06 PROGRESS MEETINGS 32 33 A. The Engineer will schedule and administer meetings throughout 34 progress of the Work at maximum weekly intervals. 35 36 B. The Engineer will make arrangements for meetings, preside at 37 meetings, record minutes, and distribute copies to Owner, 38 Contractor, participants, and those affected by decisions made. 39 40 C. Attendance Required - Job superintendent, major Subcontractors 41 and suppliers, owner and Engineer, as appropriate to agenda 42 topics for each meeting. 43 44 D. Agenda: 45 1. Review minutes of previous meetings. 46 2. Review of Work progress. 47 3. Field observations, problems, and decisions. 48 4. Identification of problems which impede planned progress. 49 5. Review of submittals schedule and status of submittals. 50 6. Review of off -site fabrication and delivery schedules. 51 7. Maintenance of progress schedule. 52 West Texas Region Disposal Facility Phase 1 Construction A 01039-3 01 8. Corrective measures to regain lost progress. t 02 9. Planned progress during succeeding work period. 03 10. Coordination of projected progress. 04 11. Maintenance of quality and work standards. 05 12. Effect of proposed changes on progress schedule and 06 coordination. 07 13. Other business relating to Work. 08 09 10 PART 2 - PRODUCTS 11 12 NOT USED. 13 14 PART 3 - EXECUTION 15 16 NOT USED. 17 18 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 01041-1 01 97D17 SECTION 01041 01 02 02 03 PROJECT COORDINATION 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 SECTION INCLUDES 07 08 08 09 A. Project Coordination. 09. 10 B. Construction Mobilization. 10 11 C. Schedules. 11 12 D. Submittals. 12 13 E. Coordination Drawings. 13 14 F. Closeout Procedures. 14 15 15 16 1.02 RELATED SECTIONS 16 17 17 18 A. Section 01039 - Coordination and Meetings. 18 19 19 20 B. Section 01700 - Contract Closeout. 20 21 21 22 1.03 PROJECT COORDINATION ADMINISTRATOR 22 23 23 24 A. The party acting as Project Engineer for the Owner shall act as 24 25 Project Coordination Administrator. 25 26 26 27 1.04 CONSTRUCTION MOBILIZATION 27 28 28 29 A. The Contractor will cooperate with the Owner and Engineer in 29 30 allocation of mobilization areas of site; for field offices and 30 31 sheds, for access, traffic, and parking facilities. 31 32 32 33 B. During construction, coordinate use of site and facilities 33 34 through the Engineer. 34 35 35 36 C. Comply with Engineers procedures for project communications; 36 37 submittals, reports and records, schedules, coordination 37 38 drawings, and recommendations; and resolution of ambiguities and 38 39 conflicts. 39 40 40 41 D. Comply with instructions of the Engineer for use of temporary 41 42 utilities and construction facilities. 42 43 43 44 E. Coordinate field engineering and layout work under instructions 44 45 of the Engineer. 45 46 46 47 1.05 SITE MOBILIZATION CONFERENCE 47 48 48 49 A. Submit preliminary construction work schedule in accordance with 49 50 Section 01340 - Submittals. 50 51 51 52 B. At a minimum, submit revised construction work schedule with each 52 West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01041-2 request for payment. 01 02 1.06 SUBMITTALS 03 04 A. Submit shop drawings, product data and samples in accordance with 05 Section 01340 - Shop Drawings; Product Data and Samples; 06 Operation & Maintenance Manuals for review and compliance with 07 Contract Documents, for field dimensions and clearances, for 08 relation to available space, and for relation to work of separate 09 contracts. Revise and resubmit as required. 10 11 B. Submit requests for interpretation of Contract Documents, and 12 obtain instructions through Engineer. 13 14 C. Process requests for substitutions, and change orders, through 15 the Engineer. 16 17 D. Deliver closeout submittals for review and preliminary inspection 18 reports, for transmittal to the Engineer. 19 20 1.07 CLOSEOUT PROCEDURES 21 22 A. Notify Engineer in writing when Work is considered ready for 23 Substantial Completion. Accompany Engineer on preliminary 24 inspection to determine items to be listed for completion or 25 correction in Contractor's notice of Substantial Completion. 26 27 B. Comply with Engineer's instructions to correct items of Work 28 listed in executed Certificates of Substantial Completion and for 29 access to Owner occupied areas. 30 31 C. Notify Engineer in writing when Work is considered finally 32 complete. Accompany Engineer on preliminary final inspection. 33 34 D. Comply with Engineer's instructions for completion of items of 35 Work determined by the Engineer's final inspection. 36 37 PART 2 - PRODUCTS 38 39 NOT USED. 40 41 PART 3 - EXECUTION 42 43 NOT USED. 44 END OF SECTION 45 West Texas Region Disposal Facility Phase 1 Construction 01201-1 O1 97D17 SECTION 01201 01 02 02 03 SUPERVISION BY CONTRACTOR 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 REQUIREMENTS 07 08 08 09 A. The Contractor shall supervise and direct the work 09 10 using his best skill and attention. He shall be 10 11 solely responsible for all construction means, 11 12 methods, techniques, sequences and procedures and 12 13 safety precautions employed for the work under the 13 14 Contract. 14 15 15 16 B. The Contractor shall employ at the site during the 16 17 performance of the work or any part thereof, a 17 18 competent superintendent or foreman who shall be 18 19 satisfactory to the Engineer, and who shall not be 19 20 replaced except with the consent of the Engineer, 20 21 unless he shall cease to be in the employ of the 21 22 Contractor. Such superintendent or foreman shall 22 23 represent and have full authority to act for the 23 24 Contractor in his absence and all directions given by 24 25 such superintendent or foreman shall be as binding as 25 26 if given to the Contractor. 26 27 27 28 28 29 END OF SECTION 29 West Texas Region Disposal Facility Phase 1 Construction d 01340-1 01 96A02 SECTION 01340 01 % 02 02 03 SHOP DRAWINGS, PRODUCT DATA & SAMPLES; 03 04 OPERATION & MAINTENANCE MANUALS; 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. General: 10 11 1. Section Addresses: 11 12 a. Mechanics and administration of the submittal process for 12 13 shop drawings, operation and maintenance manuals. 13 14 14 15 B. Related Sections include but are not necessarily limited to: 15 16 1. City of Lubbock Bidding Requirements, Contract Forms, and 16 17 Provisions of the Contract. 17 18 2. Division 1 - General Requirements. 18 19 3. Sections in Divisions 2 through 16 identifying required 19 20 submittals. 20 21 21 22 1.02 DEFINITIONS 22 23 23 24 A. Shop Drawings: 24 25 1. See General Provisions. 25 26 2. Product data and samples are Shop Drawing information. 26 27 27 28 B. Miscellaneohs Submittals: 28 29 1. Submittals other than Shop Drawings: 29 30 2. Representative types of miscellaneous submittal items include 30 31 but are not limited to: 31 32 a. Construction schedule. 32 33 b. Concrete, soil compaction, and pressure test reports. 33 34 c. Installed equipment and systems performance test reports. 34 35 d. Manufacturer's installation certification letters. 35 36 e. Instrumentation and control commissioning reports. 36 37 f. Warranties. 37 38 g. Service agreements. 38 39 h. Survey data. 39 40 i. Cost breakdown (Schedule of values). 40 41 41 42 1.03 TRANSMITTALS 42 43 43 44 A. Shop Drawings, Operation and Maintenance Manuals, Manufacturers 44 45 and Installers Quality Control and Quality Assurance 45 46 documentation: 46 47 1. Transmit 4 copies of all submittals to: 47 48 48 49 HDR Engineering, Inc. 49 50 12700 Hillcrest Road, Suite 125 50 51 Dallas, Texas 75230 51 52 Attn: Charles Fiedler, P.E. 52 West Texas Region Disposal Facility Phase 1 Construction 01340-2 O1 01 02 2. Utilize a copy of attached Exhibit "A" to transmit all shop 02 03 drawings, product data and samples. 03 04 3. Utilize a copy of attached Exhibit "B" to transmit all 04 05 Operation and Maintenance Manuals. 05 06 4. All transmittals must be from Contractor and bear his 06 07 approval stamp. Transmittals will not be received from or 07 08 returned to subcontractors. 08 09 a. Shop drawing transmittal stamp shall read "(Contractor's 09 10 Name) represents that we have determined and verified all 10 11 field dimensions and measurements, field construction 11 12 criteria, materials, catalog numbers, and similar data, 12 13 and that we have verified the requirements of the work 13 14 and the Contract Documents." 14 15 b. operation and Maintenance Manual transmittal stamp may be 15 16 Contractor's standard approval stamp. 16 17 5. Provide submittal information defining specific equipment or 17 18 materials utilized on the project. Generalized product 18 19 information not clearly defining specific equipment or 19 20 materials to be provided will be rejected. 20 21 6. Calculations required in individual specification sections 21 22 are required as For -Information Only -For -Future -Use 22 23 submittals. Calculations and other submittals identified as 23 24 For -Information -Only -For Future -Use submittals shall be 24 25 transmitted directly to the owner at: 25 26 26 27 City of Lubbock 27 28 Sanitation Department 28 29 P.O. Box 2000 29 30 Lubbock, Texas 79457 30 31 Attn: Mr. Jere Hart 31 32 32 33 7. Submittal schedule: 33 34 a. Schedule of shop drawings: 1) Submitted and approved 34 35 within (201 days of receipt of Notice to Proceed. 35 36 b. Operation and Maintenance Manuals and Equipment Record 36 37 Sheets: 1) Initial submittal within (60} days after date 37 38 shop drawings are approved. 38 39 39 40 B. Miscellaneous Submittals: 40 41 1. Transmit under Contractor's standard letter of transmittal or 41 42 letterhead. 42 43 2. Submit 4 copies of all submittals to: 43 44 44 45 HDR Engineering, Inc. 45 46 12700 Hillcrest Road, Suite 125 46 47 Dallas, Texas 75230 47 48 Attn: Charles Fiedler, P.E. 48 49 49 50 1.04 PREPARATION OF SUBMITTALS 50 51 51 52 A. Shop Drawings: 52 West Texas Region Disposal Facility Phase 1 Construction d 01340-3 01 1. Number transmittals consecutively beginning with 1. 01 02 2. Number transmittals of resubmitted items with the original 02 03 root number and a suffix letter starting with "A" on a new 03 04 transmittal form. 04 05 3. Restrict each letter of transmittal to only one Specification 05 06 Section or portion thereof. 06. 07 4. Provide breakout of each transmittal contents on transmittal 07 08 form. Each component thus defined will receive specific 08 09 action by the Engineer. Define manufacturer, item, Contract 09 10 Document tag number, and Contract Drawing/Specification 10 11 reference. 11 12 5. Do not change the scope of any resubmittal from the original 12 13 transmittal scope. If some components of the original or 13 14 previous resubmittal transmittal received "A" or "B" Action 14 15 and others did not, list the "A" or "B" Action components in 15 16 subsequent resubmittal packages and indicate "A" or "B" 16 17 Action code previously received on the transmittal form. 17 18 Action items are defined on page 01340-6, Section 1.05A. 1s 19 With prior approval of the Engineer, components of an 19 20 original submittal or prior resubmittal that have not 20 21 received an "All or "B" Action may be withheld from a 21 22 resubmittal. Such components shall be listed on the 22 23 resubmittal transmittal form and indicated as "Outstanding - 23 24 To Be Resubmitted At a Later Date." 24 25 6. For 8-1/2 x 11 IN size sheets, provide four copies of each 25 26 page for Engineer plus the number required by the Contractor. 26 27 The number of copies required by the Contractor will be 27 28 defined at the Preconstruction Conference, but shall not 28 29 exceed (10). 29 30 7. For items not covered in paragraph 1.04-A.6 submit one 30 31 reproducible transparency and one print of each drawing until 31 32 approval is obtained. Utilize mailing tube; do not fold. 32 33 The Engineer will mark and return the reproducible to the 33 34 Contractor for his reproduction and distribution. 34 35 8. Provide clear space (3 IN SQ) for Engineer stamping of each 35 36 component defined in 1.04-A.4. 36 37 9. Contractor shall not use red color for marks on transmittals. 37 38 Duplicate all marks on all copies transmitted, and ensure 38 39 marks are photocopy reproducible. Outline Contractor marks 39 40 on reproducible transparencies with a rectangular box. 40 41 10. Transmittal contents: 41 42 a. Coordinate and identify shop drawing contents so that all 42 43 items can be easily verified by the Engineer. 43 44 b. Identify equipment or material use, tag number, drawing 44 45 detail reference, weight, and other project specific 45 46 information. 46 47 c. Provide sufficient information together with technical 47 48 cuts and technical data to allow an evaluation to be made 48 49 to determine that the item submitted is in compliance 49 50 with the Contract Documents. 50 51 d. Submit items like equipment brochures, cuts of fixtures, 51 52 product data sheets or catalog sheets on 8-1/2 x 11 IN 52 West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 01340-4 pages. Indicate exact item or model and all options 01 proposed. 02 e. Include legible scale details, sizes, dimensions, 03 performance characteristics, capacities, test data, 04 anchoring details, installation instructions, storage and 05 handling instructions, color charts, layout drawings, 06 parts catalogs, rough -in diagrams, wiring diagrams, 07 controls, weights and other pertinent data. Arrange data 08 and performance information in format similar to that 09 provided in Contract Documents. Provide, at minimum, the 10 detail provided in the Contract Documents. 11 f. If proposed equipment or materials deviate from the 12 Contract Drawings or Specifications in any way, clearly 13 note the deviation and justify the said deviation in 14 detail in a separate letter immediately following 15 transmittal sheet. 16 17 B. Samples: 18 1. Identification: 19 a. Identify sample as to transmittal number, manufacturer, 20 item, use, type, project designation, tag number, 21 specification section or drawing detail reference, color, 22 range, texture, finish and other pertinent data. 23 b. If identifying information cannot be marked directly on 24 sample without defacing or adversely altering samples, 25 provide a durable tag with identifying information 26 securely attached to the sample. 27 2. Include application specific brochures, and installation 28 instructions. 29 3. Provide Contractor's stamp of approval on samples or 30 transmittal form as indication of Contractor's checking and 31 verification of dimensions and coordination with interrelated 32 work. 33 4. Resubmit samples of rejected items. 34 35 C. Operation and Maintenance Manuals: 36 1. Number transmittals for Operation and Maintenance Manual with 37 original root number of the approved shop drawing for the 38 item. 39 2. Submit one copy until approval is received. 40 3. Identify resubmittals with the original number plus a suffix 41 letter starting with "A." 42 4. Submit Operation and Maintenance Manuals printed on 8-1/2 x 43 11 IN size heavy first quality paper with standard three -hole 44 punching and bound in stiff metal hinged binder constructed 45 as a three-ring style. Provide binders with titles on front 46 and on spine of binder. Tab each section of manuals for easy 47 reference with plastic -coated dividers. Provide index for 48 each manual. Provide plastic sheet lifters prior to first 49 page and following last page. 50 5. Reduce drawings or diagrams bound in manuals to an 8-1/2 x 11 51 IN or 11 x 17 IN size. However, where reduction is not 52 West Texas Region Disposal Facility Phase 1 Construction. 01340-5 01 practical to ensure readability, fold larger drawings 01 02 separately and place in vinyl envelopes which are bound into 02 03 the binder. Identify vinyl envelopes with drawing numbers. 03 04 6. Transmittal Content: 04 05 a. Submission of Operation and Maintenance Manuals is 05 06 applicable but not necessarily limited to: 1) Major 06 07 equipment. 2) Equipment used with electrical motor loads 07 08 of 1/6 HP nameplate or greater. 3) Specialized equipment 08 09 including valves and instrumentation and control system 09 10 components for process systems. 10 11 b. Prepare operation and maintenance manuals to include, but 11 12 are not necessarily limited to, the following detailed 12 13 information, as applicable: 13 14 1) Equipment function, normal operating characteristics, 14 15 limiting operations. 15 16 2) Assembly, disassembly, installation, alignment, 16 17 adjustment, and checking instructions. 17 18 3) operating instructions for start-up, routine and 18 19 normal operation, regulation and control, shutdown, 19 20 and emergency conditions. 20 21 4) Lubrication and maintenance instructions. 21 22 5) Guide to "troubleshooting." 22 23 6) Parts list and predicted life of parts subject to 23 24 wear. 24 25 7) Outline, cross-section, and assembly drawings; 25 26 engineering data; and electrical diagrams, including 26 27 elementary diagrams, wiring diagrams, connection 27 28 diagrams, word description of wiring diagrams and 28 29 interconnection diagrams. - 29 30 8) Test data and performance curves. 30 31 9) A list of recommended spare parts with a price list 31 32 and a list of spare parts provided under these 32 33 specifications. 33 34 10) Copies of installation instructions, parts lists or 34 35 other documents packed with equipment when delivered. 35 36 11) Instrumentation or tag numbers relating the 36 37 equipment back to the Contract Documents. 37 38 12) Include a filled -out copy of the Equipment Record 38 39 Sheet, Exhibits C1 and C2 as the first page(s) of 39 40 each Operation and Maintenance Manual. Complete 40 41 maintenance requirements in detail. Simple reference 41 42 to the Manual is not acceptable. 42 43 13) For equipment items involving components or 43 44 subunits, an Equipment Record Sheet for each 44 45 operating component or subunit is required. 45 46 46 47 D. Project Schedule: 47 48 1. Contractor shall submit detailed project work schedule and 48 49 have same approved by Engineer prior to commencing work 49 50 activities as described in this Section 01340. 50 51 2. Schedule shall describe each work element with corresponding 51 52 completion time. 52 West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 06 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 01340-6 O1 E. Manufacturer's Certificates: 02 1. When specified in individual specification Sections, submit 03 manufacturers' certificate to Engineer for review, in 04 quantities specified for Product Data. 05 2. Indicate material or product conforms to or exceeds specified 06 requirements. Submit supporting references date, affidavits, 07 and certifications as appropriate. 08 3. Certificates may be recent or previous test results on 09 material or Product, but must be acceptable to Engineer. 10 11 F. Construction Photographs: 12 1. Pre -Construction Photographs. 13 a. Prior to the start of the work, a series of photographs 14 of the entire project area shall be taken for the primary 15 purpose of providing a record of the pre -construction 16 conditions. 17 b. At least 25 photographs shall be taken. 18 2. Progress Photographs. 19 a. During the work progress, photographs will be taken to 20 provide factual presentation. 21 b. Photographs shall be provided with correct exposure and 22 focus, high resolution and sharpness, maximum depth of 23 field and minimum distortion. 24 C. Photographs shall be printed in color with three prints 25 of each view. 26 d. Each photograph shall be identified with orientation of 27 view, date and time of view. 28 e. Minimum size of the photographs shall be 4 x 6 inches. 29 f. Photographs shall be submitted with each Application for 30 Payment. 31 3. Post -Construction Photographs. 32 a. At the conclusion of all work under these Specifications, 33 at least 25 photographs shall be taken. 34 35 1.05 ENGINEER'S REVIEW ACTION 36 37 A. Shop Drawings and Samples: 38 1. Items within transmittals will be reviewed for overall design 39 intent and will receive one of the following actions: 40 a. A - FURNISH AS SUBMITTED. 41 b. B - FURNISH AS NOTED (BY ENGINEER). 42 c. C - REVISE AND RESUBMIT. 43 d. D - REJECTED. 44 e. E - ENGINEER'S REVIEW NOT REQUIRED. 45 2. Transmittals received will be initially reviewed to ascertain 46 inclusion of Contractor's approval stamp. Drawings not 47 stamped by the Contractor or stamped with a stamp containing 48 language other than that specified in Paragraph 1.03.A.4.a., 49 will not be reviewed for technical content and will be 50 returned without any action. 51 3. Transmittals returned with Action "A" or "B" are considered 52 West Texas Region Disposal Facility Phase 1 Construction 01340-7 01 ready for fabrication and installation. If for any reason a 01 02 transmittal that has an "A" or "8" Action is resubmitted, it 02 03 must be accompanied by a letter defining the changes that 03 04 havebeenmade-.and the reason for the resubmittal. Destroy 04 05 or conspicuously mark "SUPERSEDED" all documents having 05 06 previously received "A" or "Bit Action that are superseded by 06 07 a resubmittal. 07 08 4. Transmittals with Action "A" or "Bit combined with Action licit 08 09 (Revise and Resubmit) or "D" (Rejected) will be individually 09 10 analyzed giving consideration as follows: 10 11 a. The portion of the transmittal given licit or "D" will not 11 12 be distributed (unless previously agreed to otherwise at 12 13 the Preconstruction Conference). One copy or the one 13 14 transparency of the licit or "D" drawings will be marked up 14 15 and returned to the Contractor. Correct and resubmit 15 16 items so marked. 16 17 b. Items marked "A" or "B" will be fully distributed. 17 18 C. If a portion of the items or system proposed are 18 19 acceptable, however, the major part of the individual 19 20 drawings or documents are incomplete or require revision, 20 21 the entire submittal may be given licit or "D"'Action. 21 22 This is at the sole discretion of the Engineer. In this 22 23 case, some drawings may contain relatively few or no 23 24 comments or the statement, "Resubmit to maintain a 24 25 complete package." Distribution to the Owner and field 25 26 will not be made (unless previously agreed to otherwise). 26 27 5. Failure to include any specific information specified under 27 28 the submittal paragraphs of the specifications will result in 28 29 the transmittal being returned to the Contractor with "C" or 29 30 I'D" Action. 30 31 6. In addition to calculations stamped and returned "E. 31 32 Engineer's Review Not Required," other transmittals such as 12 33 submittals which the Engineer considers as "Not Required," 33 34 submittal information which is supplemental to but not 34 35 essential to prior submitted information, or items of 35 36 information in a transmittal which have been reviewed and 36 37 received "A" or "B" Action in a prior transmittal, will be 37 38 returned with Action "E. Engineer's. Review Not Re'quired." 38 39 7. Samples may be retained for comparison purposes. Remove 39 40 samples when directed. Include in bid all costs of 40 41 furnishing and removing samples. 41 42 8. Approved samples submitted or constructed, constitute 42 43 criteria for judging completed work. Finished work or items 43 44 not equal to samples will be rejected. 44 45 45 46 B. Operation and Maintenance Manuals: 46 47 1. Engineer will review and indicate one of the following review 47 48 actions: 48 49 a. ACCEPTABLE. 49 50 b. FURNISH AS NOTED. 50 51 c. REVISE AND RESUBMIT. 51 52 d. REJECTED. 52 West Texas Region Disposal Facility Phase 1 Construction 01340-8 O1 02 03 04 05 06 07 2. Acceptable submittals will be retained with the transmittal form returned with a request for {five} additional copies. 3. Deficient submittals will be returned along with the transmittal form which will be marked to indicate deficient areas. END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 01- 02 03 04 05 06 07 01500-1 01 97D17 SECTION 01500 01 02 02 03 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 SECTION INCLUDES 07 08 08 09 A. Temporary Utilities: Electricity, lighting, heat, 09 10 ventilation, telephone service, water, and sanitary facilities. 10 11 11 12 B. Temporary Controls: Barriers, enclosures and fencing, 12 13 protection of the Work, and water control. 13 14 14 15 C. Construction Facilities: Access roads, parking, progress 15 16 cleaning, project signage, and temporary buildings. 16 17 17 18 1.02 RELATED SECTIONS 18 19 19 20 A. Section 01501 - Health and Safety Provisions. 20 21 21 22 B. Section 01560 - Environmental Protection and Special 22 23 Controls. 23 24 24 25 C. Section 01700 - Contract Closeout. 25 26 26 I 27 D. Section 02110 - Site Clearing. 27 28 28 29 1.03 TEMPORARY ELECTRICITY 29 30 30 31 A. The Contractor shall be responsible for providing temporary 31 32 electric power for construction. He shall coordinate 32 33 requirements of other contractors, arrange for payments, and 33 34 contact the electric utility to provide the service for the 34 35 temporary power. 35 36 36 37 B. The Contractor shall install a meter and pay for all expenses for 37 38 electrical service used during the course of the Work.' 38 39 39 40 1.04 TELEPHONE SERVICE 40 41 41 42 A. Contractor shall arrange with the local telephone company for all 42 43 telephone service for construction needs at locations as 43 44 required. 44 45 45 46 B. Contractor shall provide an adequate number of service lines for 46 47 his needs. 47 48 48 49 1.05 TEMPORARY WATER SERVICE 49 50 50 51 A. Contractor shall provide temporary water service for construction 51 52 purposes, sanitary facilities, fire protection, and for cleaning. 52 West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 01500-2 B. Potable water shall be furnished by Contractor for construction personnel at no cost to Owner. C. Water service shall be developed as required by the work and relocated as necessary to meet the construction water requirements. D. Comply with all applicable codes and arrange for all necessary inspections and approvals. E. Upon completion of all work, the Contractor shall disconnect and remove all temporary connections and fixtures. 1.06 TEMPORARY SANITARY FACILITIES A. Contractor shall provide at the site suitable enclosed toilet facilities for the use of construction personnel. The Contractor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing facilities shall be provided by Contractor for the construction personnel at no cost to Owner. C. Contractor shall maintain service and clean and disinfect sanitary facilities in a satisfactory manner and enforce proper use of the facilities. D. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the Work, including furnishing all necessary permits and fees required for temporary sanitary facilities. E. Comply with all applicable codes and arrange for all necessary inspections and approvals. 1.07 FIRST -AID FACILITIES AND ACCIDENTS A. First -Aid Facilities: 1. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first -aid to any of his personnel who may be injured in connection with the work. B. Accident: 1. The Contractor shall, within 24 hours, report in writing to the Owner and Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witnesses. 2. If death or serious injuries or serious damages are caused, West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 i 01500-3 01 the accident shall be reported immediately by telephone or ( 02 messenger to both the owner and the Engineer. 03 3. If any claim is made by anyone against the Contractor or a 04 subcontractor on account of any accidents, the Contractor 05 shall promptly report the facts in writing to the Engineer, 06 giving full details of the claim. 07 08 1.08 WATER CONTROL 09 10 A. Grade site to drain. Maintain excavations free of water. 11 Provide, operate, and maintain pumping equipment. 12 13 B. Protect site from puddling or running water. Provide water 14 barriers as required to protect site from soil erosion. 15 16 C. Provide temporary control of surface water, stormwater runoff, 17 and discharge from pumping in accordance with Contractor's 18 approved soil erosion and sediment control plan. 19 20 1.09 SECURITY 21 22 A. Provide security to protect Work, and existing facilities, and 23 Owner's operations from unauthorized entry, vandalism, or theft. 24 25 B. Coordinate with Owner's security program. 26 27 C. Furnish security during the course of the Work. 28 29 1.10 ACCESS ROADS 30 31 A. Maintain temporary roads accessing construction area. 32 33 B. Extend and relocate as Work progress requires. Provide detours 34 necessary for unimpeded traffic flow. 35 36 C. Provide means of removing mud from vehicle wheels before entering 37 public and private streets. Clean all mud and debris from 38 construction traffic at no additonal expense to Owner: Comply 39 with all state and local regulations._ 40 41 1.11 PARKING 42 43 A. Provide temporary gravel surface parking areas to accommodate 44 construction personnel. 45 46 B. When site space is not adequate, provide additional off -site 47 parking. 48 49 C. Designate one parking space for the Owner and one for the 50 Engineer. 51 52 1.12 PROGRESS CLEANING West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 01500-4 O1 01 02 A. Maintain areas free of waste materials, debris, and rubbish. 02 03 Maintain site in a clean and orderly condition. 03 04 04 05 B. Remove waste materials, debris, and rubbish from site weekly and 05 06 dispose in accordance local and State laws. 06 07 07 08 1.13 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS 08 09 09 10 A. Remove temporary above grade or buried utilities, equipment, 10 11 facilities, materials, prior to Final Application for Payment 11 12 inspection. 12 13 13 14 B. Remove underground installations outside of the limit of the 14 15 landfill to a minimum depth of 2 feet. Grade site as indicated. 15 16 16 17 C. Clean and repair damage caused by installation or use of 17 18 temporary work. 18 19 19 20 D. Restore existing facilities used during construction to original 20 21 condition. Restore permanent facilities used during construction 21 22 to specified condition. 22 23 23 24 1.14 CONTRACTOR'S SUPERINTENDENT'S FIELD OFFICE 24 25 25 26 A. Establish at site of Project. 26 27 27 28 B. Equipment: Telephone, telecopy, mailing address, and sanitary 28 29 facilities. 29 30 30 31 C. Assure attendance at this office during the normal working day. 31 32 32 33 D. At this office, maintain complete field file of shop drawings, 33 34 posted Contract Drawings and Specifications, and other files of 34 35 field operations including provisions for maintaining "As 35 36 Recorded Drawings." 36 37 37 38 E. Remove field office from site upon acceptance of the entire work 38 39 by the Owner. 39 40 40 41 1.15 ENGINEER'S FIELD OFFICE 41 42 42 43 A. Separate or within Contractor's field office.. 43 44 44 45 B. General Construction: 45 46 1.New or reconditioned mobile office trailer as manufactured by 46 47 ATCO or equal. 47 48 2. Baked enamel aluminum siding. 48 49 3. 3-1/2 IN foil -backed fiberglass insulation throughout. 49 50 4. Interior paneling. 50 51 S. Vinyl tile flooring. 51 52 6. 8 FT high acoustic tile ceiling. 52 West Texas Region Disposal Facility Phase 1 Construction 01500-5 01 7. One private office area. 01 02 02 03 C. Electrical System: 03 04 1. All fixtures, outlets, and wiring of Underwriters Laboratory 04 05 (UL) approved devices. 05 06 2. All circuit protected by circuit breakers; fuses are not 06 07 accpetable. 07 08 3. Electrical system shall meet requirements of the latest 08 09 National Electric Code. 09 10 4. System suitable for 220 V, 3 PH serivice. 10 11 S. Any transformers or other devices required to match this 11 12 supply to the mobile office shall be provided and connected. 12 13 6. Provide a circuit breaker for the incoming service. 13 14 7. Each interior room except the washroom shall have at least 14 15 four 110 V duplex electrical convenience outlets. 15 16 16 17 D.. Combination Electric Heating, Air -Conditioning System: 17 18 1. Fan -forced air. 18 19 2. Thermostatically controlled. 19 20 3. Freeze protect and insulate all piping. 20 21 4. System sized to maintain 75 DegF constant temperature in each 21 22 room. 22 23 23 24 E. Lighting System: 24 25 1. Fluorescent type producing 100 footcandles at desk top 25 26 height. 26 27 2. Ample ceiling fixtures provided to ensure adequate lighting 27 28 throughout. 28 29 29 30 F. Standard Washroom: 30 31 1. Flush toilet, sink, hot and cold running water. 31 32 2. Electric water heater. 32 33 3. Mirror. 33 34 4. Electric ceiling or wall vent. 34 35 5. Sound insulated partitions. 35 36 36 37 G. Furnishings: 37 38 1. Full width desk in each office, with a nominal depth of 30 IN 38 39 and overhead book shelves 12 IN deep. 39 40 2. One desk 36 x 72 IN long with locking lap drawer. 40 41 3. One plan table 39 x 72 x 36 IN wide, with one locking 41 42 equipment drawer. 42 43 4. Two 30 x 72 IN folding tables. 43 44 5. One 48 x 60 IN liquid marking board with minimum four-color 44 45 set of compatible markers. 45 46 6. One 48 x 60 cork bulletin board. 46 47 7. Four -drawer legal size filing cabinet. 47 48 S. Two cushioned swivel arm chairs. 48 49 9. Twelve folding chairs. 49 50 10. Three standard size waste paper baskets. 50 51 11. One Emerson Model OR300A, 2.7 CF refrigerator or equal. 51 52 52 West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 01500-6 H. Field Office Equipment: 1. One copying machine: Canon NP40OF or equal. 2. One telecopier: Xerox 400 or equal. 3. One postage meter, Pitney Bowes Model 5743. 4. One 25 lb postal scale, Pelouze Model Y-25 or equal. 5. One stapler, Swingline 113 or equal. 6. Three Acco 20 staplers. 7. Three scotch tape dispensers. 8. One Eagle Zepher 84 date stamp. 9. Electric pencil sharpener Panasonic Model KP-77 or equal. I. Maintenance: 1. Contractor shall provide all maintenance and upkeep of trailer and equipment. Equipment breakdowns shall be repaired promptly by Contractor. 2. Janitorial service. a. Weekly: 1) Floor sweeping using dust suppressing compound. 2) Wet mopping with floor detergent. b. Inclement weather: Conduct weekly requirements on daily basis. c. Monthly: Wash windows and clean window blinds. 3. Provide telephone service including dedicated fax line. 4. Pay all utilities costs. 5. Maintain at least until acceptance of the entire work by the Owner or until otherwise suspended by the Engineer. J. Remove field office from site upon acceptance of the entire work by the Owner. PART 2 - PRODUCTS NOT USED. PART 3 - EXECUTION NOT USED. END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 01501-1 01 97D17 SECTION 01501 02 03 HEALTH AND SAFETY PROVISIONS 04 05 PART 1 - GENERAL 06 07 1.01 REQUIREMENTS 08 09 A. The Contractor shall be responsible to maintain a 10 safe workplace and to monitor working conditions at 11 all times during construction and, as necessary, to 12 provide appropriate protective clothing, equipment 13 and facilities for his personnel, and/or to establish 14 workplace procedures to ensure their safety, and to 15 enfore the use of these procedures, equipment and/or 16 facilities in accordance with the following 17 guidelines: 18 1. Safety and Health Regulations Promulgated by the 19 U.S. Department of Labor OSHA, 29 CFR 1910 - 20 Occupational Safety and Health Standards, and 29 21 CFR 1920 - Safety and Health Regulations for 22 Construction. 23 2. U.S. Environmental Protection Agency Interim 24 Standard Operating Safety Guides - Office of 25 Emergency and Remedial Response - Hazardous 26 Response Support Division, Rev. September 1982. 27 3. U.S. Environmental Protection Agency Medical 26 Monitoring Program Guidelines. 29 30 B. If, at any time, the Owner or the Engineer is 31 apprised of a safety hazard which demands immediate 32 attention because of its high potential for harm to 33 public travel, persons on or about the work, or 34 public or private property, the Owner or the Engineer 35 shall have the right to order such safeguards to be 36 erected and such precautions to be taken as necessary 37 and the Contractor shall comply with such orders. 38 If, under such circumstances, the Contractor does not 39 or cannot immediately put the work into proper and 40 approved condition, or if the Contractor or his 41 representative is not upon the site so that he can be 42 notified immediately of the insufficiency of safety 43 precautions, then the Owner may put the work into 44 such a condition that it shall be, in his opinion, in 45 all respects safe, and the Contractor shall pay all 46 expenses of such labor and materials as may have been 47 used for this purpose by him or by the Owner. The 48 fact that the Owner or the Engineer does not observe 49 a safety hazard or does not order the Contractor to 50 take remedial measures shall in no way relieve the 51 Contractor of the entire responsibility for any costs 52 or claims for loss, damage, or injury by or against West Texas Region Disposal Facility Phase 1 Construction 01501-2 01 any party sustained on account of the insufficiency 02 of the safety precautions taken by him or by the 03 Owner acting under authority of this Section. 04 05 C. It is the responsibility of the Contractor to take 06 appropriate safety precautions to meet whatever 07 conditions of hazard may be present during the 08 performance of the work, whether reasonably 09 foreseeable or not. The Contractor is alerted to the 10 fact that it shall be his sole responsibility to 11 anticipate and provide such additional safety 12 precautions, facilities, personnel and equipment as 13 shall be necessary to protect life and property from 14 whatsoever conditions of hazard are present or may be 15 present. 16 17 18 PART 2 - PRODUCTS 19 20 NOT USED. 21 22 PART 3 - EXECUTION 23 24 NOT USED. 25 - 26 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 01560-1 O1 96A02 SECTION 01560 01 02 02 03 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 SUMMARY 07 08 08 09 A. Section Addresses: 09 10 1. Minimizing the pollution of air, water, or land; 10 11 control of noise, the disposal of solid waste 11 12 materials, and protection of deposits of 12 13 historical or archaeological interest. 13 14 14 15 B. Related Sections include but are not necessarily 15 16 limited to: 16 17 1. Bidding Requirements, Contract Forms, and 17 18 Provisions of the Contract. 18 19 2. Division 1 - General Requirements. 19 20 3. Details and Specifications by Texas Department of 20 21 Transportation. 21 22 4. Drawing 2 shows the erosion/sedimentation 22 23 controls. 23 24 S. Section 02270 - Soil Erosion and Sediment 24 25 Control. 25 26 6. City of Lubbock Stormwater Pollution Prevention 26 27 Plan prepared for the Landfill. 27 28 7. City of Lubbock Stormwater Management Criteria 28 29 Manual. 29 30 30 31 1.02 QUALITY ASSURANCE 31 32 32 33 A. Qualifications: 33 34 34 35 1.03 SUBMITTALS 35 36 36 37 A. Shop Drawings: 37 38 1. See Section 01340. 38 39 2. Prior to the start of any construction 39 40 activities, submit a detailed proposal of all 40 41 methods of control and preventive measures to be 41 42 utilized for environmental protection in 42 43 accordance with Section 02270. Provide a drawing 43 44 of the work area, haul routes, storage areas, 44 45 access routes. Drawing may be presented on a 45 46 copy of the engineering drawings. 46 47 47 48 48 49 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 49 50 50 51 51 .00�1 52 PART 3 - EXECUTION 52 West Texas Region Disposal Facility Phase 1 Construction 01560-2 01 01 02 3.01 INSTALLATION 02 03 03 04 A. Employ and utilize environmental protection methods, 04 05 obtain all necessary permits, and fully observe all 05 06 applicable local, state, and federal regulations 06 07 including Storm Water Management for Construction 07 08 Activities. 08 09 09 10 B. Land Protection: 10 11 1. Except for any work or storage area and access 11 12 routes specifically assigned for the use of the - 12 13 Contractor, the land areas outside the limits of 13 14 construction shall be preserved in their present 14 15 condition. Contractor shall confine his 15 16 construction activities to areas defined for work 16 17 within the Contract Documents. 17 18 2. Manage and control all borrow areas, work or 18 19 storage areas, access routes and embankments to 19 20 prevent sediment from entering nearby water or 20 21 land adjacent to the work site. 21 22 3. Unless earthwork is immediately paved or 22 23 surfaced, protect all side slopes and backslopes 23 24 immediately upon completion of final grading. 24 25 4. Plan and execute earthwork in a manner to 25 26 minimize duration of exposure of unprotected 26 27 soils. 27 28 5. Except for areas designated by the Contract 28 29 Documents to be cleared and grubbed, the 29 30 Contractor shall not deface, injure or destroy 30 31 trees and vegetation, nor remove, cut, or disturb 31 32 them without approval of the Engineer. Any 32 33 damage caused by the Contractor's equipment or 33 34 operations shall be restored as nearly as 34 35 possible to its original condition at the 35 36 Contractor's expense. 36 37 37 38 C. Erosion Protection: 38 39 1. Utilize methods necessary to effectively prevent 39 40 erosion and control of sedimentation and include 40 41 the following: 41 42 a. Retardation: Mechanically retard rate of 42 43 runoff by construction of diversion ditches, 43 44 terraces, berms, and by methods used by Texas 44 45 Department of Transportation. Divert run off 45 46 to protect drainage courses. 46 47 b. Borrow constraints: Do not borrow soils from 47 48 areas where environmental controls are not 48 49 possible. 49 50 c. Remove temporary protection prior to final 50 51 grading operations. 51 52 52 West Texas Region Disposal Facility Phase 1 Construction 01560-3 O1 D. Solid Waste Disposal: ( 02 1. Collect solid waste on a daily basis. 03 2. Provide disposal of solid waste (with prior 04 notification and approval of the landfill 05 superintendent) to the City of Lubbock solid 06 waste disposal site. 07 08 E. Control of Chemical Waste: 09 1. Store and dispose of chemical wastes in a manner 10 approved by regulatory agencies. 11 2. Take special measures to prevent chemicals, 12 fuels, oils, greases, herbicides, and 13 insecticides from entering drainage ways. 14 3. Do not allow water used in onsite material 15 processing, concrete curing, cleanup, and other 16 waste waters to enter a drainage way(s) or 17 stream. 18 4. FLUIDS RESULTING FROM MAINTENANCE OF VEHICLES OR 19 EQUIPMENT (GASOLINE, OIL, HYDRAULIC FLUIDS, 20 LUBRICANTS, ETC.) SHALL NOT BE DUMPED ONTO THE 21 GROUND. 22 23 F. Control of Dust: 24 1. The control of dust shall mean that no 25 construction activity shall take place without 26 applying all such reasonable.measures as may be 27 required to prevent particulate matter from 28 becoming airborne so that it remains visible 29 beyond the limits of construction. Reasonable 30 measures may include paving, frequent road 31 cleaning, planting vegetative groundcover, 32 application of water or application of chemical 33 dust suppressants. 34 2. Utilize methods and practices of construction to 35 eliminate dust in full observance of State and 36 Federal regulations. 37 3. The Engineer will determine the effectiveness of 38 the dust control program and may request the 39 Contractor to provide additional measures, at no 40 additional cost to Owner. 41 4. If complaints relative to dust are received by 42 the City, Work shall be suspended until the 43 condition is abated to the satisfaction of the 44 complaintant with no additional time allowed to 45 complete the Work. 46 47 G. Burning: 48 1. Do not burn material on the site. If the 49 Contractor elects to dispose of waste materials 50 by burning, make arrangements for an off -site 51 burning area and conform to all agency 52 regulations. West Texas Region Disposal Facility Phase 1 Construction 45 46 47 48 49 50 51 52 01560-4 O1 02 H. Control of Noise: 03 1. Control noise by fitting equipment with 04 appropriate mufflers. 05 06 I. Completion of Work: 07 1. See Section 02200 - Earthwork for related 08 conditions. 09 2. Upon completion of work, leave area in a clean, 10 natural looking condition. 11 3. Ensure all signs of temporary construction and 12 activities incidental to construction of required 13 permanent work are repaired prior to application 14 for final payment. 15 16 J. Historical Protection 17 1. If during the course of construction, evidence of 18 deposits of historical or archaeological 19 significance are found, cease work affecting find 20 and notify Engineer. Do not disturb deposits 21 until written notice from Engineer is given to 22 proceed. 23 2. The Contractor will be compensated for lost time 24 or changes in construction to avoid the find 25 based upon normal change order procedures. 26 27 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 I 01600-1 01 96A02 SECTION 01600 02 03 PRODUCT DELIVERY, STORAGE, AND HANDLING 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Scheduling of product delivery. 12 2. Packaging of products for delivery. 13 3. Protection of products against damage from: 14 a. Handling. 15 b. Exposure to elements or harsh environments. 16 17 B. Related Sections include but are not necessarily 18 limited to: 19 1. Bidding Requirements, Contract Forms, and 20 Provisions of the Contract. 21 2. Division 1 - General Requirements. 22 23 C. Payment: 24 1. No payment will be made to Contractor for 25 equipment or materials not properly stored and 26 insured or without approved shop drawings. 27 a. Previous payments for items will be deducted 28 from subsequent progress estimate(s) if 29 proper storage procedures are not observed. 30 31 1.02 DELIVERY 32 33 A. Scheduling: 34 1. Schedule delivery of products or equipment as 35 required to allow timely installation and to 36 avoid prolonged storage. 37 38 B. Packaging: 39 1. Deliver products or equipment in manufacturer's 40 original unbroken cartons or other containers 41 designed and constructed to protect the contents 42 from physical or environmental damage. 43 44 C. Identification: 45 1. Clearly and fully mark and identify as to 46 manufacturer, item, and installation location. 47 48 D. Protection and Handling: 49 1. Provide manufacturer's instructions for storage 50 and handling. 51 52 1.03 CONTRACTORS LIABILITY West Texas Region Disposal Facility Phase 1 Construction 01600-2 O1 01 02 A. Contractor shall be solely responsible for loss, damage, 02 03 theft or other deprivation of materials, equipment and 03 04 facilities. 04 05 05 06 06 07 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 07 08 08 09 09 10 PART 3 - EXECUTION 10 11 11 12 3.01 PROTECTION, STORAGE AND HANDLING 12 13 13 14 A. Manufacturer's Instruction: 14 15 1. Protect all products or equipment in accordance 15 16 with manufacturer's written directions. 16 17 a. Store products or equipment in location to 17 18 avoid physical damage to items while in _18 19 storage. 19 20 b. Handle products or equipment in accordance 20 21 with manufacturer's recommendations and 21 22 instructions. 22 23 2. Protect equipment from exposure to elements and 23 24 keep thoroughly dry. 24 25 3. When space heaters are provided in equipment, 25 26 connect and operate heaters during storage until 26 27 equipment is placed in service. 27 28 28 29 3.02 FIELD QUALITY CONTROL 29 30 30 31 A. Inspect Deliveries: 31 32 1. Inspect all products or equipment delivered to 32 33 the site prior to unloading. Reject all products 33 34 or equipment that are damaged, used, or in any 34 35 other way unsatisfactory for use on Project. 35 36 36 37 B. Monitor Storage Area: 37 38 1. Monitor storage area to ensure suitable 38 39 temperature and moisture conditions are 39 40 maintained. 40 41 41 42 END OF SECTION 42 West Texas Region Disposal Facility Phase 1 Construction 01601-1 01 96A02 SECTION 01601 f 02 03 JOB CONDITIONS 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 06 09 A. Section Includes: 10 1. Job conditions for work to be performed. 11 12 B. Related Sections include but are not necessarily 13 limited to: 14 1. Bidding Requirements, Contract Forms, and 15 Provisions of the Contract. 16 2. Division 1 - General Requirements. 17 3. Division 2 - Site Work. 18 19 1.02 PROJECT CONDITIONS 20 21 A. Prior to installation of geosynthetic materials, 22 equipment and other work, verify with Subcontractors, 23 material or equipment manufacturers, and installers 24 that the substrate or surface to which those 25 materials attach is acceptable for installation of 26 those materials or equipment. (Substrate is defined 27 as the excavation grades that form the base for GCL 28 placement and the GCL surface that will be in contact 29 with the FML. 30 31 B. Maintain approved substrate or correct unacceptable 32 substrate until acceptable for installation of 33 equipment or materials. 34 35 C. Overhead utilities are located in and adjacent to the 36 work area. The Contractor must confirm the absence 37 of underground utilities. The Contractor is 36 responsible for locating and marking these -utilities 39 as well as any damage caused by the work. 40 41 D. Protection of monitor wells, benchmarks, permanent 42 fencing and other facility appurtances is the 43 responsibility of the Contractor. Contractor will be 44 held liable for any and all damage to facilities 45 caused by the Contractor or his Subcontractors. 46 47 E. Contractor shall confine his operations to those 48 areas shown on the construction drawings. Exceptions 49 may be granted by the Engineer. 50 51 F. Contractor shall arrange for access to the site 52 outside normal facility construction hours (Section West Texas Region Disposal Facility Phase 1 Construction 01601-2 O1 01010) as needed with the Landfill Supervisor. 01 02 02 03 G. Contractor shall be responsible for supplying water 03 04 for construction. The City's existing well (nominal 04 05 flow rate of 100 gpm) will be available for use. 05 06 06 07 H. Contractor shall arrange for temporary utilities on 07 08 the project as described in Section 01500. 08 09 09 10 I. Contractor shall provide environmental protection and 10 11 controls as described in Section 01560. 11 12 12 13 1.03 SCHEDULE 13 14 14 15 A. Contractor shall comply with the requirements of Section 15 16 01500. 16 17 17 18 B. No earthwork or site clearing shall be performed until 18 19 adequate facilities for dust suppression have been install9d 20 by the Contractor, except as is necessary to complete sai20 21 facilities. 21 22 22 23 END OF SECTION 23 West Texas Region Disposal Facility Phase 1 Construction i 01640-1 O1 90E10 SECTION 01640 01 02 02 03 PRODUCT SUBSTITUTIONS 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 1. The procedure for requesting substitution 11 12 approval for a product which is specified by 12 13 descriptive or performance criteria or defined by 13 14 reference to one or more of the following: 14 15 a. Name of manufacturer. 15 16 b. Name of vendor. 16 17 c. Trade name. 17 18 d. Catalog number. 18 19 2. This Section does not address substitutions for 19 20 major equipment. See "Instructions to Bidders." 20 21 21. 22 B. Related Sections include but are not necessarily 22 23 limited to: 23 24 1. City of Lubbock Bidding Requirements, Contract 24 25 Forms, and Conditions of The Contract. 25 26 2. Division 1 - General Requirements. 26 27 27 28 C. Requests for Substitution - General: 28 29 1. Base all bids on materials, equipment, and 29 30 procedures specified. 30 31 2. Certain types of equipment and kinds of material 31 32 are described in specifications by means of 32 33 references to names of manufacturers and vendors, 33 34 trade names, or catalog numbers. When this 34 .35 method of specifying is used, it is not intended 35 36 to exclude from consideration other products 36 37 bearing other manufacturer's or vendor's names, 37 38 trade names, or catalog numbers, provided said 38 39 products are capable of accomplishing the same 39 40 tasks as the products specifically indicated. 40 41 3. Other types of equipment and kinds of material 41 42 may be acceptable. 42 43 43 44 1.02 QUALITY ASSURANCE 44 45 45 46 A. In making request for substitution or in using an 46 47 approved product, Contractor represents: 47 48 1. He has investigated proposed product, and has 48 49 determined that it is adequate or superior in all 49 50 respects to that specified, and that it will 50 51 perform function for which it is intended. 51 f ' 52 2. He will provide same guarantee for substitute 52 West Texas Region Disposal Facility Phase 1 Construction 01640-2 01 item as for product specified. 02 3. He will coordinate installation of accepted 03 substitution into work, to include building 04 modifications if necessary, making such changes 05 as may be required for work to be complete in all 06 respects. 07 4. He waives all claims for additional costs related 08 to substitution which subsequently arise. 09 10 1.03 DEFINITIONS 11 12 A. Product: Manufactured material or equipment. 13 14 1.04 PROCEDURE FOR REQUESTING SUBSTITUTION 15 16 A. Considered after award of Contract. 17 18 B. Written requests through Contractor only. 19 20 C. Transmittal Mechanics: 21 1. Follow the transmittal mechanics prescribed for 22 shop drawings in Section 01340. Product 23 substitution will be treated in a manner similar 24 to "deviations," as described in paragraph 25 1.04-A.10.f of Section 01340. List the letter 26 describing the deviation and justifications on 27 the transmittal form in the space provided under 28 the column with the heading "DESCRIPTION." 29 Include in the transmittal letter,.either 30 directly or as a clearly marked attachment, the 31 items listed in paragraph D below. 32 33 D. Transmittal Contents: 34 1. Product identification: 35 a. Manufacturer's name. 36 b. Telephone number and representative contact 37 name. 38 C. Specification section or drawing reference.of 39 originally specified product, including 40 discrete name or tag number assigned to 41 original product in the Contract Documents. 42 2. Manufacturer's literature clearly marked to show 43 compliance of proposed product with Contract 44 Documents. 45 3. Itemized comparison of original and proposed 46 product addressing product characteristics 47 including but not necessarily limited to: 48 a. Size. 49 b. Composition or materials of construction. 50 c. Weight. 51 d. Electrical or mechanical requirements. 52 4. Product experience: West Texas Region Disposal Facility Phase 1-Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 a 01640-3 01 a. Location of past projects utilizing product. 02 b. Name and telephone number of persons 03 associated with referenced projects 04 knowledgeable concerning proposed product. 05 c. Available field data and reports associated 06 with proposed product. 07 5. Data relating to changes in construction 08 schedule. 09 6. Data relating to changes in cost. 10 7. Samples: 11 a. At request of Engineer. 12 b. Full size if requested by Engineer. 13 c. Held until substantial completion. 14 d. Engineer not responsible for loss or damage 15 to samples. 16 17 1.05 APPROVAL OR REJECTION 18 19 A. Written approval or rejection of substitution given 20 by the Engineer. 21 22 B. Engineer reserves the right to require proposed 23 product to comply with color and pattern of specified 24 product if necessary to secure design intent. 25 26 C. In event substitution results in a change of Contract 27 price or time, provisions in General Conditions will 28 be applied for adjustment. 29 30 D. Substitutions will be rejected if: 31 1. Submittal is not through the Contractor with his 32 stamp of approval. 33 2. Requests are not made in accordance with this 34 Section. 35 3. In the Engineer's opinion, acceptance will 36 require substantial revision of the original 37 design. 38 4. In the Engineer's opinion, substitution is not 39 equal to original product specified or will not 40 perform adequately the function for which it was 41 intended. 42 43 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 01650-1 01 96A09 SECTION 01650 01 ' 02 02 03 FACILITY STARTUP 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 SUMMARY 07 08 08 09 A. Section Includes: 09 10 1. Procedures and actions, required of the 10 11 Contractor, which are a necessary part of 11 12 achieving and demonstrating Substantial 12 13 Completion. 13 14 2. Demonstration requirement for system performance 14 15 capabilities in regard to both functional 15 16 performance parameters and environmental 16 17 criteria. 17 18 18 19 B. Related Sections include but are not necessarily 19 20 limited to: 20 21 1. City of Lubbock Bidding Requirements, Contract 21 22 Forms, and Conditions of the Contract. 22 23 2. Division 1 - General Requirements. 23 24 3. Division 2 - Site Work. 24 25 4. Division 11 - Equipment. 25 �` 26 5. Division 13 - Special Construction. 26- 27 6. Division 15 - Mechanical. 27 28 28 29 1.02 DEFINITIONS 29 30 30 31 A. Pre -Demonstration Period: The period of time, of 31 32 unspecified duration after initial construction and 32 33 installation activities during which Contractor, with 33 34 assistance from others including manufacturer's 34 35 representatives, performs in the following sequence: 35 36 1. Finishing type construction work to ensure the 36 37 Project has reached a state of Substantial 37 38 Completion. 38 39 2. Equipment startup. 39 40 3. Personnel training. 40 41 41 42 B. Demonstration Period: A period of time, of specified 42 43 duration, following the Pre -Demonstration Period, 43 44 during which the Contractor initiates process flow 44 45 through the system and starts up and operates the 45 46 system, without exceeding specified downtime 46 47 limitations, to prove pumping and control equipment 47 48 has met the functional performance requirements in 48 49 Divisions 11 and 15, and the functional performance 49 50 of the mechanical and electrical equipment and 50 51 components and the control interfaces of the respective 51 52 equipment and components comprising the facility as 52 West Texas Region Disposal Facility Phase 1 Construction 01650-2 O1 evidence of Substantial Completion. 01 02 02 03 C. Substantial Completion: See City of Lubbock, General 03 04 Conditions. 04 05 05 06 1.03 SUBMITTALS 06 07 07 08 A. Submit in the chronological order listed below prior 08 09 to the completion of the Pre -Demonstration Period. 09 10 1. Master operation and maintenance training 10 11 schedule ,for approval by Owner, to include: 11 12 a. Target date and time for Owner witnessing -of 12 13 each system initial startup. 13 14 b. Target date and time for field Operation and 14 15 Maintenance training for each system. 15 16 c. Target date for initiation of Demonstration 16 17 Period. 17 18 d. Identify initial target dates for any 18 19 individual manufacturer's training sessions. 19 20 2. Provide a status report and schedule -to -complete 20 21 for requirements prerequisite to manufacturer's 21 22 training: 22 23 3. Contractor's Notice of Substantial Completion and 23 24 Request for Inspection. 24 25 4. Approved Operation and Maintenance manuals. 25 26 5. Written notice to Owner of each system 26 27 pre -demonstration startup. 27 28 6. Equipment installation and pre -demonstration 28 29 startup certifications from all equipment. 29 30 7. Letter verifying completion of all 30 31 pre -demonstration startup activities including 31 32 receipt of all specified items from manufacturers 32 33 or suppliers as final item -prior to initiation of 33 34 Demonstration Period. 34 35 8. A log showing each equipment item subject to 35 36 paragraph 3.02-B of this Section and listing what 36 37 is to be accomplished during Equipment Startup. 37 38 Provide a place for the Contractor to record date 38 39 and person accomplishing required work. 39 40 9. Provide certifications, without restrictions or 40 41 qualifications, and deliver to OWNER: 41 42 a. Manufacturer's equipment installation check 42 43 letters. 43 44 b. Instrumentation Supplier's Instrumentation 44 45 Installation Certificate. 45 46 46 47 B. Submittal Schedule: 47 48 1. Submit master operation and maintenance training 48 49 schedule 30 days (minimum) prior to first 49 50 training session for OWNER's personnel. 50 51 2. Attend a schedule planning and coordination 51 52 meeting 30 calendar days prior to first 52 West Texas Region Disposal Facility Phase 1 Construction 01650-3 01 anticipated training session. 01 02 3. OWNER reserves the right to insist on a minimum 7 02 03 day's notice of rescheduled training session not 03 04 conducted on the master schedule target date for 04 05 any reason. 05 06 4. Approved operation and maintenance manuals 06 07 received by ENGINEER minimum 1 week prior to 07 08 scheduled training. 08 09 5. Written notice for each system pre -demonstration 09 10 startup received by OWNER a minimum of 1 week 10 11 before scheduled training on that system. 11 12 6. Equipment startup log submitted prior to request 12 13 for substantial completion certification. 13 14 14 15 1.04 COST OF STARTUP 15 16 16 17 A. Contractor to pay all costs associated with Project 17 18 startup including pre -demonstration and demonstration 18 19 periods. 19 20 20 21 21 22 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 22 23 23 24 24 25 PART 3 - EXECUTION 25 26 26 27 3.01 GENERAL 27 28 28 29 A. Facility startup will be divided into two periods: 29 30 1. Pre -Demonstration Period including: 30 31 a. Completion of construction work to bring 31 32 Project to a state of Substantial Completion. 32 33 b. Initial shakedown of equipment. 33 34 c. Training of personnel. 34 35 d. Verification of the filing of all required 35 36 submittals. 36 37 e. Filing of Contractor's Notice of Substantial 37 38 Completion and Request for Inspection. 38 39 2. Demonstration Period including: 39 40 a. Demonstration of functional performance of 40 41 system. 41 42 42 43 3.02 PRE -DEMONSTRATION PERIOD 43 44 44 45 A. Completion of construction work to a state of 45 46 substantial completion. 46 47 47 48 B. Initial Shakedown of Equipment: 48 49 1. Requirements for individual items of equipment 49 50 are included in Divisions 2 through 16 of these 50 51 Specifications. 51 52 2. Prepare the equipment so it will operate properly 52 West Texas Region DisposalFacility Phase 1 Construction 01650-4 O1 and safely and demonstrate functional performance 01 02 during the Demonstration Period. 02 03 3. Perform Equipment Startup. 03 04 4. Procedures include but are not necessary limited 04 05 to the following: 05 06 a. Test/check and correct deficiencies of: 06 07 (1) Power, control, and monitoring circuits for, 07 08 continuity prior to connection to power 08 09 source. 09 10 (2) Voltage of all circuits. 10 11 (3) Phase sequence. 11 12 (4) Cleanliness of connecting piping systems. 12 13 (5) Alignment of connected machinery. 13 14 (6) Vacuum and pressure of all closed systems. 14 15 (See Pipe Testing in Section 15060.) 15 16 (7) Lubrication. 16 17 (8) Valve orientation and position status for 17 18 manual operating mode. 18 19 (9) Pumping equipment using clean water. 19 20 (10) Instrumentation and control signal 20 21 generation, transmission, reception, and 21 22 response. 22 23 (11) Tagging and identification systems. 23 24 (12) All equipment: Proper connections, 24 25 alignment, calibration and adjustment. 25 26 b. Calibrate all safety equipment. 26 27 c. Manually rotate or move moving parts to 27 28 assure freedom of movement. 28 29 d. "Bump" start electric motors to verify proper 29 30 rotation. 30 31 e. Perform other tests, checks, and activities 31 32 required to make the equipment ready for 32 33 Demonstration Period. 33 34 34 35 C. Personnel Training: 35 36 1. Conduct all personnel training after completion 36 37 of Equipment Startup. 37 38 a. Personnel training on individual equipment or 38 39 systems will be considered completed if: 39 40 (1) All pretraining deliverables are received 40 41 and approved before commencement of training 41 42 on the individual equipment or system. 42 43 (2) No system malfunctions occur during training.43 44 (3) All provisions of field training 44, 45 specifications are met. 45 46 b. Training will be performed again in its 46 47 entirety by the manufacturer or others at no 47 48 additional cost to Owner, if requirements not 48 49 in compliance with the above. 49 50 2. Field training requirements: 50 51 a. Hold field training on -site at the landfill. 51 52 b. Notify each manufacturer specified for 52 ,r.,, West Texas Region Disposal Facility -Phase 1 Construction 01650-5 O1 on -site training that the Owner reserves the 02 right to video record any or all training 03 sessions. Organize each training session in 04 a format compatible with video recording. 05 c. Training instructor: Familiar with 06 "hands-on" instructions. 07 d. Training instructors: Be at classes on time. 08 Session beginning and ending times to be 09 coordinated with the Owner and indicated on 10 the master schedule. Normal time lengths for 11 class periods can vary, but brief rest breaks 12 should be scheduled and taken. 13 e. Organize training sessions into maintenance 14 verses operation topics and identify on 15 schedule. 16 f. Plan for one class session with a minimum 17 attendance of five people and provide 18 sufficient classroom materials, samples, and 19 handouts for those in attendance. 20 g. Instructors to have a typed agenda and well 21 prepared instructional material. 22 h. In the on -site training sessions, cover the 23 information required in the Operation and 24 Maintenance manuals submitted according to 25 Section 01340 and the following areas. 26 (1) Operation of equipment. 27 (2) Lubrication of equipment. 28 (3) Maintenance and repair of equipment. 29 (4) Troubleshooting of equipment. 30 (5) Preventive maintenance procedures. 31 (6) Adjustments to equipment. 32 (7) Inventory of spare parts. 33 (8) Optimizing equipment performance. 34 (9) Capabilities. 35 (10) Operational safety. 36 (11) Emergency situation response. 37 (12) Takedown procedures (disassembly and 38 assembly). 39 i. Address above paragraphs 1), 2), 8), 9), 10), 40 and 11) in the operation sessions. Address 41 above paragraphs 3), 4), 5), 6), 7), and 12) 42 in the maintenance sessions. 43 44 D. Verification of the filing of all required submittals 45 including: 46 1.. Shop drawings. 47 2. Operation and Maintenance Manuals. 48 3. Training material. 49 4. Testing protocols. 50 51 E. Filing of Contractor's Notice of Substantial 52 Completion and Request for Inspection of Project: West Texas Region Disposal Facility Phase 1 Construction 46 47 48 49 50 51 52 01650-6 O1 1. File the notice when the following have been 02 completed: 03 a. Construction work (brought to state of 04 Substantial Completion). 05 b. Equipment Startup. 06 C. Personnel Training. 07 2. Engineer will inform Contractor in writing of the O8 status of the Work reviewed. 09 3. Upon successful completion of Demonstration 10 Period, Substantial completion will be deemed to 11 be complete. 12 13 3.03 DEMONSTRATION PERIOD 14 15 A. General: 16 1. Demonstrate the performance requirements of all 17 equipment and the functional performance of 18 the mechanical, electrical, and control 19 interfaces of the respective equipment and 20 components comprising the facility. 21 2. Duration of Demonstration Period: Minimum 72 22 consecutive hours. 23 3. If, during the Demonstration Period, the 24 aggregate amount of time used for repair, 25 alteration, or unscheduled adjustments to any 26 equipment or systems that renders the affected 27 equipment or system inoperative exceed 10 percent 28 of the Demonstration Period, the demonstration of 29 functional performance will be deemed to have 30 failed. In the event of failure, a new 31 Demonstration Period will recommence after 32 correction of the cause of failure. The new 33 Demonstration Period shall have the same 34 requirements and duration as the Demonstration 35 Period previously conducted. 36 4. Conduct the demonstration of functional 37 performance under full operational conditions. 38 5. Owner will provide personnel to assist in process 39 decisions affecting project performance. Owner's 40 and Engineer's assistance will be available only 41 for process decisions. Contractor will perform 42 all other functions including but not limited to 43 equipment operation and maintenance until 44 successful completion of the Demonstration 45 Period. 46 6. Owner reserves the right to simulate operational 47 variables, equipment failures, routine 48 maintenance scenarios, etc., to verify the 49 functional performance of automatic and manual 50 backup systems and alternate operating modes. 51 7. Time of beginning and ending any Demonstration 52 Period shall be agreed upon by Contractor, Owner, West Texas Region Disposal Facility Phase 1 Construction 01650-7 01 and Engineer in advance of initiating 01 02 Demonstration Period. 02 03 8. Throughout the Demonstration Period, provide 03 04 knowledgeable personnel to answer Owner's 04 05 questions, provide final field instruction on 05 06 select systems and to respond to any system 06 07 problems or failures which may occur. 07 08 08 09 END OF SECTION 09 West Texas Region Disposal Facility Phase 1 Construction 02110-1 01 96H09 SECTION 02110 02 03 SITE CLEARING 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Site clearing, tree protection, stripping topsoil 12 and demolition. 13 14 B. Related Sections include but are not necessarily 15 limited to: 16 1. City of Lubbock Bidding Requirements, Contract 17 Forms, and Conditions of the Contract. 18 2. Division 1 - General Requirements. 19 3. Section 02200 - Earthwork. 20 4. Section 02260 - Topsoiling and Finished Grading. 21 5. Section 02270 - Soil Erosion and Sediment 22 Control. 23 24 25 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 26 27 28 PART 3 - EXECUTION 29 30 3.01 PREPARATION 31 32 A. Protect existing trees and other vegetation to remain 33 against damage. 34 1. Do not smother trees by stockpiling construction 35 materials or excavated materials within drip 36 line. 37 2. Avoid foot or vehicular traffic or parking of 38 vehicles within drip line. 39 3. Provide temporary protection as required. 40 41 B. Repair or replace trees and vegetation damaged by 42 construction operations as directed by Engineer. 43 1. Repair to be performed by a qualified tree 44 surgeon. 45 2. Remove trees which cannot be repaired and restore 46 to full -growth status. 47 3. Replace with new trees of minimum 4 IN caliper. 48 49 C. Owner will obtain authority for removal and 50 alteration work on adjoining property. 51 52 3.02 SITE CLEARING West Texas Region Disposal Facility Phase 1 Construction 02110-2 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 A. Topsoil Removal: 1. Strip topsoil to depths -encountered. a. Remove heavy growths of grass before stripping. b. Stop topsoil stripping sufficient distance from such trees to prevent damage to main root system. C. Separate from underlying subsoil or objectionable material. 2. Stockpile topsoil where directed. a. Construct storage piles to freely drain surface water. b. Seed or cover storage piles to prevent erosion. 3. Do not strip topsoil in wooded areas where no change in grade occurs. 4. Borrow topsoil: a. Reasonably free of subsoil, objects over 2 IN DIA, weeds and roots. B. Clearing and Grubbing: 1. Clear from within limits of construction all trees not marked to remain. a. Include shrubs, brush, downed timber, rotten wood, heavy growth of grass and weeds, vines, rubbish, structures and debris. 2. Grub (remove) from within limits of construction all stumps, roots, root mats, logs and debris encountered. a. Grubbing under areas to be paved: (1) Totally grub. b. Grubbing in lawn areas: (1) In cut areas, totally grub. (2) In fill areas, where fill is less than 3 FT totally grub ground. (3) Where fill is 3 FT or more in depth, stumps may be left no higher than 6 IN above existing ground surface. C. Disposal of Waste Materials: 1.- Do not burn combustible materials on site. 2. Remove all waste materials from site. 3. Do not bury organic matter on site. 3.03 ACCEPTANCE A. Upon completion of the site clearing, obtain Engineer's acceptance of the extent of clearing, depth of stripping and rough grade. END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02200-1 01 96A02 SECTION 02200 02 03 EARTHWORK 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. All earthwork, including but not limited to 11 landscape berms, ditches, and pond dikes. 12 13 B. Related Sections include but are not necessarily 14 limited to: 15 1. City of Lubbock Bidding Requirements, Contract 16 Forms, and Provisions of the Contract. 17 2. Division 1 - General Requirements. 18 3. Section 02275G - Geosynthetic Clay Liner. 19 4. Section 03001 - Concrete. 20 5. Section 02270 - Soil and Erosion Control. 21 6. Section 02771 - Stone Revetment - Reno Mattress. 22 7. Section 02261 - All Weather Access Road. 23 24 1.02 QUALITY ASSURANCE 25 t' 26 27 A. Referenced Standards: 1. American Society for Testing and Materials 28 (ASTM) : 29 a. C33, Standard Specification for Concrete 30 Aggregates. 31 b. D698, Tests for the Moisture Density 32 Relations of Soils and Soil Aggregate 33 Mixtures Using a 5.5 LB Rammer and a 12 IN 34 Drop. 35 c. D2487, Classification of Soils for 36 Engineering Purposes. 37 d. D4253, Test Methods for Maximum Index Density 38 of Soils Using a'Vibratory Table. 39 e. D4254, Test Methods for Minimum Index Density 40 of Soils and Calculation of Relative Density. 41 f. D4318, Atterberg Limits. 42 g. D2216, Moisture Content. 43 44 45 1.03 SUBMITTALS 46 47 A. Shop Drawings: 48 1. See Section 01340. 49 2. Product technical data including: 50 a. Acknowledgement that products submitted meet 51 requirements of standards referenced. 52 b. Manufacturer's installation instructions. West Texas Region Disposal Facility Phase 1 Construction . 02200-2 O1 3. Certifications. 02 4. Test reports: 03 a. Soils inspection and testing results. 04 05 B. Samples: 06 1. Submit samples to Engineer for source of soil, 07 rock or caliche materials proposed for use. 08 2. Submit samples to Engineer for source of borrow 09 materials proposed for use. 10 11 12 PART 2 - PRODUCTS 13 14 2.01 MATERIALS 15 16 A. Fill, Borrow and Backfill: Selected material 17 approved by Engineer from site excavation or from off 18 site borrow. 19 20 21 PART 3 - EXECUTION 22 23 3.01 PROTECTION 24 25 A. Protect existing surface and subsurface features 26 on -site and adjacent to site as follows: 27 1. Provide barricades, coverings, or other types of 28 protection necessary to prevent damage to 29 existing items indicated to remain in place. 30 2. Protect and maintain bench marks, monuments or 31 other established reference points and property 32 corners. If disturbed or destroyed, replace at 33 own expense to full satisfaction of Owner and 34 controlling agency. 35 3. Verify location of utilities. Omission or 36 inclusion of utility items does not constitute 37 non-existence or definite location. Secure and 38 examine local utility records for location data. 39 a. Take necessary precautions to protect 40 existing utilities from damage due to any 41 construction activity. 42 b. Repair damages to utility items at own 43 expense. 44 C. In case of damage, notify Engineer at once so 45 required protective measures may betaken. 46 4. Maintain stockpiles and excavations in such a 47 manner to prevent inconvenience or damage to 48 structures on -site or on adjoining property. 49 5. Avoid surcharge or excavation procedures which 50 can result in heaving, caving, or slides. 51 52 B. Dispose of waste materials, legally, off site except West Texas Region Disposal Facility Phase 1 Construction 4 02200-3 01 as noted in Section 01560 3.01.D. Burning, as a 02 means of waste disposal, is not permitted on -site. 03 04 3.02 SITE EXCAVATION AND GRADING 05 06 A. The work includes all operations in connection with 07 excavation, borrow, construction of fills and 08 embankments, rough grading, fine grading, and 09 disposal of excess materials in connection with the 10 preparation of the site(s) for construction of the 11 proposed facilities. 12 13 B. Excavation and Grading: Perform as required by the 14 Contract Drawings. 15 1. Contract Drawings may indicate both existing 16 grade and finished grade required for 17 construction of Project. Stake all units, 18 structures, piping, roads, parking areas and 19 walks and establish their elevations. Perform 20 other layout work required. Replace property 21 corner markers to original location if disturbed 22 or destroyed. 23 2. Preparation of ground surface for embankments or 24 fills: Before fill is started, scarify to a 25 minimum depth of 6 IN in all proposed embankment 26 and fill areas. Where ground surface is steeper 27 than one vertical to four horizontal, plow 28 surface in a manner to bench and break up surface 29 so that fill material will bind with existing 30 surface. 31 3. Protection of finish grade: During construction, 32 shape and drain embankment and excavations. 33 Maintain ditches and drains to provide drainage 34 at all times. Protect graded areas against 35 action of elements prior to acceptance of work. 36 Reestablish grade where settlement or erosion 37 occurs. 38 4. Finished grading tolerance of 0.1 FT plus/minus 39 from required elevations. 40 41 C. Borrow: Provide necessary amount of approved fill 42 compacted to density equal to that indicated in this 43 Specification. Include cost of all borrow material 44 in original proposal. Fill material to be approved 45 by Engineer prior to placement. 46 47 D. Construct embankments and fills as required by the 48 Contract Drawings: 49 1. Construct embankments and fills at locations and 50 to lines of grade indicated. Completed fill 51 shall correspond to shape of typical cross ,.. 52 section or contour indicated regardless of method West Texas Region Disposal Facility Phase 1 Construction 02200-4 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 used to show shape, size, and extent of line and grade of completed work. 2. Provide approved fill material which is free from roots, organic matter, trash, frozen material, and stones having maximum dimension greater than 2 IN. Ensure that stones larger than 1/2 IN are not placed in upper 6 IN of fill or embankment. Do not place material in layers greater than 8 IN loose thickness. Place layers horizontally and compact each layer prior to placing additional fill. 3. Compact by sheepsfoot, pneumatic rollers, vibrators, or by other equipment as required to obtain specified density. Control moisture for each layer necessary to meet requirements of compaction. 3.03 USE OF EXPLOSIVES A. Blasting with any type of explosive is prohibited unless approved, in writing, by the Engineer. 3.04 FIELD QUALITY CONTROL A. Moisture density relations, to be established by the Engineer required for all materials to be compacted. B. Extent of compaction testing will be as necessary to assure compliance with Specifications. C. Give minimum of 24 HR advance notice to Engineer when ready for compaction or subgrade testing and inspection. D. Should any compaction density test or subgrade inspection fail to meet Specification requirements, perform corrective work as necessary. E. Pay for all costs associated with corrective work and retesting resulting from failing compaction density tests. 3.05 COMPACTION DENSITY REQUIREMENTS A. Obtain approval from Engineer with regard to suitability of soils and acceptable subgrade prior to subsequent operations. B. Provide dewatering system necessary to successfully complete compaction and construction requirements. C. Remove frozen, loose, wet, or soft material and West Texas Region Disposal Facility Phase 1 Construction 02200-5 01 replace with approved material as directed by 01 02 Engineer. 02 03 03 04 D. Stabilize subgrade with well graded granular 04 05 materials as directed by Soils Engineer. 05 06 06 07 E. Assure by results of testing that compaction 07 08 densities comply with the following requirements: 08 09 09 10 SOIL TYPE MINIMUM COMPACTION DENSITY* 10 12 12 13 UNDER FILL AREAS, 13 14 CONCRETE AND PIPING: 14 15 15 16 Cohesive Soils** 95 percent, ASTM D698 16 17 17 18 Cohesionless Soils 70 percent relative density 18 19 per ASTM D4253 and D4254 19 20 20 21 * Fill materials will be placed in 8-inch loose lift 21 22 thicknesses and compacted to required densities. Field 22 23 densities will be performed every 8,000 square feet per 23 24 compacted lift for area fill and every 500 linear feet per 24 25 lift for embankment. 25 26 26 27 ** Cohesive soil having a plasticity index less than 15 shal27 28 be compacted to at least 95 percent ASTM D698 at optimum 28 29 moisture content (+/-2 percent). Cohesive soils with a 29 30 plasticity index of 15 or more shall be compacted to at least30 31 95 percent ASTM D698 at or above optimum moisture content. 31 32 32 33 3.06 EXCAVATION, FILLING, AND BACKFILLING FOR STRUCTURES 33 34 34 35 A. General: 35 36 1. In general, work includes, but is not necessarily 36 37 limited to, excavation for structures and 37 38 retaining walls, removal of underground 38 39 obstructions and undesirable material, 39 40 backfilling, filling, and fill, backfill, and 40 41 subgrade compaction. 41 42 2. Obtain fill and backfill material necessary to 42 43 produce grades required. Materials and source to 43 44 be approved by Engineer. Excavated material 44 45 approved by Engineer may also be used for fill and 45 46 backfill. 46 47 3. In this Section of the Specifications, the word 47 48 "foundations" includes footings, base slabs, 48 49 foundation walls, mat foundations, grade beams, 49 50 piers and any other support placed directly on 50 51 soil. 51 52 4. In the paragraphs of this Section of the 52 West Texas Region Disposal Facility Phase 1 Construction 02200-6 O1 Specifications, the word "soil" also includes any 01 02 type of rock subgrade that may be present at or 02 03 below existing subgrade levels. 03 04 04 05 B. Excavation Requirements for Structures: 05 06 1. General. Do not commence excavation for 06 07 foundations for structures until: 07 08 a. Engineer approves: 08 09 (1) The removal of topsoil and other unsuitable 09 10 and undesirable material from existing 10 11 subgrade. 11 12 (2) Density and moisture content of site area 12 13 compacted fill material meets requirements 13 14 of specifications. 14 15 (3) Site surcharge or mass fill material can 15 16 be removed from entire construction site or 16 17 portion thereof. 17 18 (4) Surcharge or mass fill material has been 18 19 removed from construction area or portions 19 20 thereof. 20 21 b. Engineer grants approval to begin 21 22 excavations. 22 23 2. Dimensions: 23 24 a. Excavate to elevations and dimensions 24 25 indicated or specified. 25 26 b. Allow additional space as required for 26 27 construction operations and inspection of 27 28 foundations. 28 29 3. Removal of obstructions and undesirable materials 29 30 in excavation includes, but is not necessarily 30 31 limited to, removal of old foundations, existing 31 32 construction, unsuitable subgrade soils, 32 33 expansive type soils, and any other materials 33 34 which may be concealed beneath present grade, as 34 35 required to execute work indicated on Contract 35 36 Drawings. If undesirable material and .36 37 obstructions are encountered during excavation, 37 38 remove material and replace as directed by 38 39 Engineer. 39 40 4. Level off bottoms of excavations to receive 40 41 foundations, floor slabs, equipment support pads, 41 42 or compacted fill.. Remove loose materials and 42 43 bring excavations into approved condition to 43 44 receive concrete or fill material. Where 44 45 compacted fill material must be placed to bring 45 46 subgrade elevation up to underside of 46 47 construction, scarify existing subgrade upon 47 48 which fill material is to be placed to a depth of 48 49 6 IN and then compact to density stated in this 49 50 Section of Specifications before fill material 50 51 can be placed thereon. Do not carry excavations 51 52 lower than shown for foundations except as 52 West Texas Region�Disposal Facility Phase 1,Construction I 02200-7 01 directed by Engineer. If any part of excavations 02 is carried below required depth without 03 authorization, maintain excavation and start 04 foundation from excavated level with concrete of 05 same strength as required for superimposed 06 foundation, and no extra compensation will be 07 made to Contractor therefor. 08 5. Make excavations large enough for working space, 09 forms, dampproofing, waterproofing, and 10 inspection. 11 6. Notify Engineer as soon as excavation is 12 completed in order that subgrades may be 13 inspected. Do not commence further construction 14 until subgrade under compacted fill material, 15 under foundations, under floor slabs -on -grade, 16 under equipment support pads, and under retaining 17 wall footings has been inspected and approved by 18 the Engineer as being free of undesirable 19 material, being of compaction density required by 20 this specification, and being capable of 21 supporting the allowable foundation design 22 bearing pressures and superimposed foundation, 23 fill, and building loads to be placed thereon. 24 Engineer shall be given the opportunity to 25 inspect subgrade below fill material both prior 26 to and after subgrade compaction. 27 a. Place fill material, foundations, retaining 28 wall footings, floor slabs -on -grade, and 29 equipment support pads as soon as weather 30 conditions permit after excavation is 31 completed, inspected, and approved and after 32 forms and reinforcing are inspected and 33 approved. Before concrete or fill material 34 is placed, protect approved subgrade from 35 becoming loose, wet, frozen, or soft due to 36 weather, construction operations, or other 37 reasons. 38 7. Subgrade stabilization: If subgrade under 39 foundations, fill material, floor slabs -on -grade, 40 or equipment support pads is in a frozen, loose, 41 wet, or soft condition before construction is 42 placed thereon, remove frozen, loose, wet, or 43 soft material and replace with approved compacted 44 material as directed by Engineer. Provide 45 compaction density of replacement material as 46 stated in this specification section. Loose, 47 wet, or soft materials, when approved by 48 Engineer, may be stabilized by a compacted 49 working mat of well graded crushed stone. 50 Compact stone mat thoroughly into subgrade to 51 avoid future migration of fines into the stone ,r.. 52 voids. Remove and replace frozen materials as West Texas Region Disposal Facility Phase 1 Construction 02200-8 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 S. 9. 10. 11 12. directed by Engineer. Method of stabilization shall be performed as directed by Engineer. Do not place further construction on the repaired subgrades, until the subgrades have been approved by the Engineer. Do not place floor slabs -on -grade including equipment support pads until subgrade below has been approved, piping has been tested and approved, reinforcement placement has been approved, and Contractor receives approval to commence slab construction. Do not place building floor slabs -on -grade including equipment support pads when temperature of air surrounding the slab and pads is or is expected to be below 40 DegF before structure is completed and heated to a temperature of at least 50 DegF. Protection of structures: Prevent new and existing structures from becoming damaged due to construction operations or other reasons. Prevent subgrade under new and existing foundations from becoming wet and undermined during construction due to presence of surface or subsurface water or due to construction operations. Shoring: Shore, sheet pile, slope, or brace excavations as required to prevent them from collapsing. Remove shoring as backfilling progresses but only when banks are stable and safe from caving or collapse. Drainage: Control grading around structures so that ground is pitched to prevent water from running into excavated areas or damaging structures. Maintain excavations where foundations,floor slabs, equipment support pads or fill material are to be placed free of water. Provide pumping required to keep excavated spaces clear of water during construction. Should any water be encountered in the excavation, notify Engineer. Provide free discharge of water by trenches, pumps, wells, well points, or other means as necessary and drain to point of disposal that will not damage existing or new construction or interfere with construction operations. Frost protection: Do not place fill material on frozen ground. When freezing temperatures may be expected, do not excavate to full depth indicated, unless fill material can be placed immediately after excavation has been completed and approved. Protect excavation from frost if placing of fill is delayed. a. Where a concrete slab is a base slab -on -grade located under and within a structure that West Texas Region Disposal Facility Phase 1 Construction 02200-9 01 will not be heated, protect subgrade under 02 the slab from becoming frozen until final 03 acceptance of the Project by the Owner. 04 b. Protect subgrade under foundations of a 05 structure from becoming frozen until 06 structure is completed and heated to a 07 temperature of at least 50 DegF. 08 09 C. Fill and Backfill Inside of Structure and Below 10 Foundations, Base Slabs, Floor Slabs, Equipment 11 Support Pads and Piping: 12 1. General: Subgrade to receive fill or backfill 13 shall be free of undesirable material as 14 determined by Engineer and scarified to a depth 15 of 6 IN and compacted to density specified 16 herein. Surface may be stepped by at not more 17 than 12 IN per step or may be sloped at not more 18 than 2 percent. Do not place any fill or 19 backfill material until subgrade under fill or 20 backfill has been inspected and approved by 21 Engineer as being free of undesirable material 22 and compacted to specified density. 23 2. Obtain approval of fill and backfill material and 24 source from Engineer prior to placing the 25 material. 26 3. Granular fill under floor slabs -on -grade: Place 27 all floor slabs -on -grade on a minimum of 6 IN of 28 granular fill unless otherwise indicated. 29 4. Fill and backfill placement: Prior to placing 30 fill and backfill material, optimum moisture and 31 maximum density properties for proposed material 32 shall be obtained from Engineer. Place fill and 33 backfill material in thin lifts as necessary to 34 obtain required compaction density. Compact 35 material by means of equipment of sufficient size 36 and proper type to obtain specified density. Use 37 hand operated equipment for filling and 38 backfilling next to walls. Do not place fill and 39 backfill when the temperature is less than 40 40 DegF and when subgrade to receive fill and 41 backfill material is frozen, wet, loose, or soft. 42 Use vibratory equipment to compact granular 43 material; do not use water. 44 D. Filling and Backfilling Outside of Structures. This 45 paragraph of these specifications apply to fill and 46 backfill placed outside of structures above bottom 47 level of both foundations and piping but not under 48 paving. Provide material as approved by Engineer for 49 filling and backfilling outside of structures. 50 1. Fill and backfill placement: Prior to placing 51 fill and backfill material, obtain optimum 52 moisture and maximum density properties for West Texas Region Disposal Facility Phase 1 Construction 02200-10 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 proposed material from Engineer. Place fill and backfill material in thin lifts as necessary to obtain required compaction density. Compact material with equipment of proper type and size to obtain density specified. Use only hand operated equipment for filling and backfilling next to walls and retaining walls. Do not place fill or backfill material when temperature is. less than 40 DegF and when subgrade to receive material is frozen, wet, loose, or soft. Use vibratory equipment for compacting granular material; do not use water. 2. Backfilling against walls: a. Do not backfill around any part of structures until each part has reached specified 28-day compressive strength and backfill material has been approved. Do not start backfilling until concrete forms have been removed, trash removed from excavations, pointing of masonry work, concrete finishing, dampproofin_g and waterproofing have been completed. b. Bring backfill and fill up uniformly around the structures and individual walls, piers, or columns. E. Backfilling Outside of Structures Under Piping or Paving: When backfilling outside of structures requires placing backfill material under piping or paving, the material shall be placed from bottom of excavation to underside of piping or paving at the density required for fill under piping or paving as indicated in this Section. This compacted material shall extend transversely to the centerline of piping or paving a horizontal distance each side of the exterior edges of piping or paving.equal to the depth of backfill measured from bottom of excavation to underside of piping or paving. Provide special compacted bedding or compacted subgrade material under piping or paving as required by other sections of these Specifications. 3.07 SPECIAL REQUIREMENTS A. Erosion Control: Conduct work site. Construct stilling area eroded material. Remove erode site. Clean streets daily of rocks or debris from equipment site. 3.08 MEASUREMENT AND PAYMENT to minimize erosion of s to settle and detain d material washed off any spillage of dirt, entering or leaving West Texas Region Disposal Facility Phase 1 Construction 02200-11 9. O1 A. Excavation shall be measured by the average end area 01 02 method as determined by actual on the ground' survey 02 03 methods. The Owner has surveyed the existing grades 03 04 and elevations of this project, as shown on Drawing 04 05 1, General Site Layout, Horizontal and Vertical 05 06 Control. At the end of the contract term, the Owner 06 07 will survey the constructed grades and elevations and 07 08 compute the difference in cubic yards whose 08 09 difference from the starting elevations shall become 09 10 the basis of payment in cubic yards. 10 11 11 12 END OF SECTION 12 West Texas Region Disposal Facility Phase 1 Construction 02221-1 O1 96A02 SECTION 02221 01 02 02 03 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 SUMMARY 07 08 08 09 A. Section Includes: 09 10 1. Excavation, trenching, backfilling and compacting 10 11 for all underground utilities. 11 12 2. Drain piping. 12 13 3. Non -potable Water piping. 13 14 4. Surface drainage conduits and piping. 14 15 5. Electrical duct banks, conduits, and direct 15 16 burial cables. 16 17 6. All related utility and process appurtenances. 17 18 18 19 B. Related Sections include but are not necessarily 19 20 limited to: 20 21 1. City of Lubbock Bidding Requirements, Contract 21 22 Forms, and Provisions of.the Contract. 22 23 2. Division 1 - General Requirements. 23 24 3. Section 02200 - Earthwork. 24 25 4. Section 16115 - Electrical Conduit. 25 26 5. Section 15065 - HDPE Pipe. 26 27 27 28 1.02 QUALITY ASSURANCE 28 29 29 30 A. Referenced Standards: 30 31 1. American Association of State Highway & 31 32 Transportation Officials (AASHTO): 32 33 a. T99, The Moisture -Density Relations of Soils 33 34 Using a 5.5 LB Rammer and a 12 IN Drop. 34 35 b. T180, Moisture -Density Relations of Soils 35 36 Using a 10 LB Rammer and an 18 IN Drop. 36 37 2. American Society for Testing and Materials 37 38 (ASTM) : 38 39 a. C33, Concrete Aggregates. 39 40 b. D698, The Moisture -Density Relations of Soils 40 41 Using a 5.5 LB Rammer and a 12 IN Drop. D698 41 42 is "Standard Proctor." 42 43 c. D1557, The Moisture -Density Relation of Soils 43 44 Using a 10 LB Rammer and an 18 IN Drop. 44 45 D1557 is "Modified Proctor." 45 46 d. D2487, Classification of Soils for 46 47 Engineering Purposes. 47 48 e. D4253, Maximum Index Density of Soils Using a 48 49 Vibratory Table. 49 50 f. D4254, Minimum Index Density of Soils and 50 51 Calculation of Relative Density. 51 52 52 West Texas Region Disposal Facility Phase 1 Construction 02221-2 O1 1.03 DEFINITIONS 02 03 A. Excavation: 04 1. All excavation will be defined as unclassified. 05 06 1.04 SUBMITTALS 07 08 A. Shop Drawings: 09 1. Product technical data including: 10 a. Acknowledgement that products submitted meet 11 requirements of standards referenced. 12 b. Manufacturer's installation instructions. 13 14 B. See Section 01340. 15 16 C. Submit test reports and fully document each with 17 specific location or stationing information, date, 18 and other pertinent information. 19 20 D. Submit respective pipe or conduit manufacturer's data 21 regarding methods of installation and general 22 recommendations. 23 24 E. Submit sieve analysis reports on all granular 25 materials. 26 27 1.05 SITE CONDITIONS 28 29 A. Avoid overloading or surcharge a sufficient distance 30 back from edge of excavation to prevent slides or 31 caving. Maintain and trim excavated materials in 32 such manner to be as little inconvenience as possible 33 to public and adjoining property owners. 34 35 B. Provide full access to public and private premises 36 and fire hydrants, at street crossings, sidewalks 37 and/or other points as designated by Owner to prevent 38 serious interruption of travel. 39 40 C. Protect and maintain bench marks, monuments or other 41 established points and reference points and if 42 disturbed or destroyed, replace items to full 43 satisfaction of Owner and controlling agency. 44 45 D. Verify location of existing underground utilities. 46 47 48 PART 2 - PRODUCTS 49 50 2.01 MATERIALS 51 52 A. Backfill Material: West Texas Region Disposal Facility Phase 1 Construction 02221-3 O1 1. As approved by Engineer. 01 02 a. Free of rock cobbles, roots, sod or other 02 03 organic matter, and frozen material. 03 04 b. Moisture content at time of placement: 3 04 05 percent plus/minus of optimum moisture 05 06 content as specified in accordance with ASTM 06 07 D698. 07 08 08 09 B. Embedment Materials: 09 10 1. As approved by the Engineer. 10 11 2. Granular bedding materials: 11 12 a. ASTM C33, gradation 67 (3/4 IN to No.4 sieve) 12 13 defined below`: 13 14 14 15 Sieve Size 1 IN 3/4 IN 3/8 IN No.4 No.20 15 16 Percent Passing 100 90-100 20-55 0-10 0 16 17 by Weight 17 18 18 19 1) Well graded gravel. 19 20 20 21 21 22 PART 3 - EXECUTION 22 23 23 24 3.01 GENERAL 24 25 25 26 A. Remove and dispose of unsuitable materials as 26 27 directed by Engineer to site provided by Owner. 27 28 28 29 B. Prepare excavation and backfill according to pipe/ 29 30 conduit manufacturer's recommendations. 30 31 31 32 3.02 EXCAVATION 32 33 33 34 A. Unclassified Excavation: 34 35 1. Remove rock excavation, clay, silt, gravel, hard 35 36 pan, loose shale, and loose stone as directed by 36 37 Engineer. 37 38 38 39 B. Excavation for Appurtenances: 39 40 1. 6 IN (minimum) clear distance between outer 40 41 surface and embankment. 41 42 2. See Section 02200 for applicable requirements. 42 43 43 44 C. Trench Excavation: 44 45 1. Excavate trenches by open cut method to depth 45 46 shown on Drawings and necessary to accommodate 46 47 work. 47 48 2. Open trench outside buildings, units, and 48 49 structures: 49 50 a. No more than the distance between two 50 51 manholes, structures, units, or 600 LF, 51 52 whichever is less. 52 West Texas Region Disposal Facility Phase 1 Construction 02221-4 O1 b. Field adjust limitations as weather 02 conditions dictate. 03 3. Any trench or portion of trench, which is opened 04 and remains idle for 7 calendar days, or longer, 05 as determined by the Owner, may be directed to be 06 immediately refilled, without completion of work, 07 at no additional cost to Owner. Said trench may O8 not be reopened until Owner is satisfied that 09 work associated with trench will be prosecuted 10 with dispatch. 11 4. Observe following trenching criteria: 12 a. Trench size. 13 (1) Excavate width to accommodate free working 14 space. 15 (2) Maximum trench width at top of pipe or 16 conduit may not exceed outside diameter of 17 utility service by more than the following 18 dimensions: 19 20 OVERALL DIAMETER 21 OF UTILITY SERVICE EXCESS DIMENSION 22------------------ --- ------------ 23 33 IN and less 18 IN 24 more than 33 IN 24 IN 25 26 3) cut trench walls vertically from bottom of 27 trench to 1 FT above top of pipe, conduit, 28 or utility service. 29 4) Keep trenches free of water. Include cost 30 of dewatering in original proposal. 31 32 D. Trenching for Electrical Installations: 33 1. Observe paragraph 3.02 C "Trench Excavation" 34 2. Modify for electrical installations as follows: 35 a. Open no more than 600 LF of trench in 36 exterior locations for trenches more than 12 37 IN but not more than 30 IN wide. 38 b. Any length of trench may be opened in 39 exterior locations for trenches which are 12 40 IN wide or less. 41 c. Do not over excavate trench. 42 d.Cut trenches for electrical runs with minimum 43 30 IN cover, unless otherwise specified. 44 e. See Division 16 for additional requirements. 45 46 3.03 PREPARATION OF FOUNDATION FOR PIPE LAYING 47 48 A. Over -Excavation: 49 1. Backfill and compact to 95 percent of maximum dry 50 density per ASTM D698. 51 2. Backfill with granular bedding material as 52 option. West Texas Region Disposal Facility Phase 1 Construction 02221-5 , ft 01 02 B. Subgrade Stabilization: 03 1. Stabilize the subgrade when directed by the 04 Engineer. 05 2. Observe the following requirements when unstable 06 trench bottom materials are encountered. 07 a. Notify Owner when unstable materials are 08 encountered. 1) Define by drawing station 09 locations and limits. 10 b. Remove unstable trench bottom caused by 11 Contractor failure to dewater, rainfall, or 12 Contractor operations. 1) Replace with 13 subgrade stabilization with no additional 14 compensation. 15 16 3.04 BACKFILLING METHODS 17 18 A. Do not backfill until tests to be performed on system 19 show system is in full compliance to specified 20 requirements. Install as recommended by pipe/conduit 21 manufacturer. 22 23 B. Carefully Compacted Backfill: 24 1. Furnish where indicated on drawings, specified 25 for trench embedment conditions and for compacted 26 backfill conditions up to 12 IN above top of pipe 27 or conduit. 28 2. Comply with the following: 29 a. Place backfill in lifts not exceeding 8 IN _ 30 (loose thickness). 31 b. Hand place, shovel slice, and pneumatically 32 tamp all carefully compacted backfill. 33 c. Observe specific manufacturer's 34 recommendations regarding backfilling and 35 compaction. 36 d. Compact each lift to specified requirements. 37 e. Perform field density tests every 500 linear 38 feet per lift. 39 40 C. Common Trench Backfill: 41 1. Perform in accordance with the following: 42 a. Place backfill in lift thicknesses capable of 43 being compacted to densities specified. 44 b. Observe specific manufacturer's 45 recommendations regarding backfilling and 46 compaction. 47 c. Avoid displacing joints and appurtenances or 48 causing any horizontal or vertical 49 misalignment, separation, or distortion. 50 d. Perform field density tests every 500 linear 51 feet per lift. 52 West Texas Region Disposal Facility Phase 1 Construction 45 46 47 48 49 50 51 52 02221-6 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 19 Water flushing for consolidation is not permitted. E. Backfilling for Electrical Installations 1. Observe paragraph 3.04 C or D "Backf Methods." 2. Modify for electrical installation a a. Observe notes and details on ele drawings for fill in immediate v direct burial cables. 3.05 COMPACTION rf B. General: 1. Place and assure backfill and fill materials to achieve an equal or "higher" degree of compaction than undisturbed materials adjacent to the work. 2. In no case shall degree of compaction below "Minimum Compaction" specified be accepted. Compaction Requirements: Unless noted otherwise on Drawings or more stringently by other sections of these Specifications, comply with following trench compaction criteria: 1. Carefully compacted backfill: LOCATION Under pavements roadways surfaces, within highway right-of-ways MINIMUM COMPACTIONS ------------------- SOIL TYPE Cohesive soils Cohesionless soils 2. Common trench backfill: All areas not Cohesive soils supporting structures Cohesionless soils Under turfed, Cohesive soils sodded, plant seeded, non- 01 02 03 illing 04 05 s follows: 06 ctrical 07 icinity of 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 DENSITY 28 ------- 29 95 percent of 30 max dry density 31 by ASTM D698 32 33 75 percent of 34 max relative 35 density by ASTM 36 D4253 and D4254 37 38 39 40 90 percent of 41 max dry density 42 by ASTM D698 43 44 70 percent of 45 relative density 46 by ASTM D4253 47 and D4254 48 49 85 percent of 50 max dry density 51 by ASTM D698 52 West Texas Region Disposal Facility Phase 1 Construction 02221-7 O1 traffic areas 01 02 Cohesionless soils 60 percent of 02 03 relative density 03 04 by ASTM D4253 04 05 and D4254 05 06 06 07 3.06 FIELD QUALITY CONTROL 07 08 08 09 A. Testing: 09 10 1. Perform in -place moisture -density tests as 10 11 directed by the Owner. 11 12 2. Perform tests through recognized testing 12 13 laboratory approved by Owner. 13 14 3. Costs of "Passing" tests paid by Owner. 14 15 4. Perform additional tests as directed until 15 16 compaction meets or exceeds requirements. 16 17 5. Cost associated with "Failing" tests shall be 17 18 paid by Contractor. 18 19 6. Reference to Engineer in this section will imply 19 20 Soils Engineer when employed by Owner and 20 21 directed by Engineer to undertake necessary 21 22 inspections as approvals as necessary. 22 23 7. Assure Owner has immediate access for testing of 23 24 all soils related work. 24 25 8. Ensure excavations are safe for testing 25 26 personnel. 26 27 27 28 END OF SECTION 28 a West Texas Region Disposal Facility Phase 1 Construction 02260-1 01 f 02 89I20 SECTION 02260 03 04 TOPSOILING AND FINISHED GRADING 05 06 07 PART 1 - GENERAL 08 09 1.01 SUMMARY 10 11 A. Section Includes: 12 1. Topsoiling and finished grading. 13 14 B. Related Sections include but are not necessarily 15 limited to: 16 1. City of Lubbock Bidding Requirements, Contract 17 Forms, and Conditions of the Contract. 18 2. Division 1 - General Requirements. 19 3. Section 02110 - Site Clearing. 20 4. Section 02200 —Earthwork. 21 5. Section 02270 - Soil Erosion and Sediment 22 Control. 23 6. Section 02930 - Seeding, Sodding and Landscaping. 24 25 C. Location of Work: All areas within limits of grading 26 and all areas outside limits of grading which are 27 disturbed in the course of the work. 28 29 1.02 SUBMITTALS 30 31 A. Shop Drawings: 32 1. See Section 01340. 33 34 B. Project Data: 35 1. Test reports for furnished topsoil. 36 37 1.03 SITE CONDITIONS 38 39 A. Verify amount of topsoil stockpiled and determine 40 amount of additional topsoil, if necessary to 41 complete work. 42 43 44 PART 2 - PRODUCTS 45 46 2.01 MATERIALS 47 48 A. Topsoil: 49 1. Original surface soil typical of the area. 50 2. Existing topsoil stockpiled under Section 02110. 51 3. Capable of supporting native plant growth. tol�' 52 West Texas Region Disposal Facility Phase 1 Construction 02260-2 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 2.02 TOLERANCES A. Finish Grading Tolerance: required elevations. PART 3 - EXECUTION 3.01 PREPARATION 0.2 FT plus/minus from A. Correct, adjust and/or repair rough graded areas. 1. Cut off mounds and ridges. 2. Fill gullies and depressions. 3. Perform other necessary repairs. 4. Bring all sub -grades to specified contours, even and properly compacted. B. Loosen surface to depth of 2 IN, minimum. C. Remove all stones and debris over 2 IN in any dimension. 3.02 ROUGH GRADE REVIEW A. Reviewed by Engineer in Section 02110, Site Clearing. 3.03 PLACING TOPSOIL A. Do not place when subgrade is wet or frozen enough to cause clodding. B. Spread to compacted depth of 4 IN for all disturbed earth areas. C. If topsoil stockpiled is less than amount required for work, furnish additional topsoil at no cost to Owner. D. Provide finished surface free of stones, sticks, or other material 1 IN or more in any dimension. E. Provide finished surface smooth and true to required grades. F. Restore stockpile area to condition of rest of finished work. 3.04 ACCEPTANCE A. Upon completion of topsoiling, obtain Engineer's acceptance of grade and surface. West Texas Region Disposal Facility Phase 1 Construction 02260-3 O1 B. Make test holes where directed to verify proper 02 placement and thickness of topsoil. 03 04 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 02261C-1 O1 96A02 SECTION 02261C O1 02 02 03 - ALL-WEATHER ACCESS ROAD AND LOW WATER CROSSINGS 03 04 04 05 05 06 PART 1 - GENERAL 06 07 07 08 1.01 SUMMARY 08 09 09 10 A. Section Includes: 10 11 11 12 1. Flexible base access road. 12 13 2. Cement stabilization of flexible base at low 13 14 water crossings. 14 15 15 16 B. Related Sections include but are not necessarily 16 17 limited to: 17 18 1. Bidding Requirements, Contract Forms, and 18 19 Provisions of the Contract. 19 20 2. Division 1 - General Requirements. 20 21 3. Section 02110 - Site Clearing. 21 22 4. Section 02200 - Earthwork. 22 23 5. Section 02270 - Soil Erosion and Sedimentation 23 24 Control. 24 25 6. Section 02511 - Flexible Base - Caliche. 25 26 26 27 C. Location of Work: Areas and low water crossings 27 28 designated on plans as Access Road. 28 29 29 30 1.02 QUALITY ASSURANCE 30 31 31 32 A. Referenced Standards. 32 33 1. American Standards for Testing and Materials 33 34 (ASTM). 34 35 a. D 422 - Particle Size Analysis of Soils. 35 36 b. D 2217 - Wet Preparation of Soil Samples for 36 37 Particle Size Analysis and Determination of 37 38 Soil Constants. 38 39 c. D 4318 - Liquid Limit, Plastic Limit, and 39 40 Plasticity Index of Soils. 40 41 41 42 1.03 SUBMITTALS 42 43 43 44 A. Samples: 44 45 1. Flexible Base - Caliche Material. 45 46 a. Material samples shall be submitted along 46 47 with lab testing results verifying material 47 48 source and physical requirements. 48 49 Acknowledge that material is from approved 49 50 source. 50 51 2. Cement. 51 52 a. Acknowledge that cement will be obtained from 52 West Texas Region Disposal Facility Phase 1 Construction 02261C-2 O1 approved manufacturer. 01 02 02 03 PART 2 - PRODUCTS 03 04 04 05 2.01 FLEXIBLE BASE - CALICHE MATERIALS 05 06 06 07 A. Refer to Specification Section 02511, Subsection 1.02 07 08 for material requirements. 08 09 09 10 B. Material which fails to meet the requirements of 10 11 these specifications may be rejected by the OWNER. 11 12 Such rejection shall incur no cost to the OWNER. 12 13 Material sources, from which materials with 13 14 properties not meeting these specifications are 14 15 delivered, may be rejected as further supply sources 15 16 to the project by the OWNER. Such rejection shall 16 17 incur no cost to the OWNER. 17 18 18 19 2.02 CEMENT 19 20 20 21 A. The cement shall be Type II Portland cement. Type II 21 22 cement shall conform to ASTM C 150. 22 23 23 24 B. Bulk or sacked cement may be used, and a bag shall 24 25 contain ninety-four (94) pounds net. All bags shall 25 26 be in good condition at the time of inspection. Bags 26 27 varying more than five (5) percent from the specified 27 28 weight may be rejected, and if the average net weight 28 29 in any shipment as shown by weighing fifty (50) bags 29 30 taken at random is less than that specified, the 30 31 entire shipment may be rejected. Bulk cement shall 31 32 be weighed on approved scales as herein prescribed. 32 33 33 34 C. Any cement which has become partially set or which 34 35 contains hard lumps or cakes, or cement salvaged from 35 36 discarded or used bags, shall not be used. 36 37 37 38 2.03 WATER 38 39 39 40 A. Water shall be reasonably clean and free from 40 41 injurious amounts of oil, acid, salt, alkali, organic 41 42 matter, or other deleterious substances. Potable 42 43 water may be accepted for use without being treated. 43 44 If the water is questionable it shall be tested in 44 45 accordance with AASHTO T 26. 45 46 46 47 PART 3 - EXECUTION 47 48 48 49 3.01 GENERAL 49 50 50 51 A. Remove and dispose of unsuitable materials as 51 52 directed by Engineer or as noted on the plans. 52 West Texas Region Disposal Facility Phase 1 Construction 02261C-3 O1 01 02 B. Comply with Section 02270 Soil Erosion and Sediment 02 03 Control. 03 04 04 05 3.02 SUBGRADE PREPARATION 05 06 06 07 A. Trim and dress all areas to required cross sections. 07 08 08 09 B. Bring areas that are below allowable minus tolerance 09 10 limit to grade by filling with material similar to 10 11 adjacent material. 11 12 12 13 C. Compact subgrade to density specified in accordance 13 14 with Section 02200. 14 15 15 16 D. Provide approved material that is free from roots, 16 17 organic matter, frozen material, rocks or other 17 18 contaminants. 18 19 19 20 E. Do not place any material on prepared base prior to 20 21 inspection by Engineer. 21 22 22 23 3.03 PLACING OF ACCESS ROAD MATERIAL 23 24 24 25 A. Refer to Specification Section 02511, Subsection 1.03 25 26 and 1.04 for material hauling, placing, compacting 26 27 and finishing. 27 28 28 29 B. Maintain roadway until accepted. _ 29 30 30 31 C. Replace any displaced material to lines and grades 31 32 shown. 32 33 33 34 3.04 CONSTRUCTION OF CEMENT STABILIZED LOW WATER CROSSINGS 34 35 35 36 A. General: The cement stabilized flexible base - 36 37 caliche material may be mixed in place or transported 37 38 to the site from a mixing plant. 38 39 39 40 B. Cement Application: Portland cement shall be spread 40 41 uniformly on the rock material (base) at the rate of 41 42 9V by dry weight. Cement shall be applied only to 42 43 such an area that all the operations can be 43 44 continuous and completed in daylight within six (6) 44 45 hours of such application. 45 46 46 47 The flexible base moisture content shall not exceed 47 48 the optimum moisture content for the cement 48 49 stabilized base. 49 50 50 51 Only spreading and mixing equipment will be allowed 51 52 to pass over the freshly spread cement. 52 West Texas Region Disposal Facility Phased Construction 02261C-4 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 is 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 C. Weather Conditions: Cement stabilized material shall not be mixed or placed when subgrade is frozen or when the air temperature is below forty degrees (400) F and falling. Cement stabilized base shall be mixed or placed only when weather conditions are suitable. D. Mixing and Processing: One of the following methods of mixing and processing shall be used by the Contractor: 1. Multiple -Pass Travelling Mixer: After the cement has been applied, it shall be dry -mixed with the base. Mixing shall continue until the cement has been sufficiently blended with the base to` prevent the formation of cement balls when water is applied. The base and cement mixture that has not been compacted and finished shall not remain undisturbed for more than thirty (30) minutes. Immediately after the dry mixing of base and cement is complete, water as necessary shall be uniformly applied and incorporated into the mixture. Pressurized equipment and water supply shall be adequate to insure continuous application of the required amount of water to sections being processed within three (3) hours of application of the cement. Proper care shall be exercised to insure proper moisture _ distribution at all times. After the last increment of water has been added, mixing shall continue until a thorough and uniform mix has been obtained. 2. Single -Pass Travelling Mixing Plant: After the cement has been applied, it shall be sufficiently dry -mixed with the base to prevent the formation of cement balls when water is applied. Unpulverzed lumps in the cement stabilized mixture immediately behind the mixer will not be permitted. The mixer shall be provided with means for visibly and accurately gauging the water application. The water shall be applied uniformly through a pressure spray bar. After cement is spread, mixing operations shall proceed as follows: The mixer shall in one continuous operation, mix the base and cement full depth, add the required water uniformly, thoroughly mix the base, cement and _water, spread West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 it 12 13 14 15 16 17 is 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 V 02261C-5 �-• 01 the completed cement stabilized mixture evenly 02 over the machine processed width of the subgrade, 03 and leave it in a loose condition ready for 04 immediate compaction. 05 06 The base and cement mixture after mixing and 07 before compacting, shall not remain undisturbed 08 for more than thirty (30) minutes. 09 10 3. Central Mixing Plant: The flexible base, cement 11 and water shall be dry -mixed in a pugmill either 12 of the batch or continuous -flow type. The plant 13 shall be equipped with feeding and metering 14 devices which will add the base, cement, and 15 water into the mixer in the specified quantities. 16 Base and cement shall be mixed sufficiently to 17 prevent cement balls from forming when water is 18 added. Mixing shall continue until a uniform and 19 intimate mixture of base, cement, and water is 20 obtained. 21 22 The mixture shall be hauled to the construction 23 site in suitable vehicles equipped with 24 protective covers. The mixture shall be placed 25 on the moistened subgrade in a uniform layer by 26 an approved spreader. Not more than thirty (30) . 27 minutes shall elapse between the placement of 28 adjoining sections of stabilized base material. 29 30 Not more than thirty (30) minutes shall elapse 31 between the start of spreading the base and 32 cement mixture and the start of compaction. Not 33 more than sixty (60) minutes shall elapse between 34 the start of moist mixing and the start of 35 compaction. The mixture shall be uniform in 36 thickness and surface, and quantity. The 37 completed cement stabilized base will conform to 38 the required grade and cross section. Dumping of 39 the mixture in piles or windrows upon the subgrade 40 will not be permitted. 41 42 E. Compaction and Finishing: The cement stabilized base 43 shall be compacted to one hundred (100) percent of 44 Standard Proctor density. At the start of 45 compaction, the moisture percentage in the mixture 46 and in unpulverized soil lumps shall not be below or 47 more than two (2) percent above the optimum moisture 48 content. The base -cement mixture shall not become 49 unstable during compaction and finishing. When the 50 uncompacted base -cement mixture is rained on and the 51 moisture content exceeds the tolerance, the entire 52 section shall be reconstructed. West Texas Region Disposal Facility Phase 1 Construction 02261C-6 O1 02 The optimum moisture content and density of the 03 cement stabilized base shall be determined on 04 representative samples obtained from the area being 05 processed. 06 07 Prior to compaction, the mixture shall be in a loose 08 condition for its full depth. The loose mixture then 09 shall be uniformly compacted to the specified density 10 within two (2) hours. After the mixture is compacted, 11 water shall be uniformly applied as needed and 12 thoroughly mixed in with a spiketooth harrow or equal. 13 The surface shall then be reshaped to the required 14 lines, grades, and cross sections and then lightly 15 scarified to loosen any imprint left by the compacting 16 or shaping equipment. 17 18 The resulting surface shall be thoroughly rolled with 19 a pneumatic tire roller and tight bladed by a motor 20 grader to a depth of approximately one-fourth (1/4) 21 inch, moving all loosened base and cement from the 22 section. The surface shall then be thoroughly 23 compacted with the pneumatic roller, adding small 24 increments of moisture as needed during rolling. 25 Other surface finishing methods may be used if a 26 dense, uniform surface is produced. The moisture 27 content of the mixture must be maintained at optimum 28 during all finishing operations. Surface compaction 29 and finishing shall proceed in such a manner as to 30 produce, in not more than two (2) hours, a smooth, 31 dense surface, free of cracks, ridges, or loose 32 material conforming to the crown, grade, and line 33 shown on the plans. 34 35 F. Protection: After the cement stabilized base has 36 been finished it shall be immediately protected 37 against rapid drying by use of pressure water 38 distributors so that all voids at the surface in the 39 cement stabilized surface are filled with water but 40 without free water standing on the surface. The 41 Contractor shall also maintain this method until 42 curing is completed. 43 44 G. Opening to Traffic: The Contractor shall not allow 45 heavy equipment over completed portions, but 46 pneumatic -tired equipment required for hauling cement 47 and water may be permitted after the surface has 48 hardened sufficiently to prevent the equipment from 49 marring the surface. 50 51 H. Maintenance-: The Contractor shall maintain in good 52 condition the entire section within the project West Texas Region Disposal Facility Phase 1 Construction 02261C-7 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 limits. Maintenance shall include immediate repairs of any defect that may occur after the cement is applied. The maintenance work shall be done and repeated as often as may be necessary to keep the section continuously intact. Repairs must insure restoration of a uniform surface and durability. Faulty work shall be replaced for the full depth of treatment. Any low area shall be remedied by replacing the material for the full depth of treatment rather than adding a thin layer of cement stabilized base to the completed work. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Measurement will be by the square yard of surface area in the completed and accepted position. The surface area of the base course will be based on the width of roadway as shown on the plans. The measurement is a plans quantity measurement Item and the quantity to be paid for will be that quantity shown in the proposal and on the "Estimate and Quantity" sheet of the contract plans, except as may be modified by the Owner. If no adjustment is required, additional measurements or calculations will not be required. No payment will be made for thickness or width exceeding that shown on the typical section or provided on the plans. B. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for Access road. This price shall be full compensation for securing and furnishing all materials (caliche, cement,etc), including royalty and freight involved; for furnishing scales and labor involved in weighing the material when required; for loosening, excavating, screening, crushing and temporary stockpiling when required; for loading all materials; for all hauling and delivering and for all manipulations; sprinkling; for rolling, except for proof rolling; sprinkling for dust control, for labor, tools and incidentals necessary to complete the work. END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 02270-1 O1 96A02 SECTION 02270 02 03 SOIL EROSION AND SEDIMENT CONTROL 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY` 08 09 A. Section Includes: 10 1. Soil erosion and sediment control. 11 B. Related Sections include but are not necessarily 12 limited to: 13 1. City of Lubbock Bidding Requirements, Contract 14 Forms, and Provisions of the Contract. 15 2. Division 1 - General Requirements. 16 3. Details and Specifications included in the Texas 17 Department of Transporation Erosion and 18 Sedimentation Controls. 19 4. See also City of Lubbock West Texas Region 20 Landfill Stormwater Pollution Prevention Plan 21 prepared for the landfill. 22 5. See Drawing 2 for Sediment/Erosion Control Plan. 23 6. Section 02261C - Access Road and Low Water 24 Crossing. 25 7. Section 02511 - Flexible Base - Caliche. 26 8. Section 02271 - Stone Revetment - Reno Mattress. . 27 1.02 QUALITY ASSURANCE 28 29 A. Referenced Standards: 30 1. Erosion control standards: "Standards and 31 Specifications for Soil Erosion and Sediment 32 Control in Developing Areas" by the U.S. 33 Department of Agriculture, Soil Conservation 34 Service, College Park, Maryland. 35 36 37 PART 2 - PRODUCTS 38 39 2.01 MATERIALS 40 41 A. Straw bales, twine tied. 42 43 B. Sediment control fence. 44 45 C. Stone for Stabilized Construction Exit: 4-8 IN 46 graded gravel or crushed stone. 47 48 D. Low water crossing. 49 50 51 PART 3 - EXECUTION (00*�, 52 West Texas Region Disposal Facility Phase 1 Construction 02270-2 01 3.01 PREPARATION O1 02 02 03 A. Prior to General Stripping Topsoil and Excavating: 03 04 1. Submit Notice of Intent for Stormwater discharges 04 05 associated with industrial acitivty to the U.S. 05 06 Environmental Protection Agency. 06 07 2. Construct and install stabilized construction 07 08 exit. 08 09 3. Install perimeter dikes, swales, and sediment 09 10 controls. 10 11 4. Machine compact all berms, dikes and embankments 11 12 as necessary. 12 13 5. Straw bales may be installed in lieu of sediment 13 14 control fence. 14 15 a. Provide two stakes per bale. 15 16 b. First stake angled toward previously 16 17 installed bale to keep ends tight against 17 18 each other. 18 19 19 20 3.02 DURING CONSTRUCTION PERIOD 20 21 21 -22 A. Maintain ditches, swales, berms, sediment control 22 23 fences, stabilized construction exit, straw bales, 23 24 etc: 24 25 1. Inspect regularly especially after rainstorms. 25 26 2. Repair or replace damaged or missing items. 26 27 27 28 B. Construct inlets as soon as possible. 28 29 1. Excavate and tightly secure straw bales 29 30 completely around inlets. 30 31 31 32 C. Do not disturb existing vegetation (grass and trees) 32 33 to the extent possible. 33 34 34 35 3.03 NEAR COMPLETION OF CONSTRUCTION 35 36 36 37 A. Submit Notice of Termination for Stormwater 37 38 discharges associated with industrial acitivty to the 38 39 U.S. Environmental Protection Agency. 39 40 40 41 B. Grade to finished or existing grades. 41 42 42 43 C. Fine grade all remaining earth areas. 43 44 44 45 END OF SECTION 45 West Texas Region Disposal Facility Phase 1 Construction i 02271-1 O1 SECTION 02271 02 03 STONE REVETMENT (RIP RAP) - RENO MATTRESS 04 05 06 PART 1 - GENERAL 07 08 1.01 DESCRIPTION 09 10 A. General: 11 1. Furnish all labor, materials, tools, equipment 12 and services for all stone revetment (rip rap) 13 for protection of earthen slopes against erosion 14 as indicated, in accord with provisions of 15 Contract Documents. 16 2. Completely coordinate with work of all other 17 trades. 18 3. Although such work is not specifically indicated, 19 furnish and install all supplementary or 20 miscellaneous items, appurtenances and devices 21 incidental to or necessary for a sound, secure, 22 complete'and compatible installation. 23 4. See Division 1 for General Requirements. 24 25 B. Work required in project includes but is not 26 necessarily limited to: 27 1. Sedimentation pond outlet protection. 28 2. Other areas indicated. 29 30 1.02 QUALITY STANDARDS 31 32 A. Perform all tests under supervision of Owner at an 33 approved independent laboratory at no cost to Owner. 34 Obtain samples in conformance with Corps of Engineers 35 Specification CRD C 100-64 or other approved method. 36 37 B. Source Tests: Supply certified tests and service 38 records to determine acceptability and application of 39 stone materials. In event suitable test reports or a 40 service record that is satisfactory are not 41 available, as in case of newly operated sources, 42 subject material to tests necessary to determine its 43 acceptability for use. Tests to which materials may 44 be subjected include but are not necessarily limited 45 to: 46 1. Petrographic analysis. 47 2. Specific gravity. 48 3. Abrasion. 49 4. Absorption. 50 5. Wetting and drying. 51 6. Soundness in magnesium sulfate. 52 7. Freezing. West Texas Region Disposal Facility Phase 1 Construction 02271-2 O1 8. Thawing. 01 -02 9. Such other tests as may be considered necessary 02 03 to demonstrate satisfactorily that materials are 03 04 acceptable. 04 05 05 06 C. Material acceptability tests: 06 07 1. Initial test: On material from each source 07 08 proposed, prior to start of construction: 08 09 a. Bulk specific gravity. 09 10 b. Soundness in magnesium sulfate solution. 10 11 c. Soundness in freezing and thawing. it 12 2. Control tests: Perform control tests including 12 13 one specific gravity, one soundness in magnesium 13 14 sulfate solution test, and one soundness in 14 15 freezing and thawing test for each source of 15 16 stone protection material and.every 1,000 tons of 16 17 material. 17 18 18 19 D. Specific gravity test: ASTM C127. 19 20 1. Not less than 2.55 min. 20 21 21 22 E. Soundness in magnesium sulfate solution test: ASTM 22 23 C88, except maintain samples immersed in solution at 23 24 a temperature of 80 degF (26 degC) plus or minus 2 24 25 deg. 25 26 1. Loss at 5 cycles: Not more than 18 percent. 26 27 27 28 F. Soundness of aggregates in freezing and thawing test: 28 29 1. Ensure loss at 12 cycles of not more than 10 29 30 percent. 30 31 2. Modify and use AASHTO Designation T 103 Method. 31 32 3. Maintain temperature of cold liquid in range of 32 33 -5 to 0 degF (-20 to -18 degC). 33 34 4. Maintain thaw fluid temperature in range of 45 to 34 35 50 degF (7 to 10 degC). 35 36 5. Permit length of freezing and of thawing cycles 36 37 of two hours with one hour of freezing following 37 38 by one hour of thawing. 38 39 6. Perform thawing by circulating thaw fluid around 39 40 pan containing stone immersed in a depth of 1/4 40 41 IN (6 mm) rather than by total immersion. 41 42 42 43 1.03 SUBMITTALS 43 44 44 45 A. See Section 01340. 45 46 46 47 B. Suppliers certification of all materials. 47 48 48 49 C. Submit all tests and certification in a single 49 50 coordinated submittal. Partial submittals will not 50 51 be accepted. 51 52 52 West Texas Region Disposal Facility Phase 1 Construction 02271-3 01 02 PART 2 - PRODUCTS 03 04 2.01 MATERIALS 05 06 A. Stone: Approved durable broken stone quarry run. 07 1. Durable and of such quality that it will not 08 disintegrate on exposure to water or weathering 09 and free from structural fractures and defects. 10 2. Not containing caliche, shale, unsound sandstone, 11 or other material which will readily 12 disintegrate. 13 3. Graded within limits specified. 14 4. Neither breadth nor thickness of any stone less 15 than one-third of its length. 16 5. Ensure that dirt and fines accumulated from 17 interledge layers or from blasting or handling 18 operation is less than 5 percent by weight. 19 6. The gradation of the material shall be 20 well -graded from small to large of the sizes as 21 indicated on the plans or as directed by the 22 Engineer. The rock shall be sized so as to 23 permit its interlocking. 24 a. Reno mattresses: 3 to 6 IN. 25 26 B. Reno Mattresses: 27 1. Furnish and assemble galvanized steel wire mesh 28 Reno mattresses as manufactured by Maccaferri 29 Gabions, Inc. or approved equal. Sizes shall be 30 as shown on drawings. The assembly and erection 31 of mattresses shall be in accordance with the 32 manufacturer's instructions. 33 2. Mattresses shall be manufactured in such a manner 34 that their sides, ends, lid, and diaphragm(s) can 35 be assembled to form rectangular units of the 36 specified dimensions. Mattresses shall be of a 37 single unit construction. The front, base, back, 38 and lid shall be woven into a single unit. The 39 ends and diaphragm(s) shall be factory connected 40 to the base. All perimeter edges of the mesh 41 forming the mattress shall be securely selvedged 42 so that the joints obtained have at least the 43 same strength as the wire mesh itself. 44 3. Dimensions: The mattress length shall be 1.5, 2, 45 or more times its horizontal width. The 46 horizontal width shall not be less than 72 47 inches. The mattress shall be divided into cells 48 by diaphragm(s) of the same mesh and gauge as the 49 body at three-foot nominal spacings or as 50 otherwise approved. 51 52 4. Materials and Fabrication: West Texas Region Disposal Facility Phase 1 Construction 02271-4 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Reno Mattress Mesh Openings: Mesh Joints: Reno Mattress Wire: Lacing Wire`: Selvedge Wire for Mattresses: O1 Hexagonal, 2-1/2 x 02 3-1/4 inches in size. 03 04 All joints shall be 05 flexible and double 06 twisted to prevent 07 unravelling. 08 09 0.0866 inch (US Gauge 10 No. 13) after 0.70 11 02/sq.ft. of wire 12 zinc coating. 13 14 0.0866 inch (US Gauge 15 No. 13) after 0.70 16 02./sq.ft. of zinc 17 coating. 18 19 0.1063 inches (US Gauge 20 No. 11) after zinc 21 coating. 22 23 All zinc coated steel wire shall be galvanized to 24 resist destructive effects of rust and corrosion. 25 All wire gauges are subject to tolerances accordance with ASTM 641A, Table 3. 26 in 27 28 29 Tensile Strength of all wire used for manufacturing 30 the mattress lacing wire shall be in accordance 31 with ASTM A641, measured before fabrication of 32 netting. 33 34 Load Test shall be conducted in accordance with 35 Federal Specifications (QQ-W-461H, Class 3). 36 37 Elongation Test shall be conducted in accordance 38 with Federal Specifications (QQ-W-461 H, Class 3). 39 40 The steel wire diameters are based on the trench 41 wire gauges and are approximately the U.S. gauge 42 numbers stated. 43 PART 3 - EXECUTION 3.01 PREPARATION 44 45 46 47 48 49 A. Trim and dress all areas to conform to the Plans as 50 indicated with tolerance of 2 IN (50 mm) from 51 theoretical slope lines and grades. 52 --A. West Texas Region Disposal Facility Phase 1 Construction 02271-5 Ol r 02 B. Bring areas that are below allowable minus tolerance 03 limit to grade by filling with embankment material 04 similar to adjacent material. 05 06 C. Compact to density specified for backfill. 07 08 D. Do not place any stone material on prepared base 09 prior to inspection and approval to proceed. 10 11 3.02 PLACING RIP RAP 12 13 A. Place dumped riprap on prepared foundation within 14 limits indicated. 15 16 B. Place on prepared base to produce a well -graded mass 17 of rock with minimum practicable percentage of voids, 18 to required thickness and grades. 19 20 C. Place to full thickness in a single operation to 21 avoid displacing the underlying material. 22 23 D. Distribute larger stones and entire mass in final 24 position, roughly graded to conform to approximate 25 gradation specified. 26 27 E. Keep finished rip rap free from objectionable pockets 28 of small stones or clusters of larger stone. 29 1. Hand place and rearrange individual stones as 30 necessary to obtain a reasonably well -graded 31 distribution. 32 33 F. Ensure a final tolerance of within 3 IN (75 mm) from 34 indicated slope and grade lines. 35 1. Neither tolerance extreme continuous over an area 36 greater than 100 SQFT (20 SM). 37 38 G. Distribute stones throughout mass either by selective 39 loading at quarry or by controlled dumping of 40 successive loads during final placing or by a 41 combination of these methods. 42 1. Do not place stone by dumping into chutes or by 43 similar method likely to cause segregation. 44 45 H. Place stone revetment (rip rap) in conjunction with 46 embankment construction at toe of revetment as 47 necessary to prevent mixture of embankment and stone 48 protection materials. 49 1. Maintain stone revetment until accepted. 50 2. Replace any displaced material to lines and 51 grades shown. 52 West Texas Region Disposal Facility Phase 1 Construction 02271-6 01 3.03 INSTALLING RENO MATTRESSES 01 02 02 03 A. Assemble and erect according to manufacturer's 03 04 instructions. Remove components from the bundles, 04 05 unfold flat on the ground, and flatten all kinks and 05 06 bends. 06 07 07 08 Assemble units individually, by erecting the sides, 08 09 ends, and diaphragm(s), ensuring that all creases are 09 10 in the correct position and the tops of all sides 10 11 levels, all in accordance with manufacturer's 11 12 instructions. 12 13 13 14 The four corners of the unit shall be laced first, 14 15 after overlapping the mesh, followed by lacing the 15 16 edges of the internal diaphragm(s) to the sides.. 16 17 17 18 The recommended lacing procedure consists of cutting 18 19 a length of lacing wire (approximately 1-1/2 times the 19 20 distance to be laced --not to exceed 5 feet). Secure 20 21 the wire terminal at the corner by looping and 21 22 twisting, then proceed to lace with alternating single 22 23 and double loops at approximately four (4) to five (5) 23 24 inch intervals. 24 25 25 26 B. Carry the assembled units to the jobsite and place in 26 27 their proper location For structural integrity, all 27 28 adjoining empty units must be laced along the 28 29 perimeter of their contact surfaces to obtain a 29 30 monolithic structure. 30 31 31 32 C. Fill units with rock specified. 32 33 33 34 Care shall be taken when placing fill material to 34 35 assure that the steel wire mesh will not be broken or 35 36 damaged. 36 37 37 38 Along all exposed mattress edges, the outer layer of 38 39 stone shall be carefully placed and packed by hand, 39 40 in order to ensure proper alignment and a neat, compact, 40 41 square appearance. 41 42 42 43 The last layer of stone shall be level with or slightly 43 44 higher than the top of the unit to allow proper closing 44 45 of the lid. 45 46 46 47 Well packed filling without undue bulging, and secure 47 48 lacing, is essential in all structures. 48 49 49 50 D. The lids shall be stretched tight over the fill, 50 51 using crowbars or lid closing tools, until the lid 51 52 meets the perimeter edges of the front and end 52 West Texas Region Disposal Facility Phase 1 Construction 02271-7 O1 02 panels. 03 The lid shall then be tightly laced along all edges, 04 ends, and diaphragm(s) in the same manner as described 05 above for assembling. Adjacent lids may be wired down 06 simultaneously. All ends of wire shall be turned into 07 the mesh on completion of each mattress. Well packed 08 filling without undue bulging, and secure lacing is 09 essential in all structures. 10 11 E. Where shown on the drawings or otherwise directed by 12 the CQC Agency, the mesh shall be cut, folded, and 13 wired together to suit existing site conditions. The 14 mesh must be cleanly cut and the surplus mesh cut out 15 completely, or folded back and neatly wired to an 16 adjacent unit. The cut edges of the mesh shall be 17 securely laced together with lacing wire in the 18 manner described above for assembling. 19 20 21 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 02441-1 �. 01 96J16 SECTION 02441 02 03 DRIP IRRIGATION SYSTEM 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Underground automated irrigation system. 12 2. System includes but not limited to one 10,000 gal 13 water storage tank, pumps, piping, backflow 14 preventer assemblies, valves, fittings, drip 15 emitters, controllers and wiring, and final 16 adjustments to ensure proper function per Section 17 01650. 18 3. Trenching, stockpiling excavation materials and 19 refilling and compacting trenches. 20 4. Water connection. 21 5. Replacement of unsatisfactory materials. 22 6. Clean up, inspection, and tests. 23 24 B. Related Sections include but are not necessarily 25 limited to: 26 27 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 28 2. Division 1 - General Requirements. 29 3. Section 02221 - Trenching, Backfilling, and 30 Compacting for Utilities. 31 4. Section 02260 - Topsoiling and Finish Grading. 32 5. Section 02930 - Seeding, Sodding and Landscaping. 33 6. Section 01650 - Facility Start-up. 34 7. Section 02220 - Earthwork. 35 36 C. Unit Prices: 37 1. Measurement: 38 a. Provide complete functional system as 39 described in 1.O1A of this Section. 40 41 2. Payment: 42 a. Lump sum. 43 44 1.02 QUALITY ASSURANCE 45 46 A. Referenced Standards: Comply with National Electric 47 Code (NEC) or code of the local agency having 48 jurisdiction. If conflict occurs between these 49 codes, the more stringent shall be adopted. 50 1. American National Standard Institute (ANSI). 51 2. American Society for Testing and Materials 52 (ASTM) : West Texas Region Disposal Facility Phase 1 Construction 02441-2 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 a. D1248, Polyethylene Plastics Molding and Extrusion Material. b. D1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/f (2, 700 kN-m/m)) . c. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. d. D1785, (PVC) Plastic Pipe, Schedule 40, 80, 120. e. D2239, Spector Polyethylene (PE) Plastic Pipe (SDR-PR). f. D2241, (PVC) Plastic Pipe, SDR-PR. D2464, Threaded PVC Plastic Pipe Fittings Schedule 80. g. D2466, Socket Type PVC Plastic Pipe Fittings Schedule 40. h. D2467, Socket Type PVC Plastic Pipe Fittings Schedule 80. i. D2609, Plastic Insert Fittings for Polyethylene (PE) Plastic Pipe. j. D2672, Bell -End PVC Pipe. k. D3350, Polyethylene (PE) Plastic Pipe Fittings Material. 3. American Water Works Association (AWWA): a. C506, Backflow Prevention Devises Reduced Pressure Principle and Double Check Valve Type. b. C500, Gate Valves 3 through 48 IN NPS for Water and Sewage Systems. C. C900, PVC Pressure Pipe 4 through 12 IN for Water. 4. Underwriters Laboratories, Inc.(UL): UL wires and cables. B. Qualifications: 1. Currently licensed and bonded in the state in which the work is to be performed, for a minimum of 5 years. Work shall be performed by skilled persons with a minimum of 2 years experience. 2. Submit names of three projects completed in the last 2 years. Include the following: a. Name of project. b. Location. c. Owner. d. Brief description of work and project manager's name. 3. Submit installer's current company financial statement C. Irrigation Equipment Modification: West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02441-3 01 1. Review proposed irrigation plan, revise as 02 necessary to conform to irrigation equipment 03 proposed. Provide 100 percent coverage to all 04 areas within limits to be irrigated in this 05 contract and as shown on the plans. Submit 06 revised plans and computations for approval. 07 Designed irrigation water will not be allowed to 08 spray on any building surfaces. Plan scale to be 09 no smaller than 1 IN equals 50 FT. 10 11 D. Miscellaneous: 12 1. Pre -construction conference: 13 a. Contractor shall schedule and conduct a 14 conference to review in detail quality 15 control and construction requirements for 16 equipment, materials, and systems used to 17 perform the Work. Conference shall be 18 scheduled not less than 10 days prior to 19 commencement of Work. All parties required 20 to be in attendance shall be notified no 21 later than 7 days prior to date of 22 conference. Contractor shall notify 23 qualified representatives of each party 24 concerned with that portion of Work to attend 25 conference, including but not limited to 26 Engineer, Consultant, Contractor's 27 Superintendent, and Installer. 28 b. Minutes of conference shall be recorded and 29 distributed by Contractor to all parties in 30 attendance within five days of conference. 31 2. Special requirements: 32 a. All pressure piping from water supply source, 33 including backflow preventer to zoned 34 irrigation control valves will be executed by 35 licensed and bonded plumber(s). Secure 36 permit at least 48 HRS prior to start of 37 installation. 38 b. Tolerances: Specified depths of mains and 39 laterals and pitch of pipes are minimums. 40 Settlement of trenches is cause for removal 41 of finish grade treatment, refilling, 42 recompaction, and repair of finish grade 43 treatment. 44 C. Coordination with other contracts: Protect, 45 maintain, and coordinate work with work under 46 other Sections. 47 d. Damage to other improvements: Contractor 48 shall replace or repair damage to grading, 49 soil preparation, seeding, sodding, or 50 planting done under other Sections during 51 work associated with installation of 52 irrigation system at no additional cost to West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02441-4 Owner. e. Wire splicing in lengths less than 1000 FT will not be allowed in direct bury conditions. When conduit is used a maximum of 300 FT will be allowed, however, pull boxes will be installed at all splices. 1.03 DEFINITIONS A. Installer or Applicator: Installer or applicator is the person actually installing or applying the product in the field at the Project site. 1. Installer or applicator are synonymous. 1.04 SUBMITTALS A. Shop Drawings: 1. See Section 01340. a. Electric wirinc_ b. Model make and C. Equipment name. d. Manufacturer's materials. design. numbers. specifications for all B., Operation and Maintenance Manuals: 1. See Section 01340. C. Operation Instructions: 1. Submit three copies of written operating instructions, including winterization procedures and start-up with cut sheets of products, and coordinate controller/watering operation instruction with Owner maintenance personnel. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver, unload, store, and handle materials, packaging, bundling, products in dry, weatherproof, waterproof condition in manner to prevent damage, breakage, deterioration, intrusion, ignition, and vandalism'. Deliver in original unopened packaging containers prominently displaying manufacturer name, volume, quantity, contents, instructions, and conformance to local, state, and federal law. Remove and replace cracked, broken, or contaminated items or elements prematurely exposed to moisture, inclement weather, snow, ice, temperature extremes, fire, or jobsite damage. 1. Handling of PVC pipe: Exercise care in handling, loading and storing of PVC pipe. All PVC pipe shall be transported in a vehicle which allows length of pipe to lie flat so as not to subject West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02441-5 01 it to undue bending or concentrated external 01 02 loads. All sections of pipe that have been 02 03 dented or damaged shall be discarded, and, if 03 04 installed, shall be replaced with new piping. 04 05 05 06 1.06 PROJECT CONDITIONS 06 07 07 08 A. See Sections 01500 and 01601. 08 09 09 10 1.07 WARRANTY 10 11 11 12 A. Contractor shall provide written warranty covering 12 13 all drip irrigation system materials and workmanship 13 14 fro.a perod of not less than two (2) years from the 14 15 date of project acceptance by the Engineer. 15 16 16 17 17 18 PART 2 - PRODUCTS 18 19 19 20 2.01 ACCEPTABLE MANUFACTURERS 20 21 21 22 A. Subject to compliance with the Contract Documents, 22 23 the -following manufacturers are acceptable: 23 24 1. Valves and controller: 24 25 a. Base: 25 26 (1) Rain Bird. 26 27 (2) Weathermatic. 27 28 (3) Buckner. 28 29 (4) Toro. 29 30 (5) Hardie. 30 31 2. 10,000 gal tank. 31 32 a. Nalgene. 32 33 b. Chem-tainer Industries. 33 34 c. Saiyder-Crown. 34 35 d. Xerxes. 35 36 e. Rotonics Manufacturing, Inc. 36 37 3. Pump hose. 37 38 a. Craig Building Systems - Garden Shed. 38 39 B. Submit requests for substitution in accordance with 39 40 Specification Section 01640. 40 41 41 42 2.02 MATERIALS 42- 43 43 44 A. General Piping: 44 45 1. Pressure supply line (from point of connection 45 46 through backflow prevent unit) - Type 'K' hard 46 47 copper. 47 48 2. Pressure supply lines (downstream of backflow 48 49 prevention units to zone control valves) - Class 49 50 200 PVC BE and Class 160 PVC RT. 50 51 3. Non -pressure lines: Class 200 PVC BE. 51 52 4. Drip tubing: 1-1/2 IN and smaller ASTM D2239. 52 West Texas Region Disposal Facility Phase 1 Construction 02441-6 01 5. Drip fittings: ASTM D2609. 02 6. Emitter tubing: As recommended by Emitter. 03 04 B. Copper Pipe and Fittings: 05 1. Copper pipe: Type K, hard tempered. 06 2. Fittings: 07 a. Wrought copper. 08 b. Solder joint type. 09 3. Joints: 10 a. Soldered. 11 (1) 45 percent silver, 15 percent 12 copper, 15 percent zinc, and 24 percent 13 cadmium. 14 (2) Solids at 1125 DegF and liquids 15 at 1145 DegF. 16 17 C. Brass Pipe and Fittings: 18 1. Brass pipe: 19 a. 85 percent red brass. 20 b. ANSI Schedule 40 screwed pipe. 21 2. Fittings: 22 a. Medium brass. 23 b. Screwed 125 LB class. 24 25 D. Plastic Pipe and Fittings: 26 1. Solvent weld pipe: Virgin polyvinyl chloride 27 (PVC) compound; ASTM D2241 and ASTM D1784; cell 28 classification 12454-B, Type 1, Grade 1. 29 a. Fittings: Standard weight, Schedule 40, 30 injection molded PVC; complying with ASTM 31 D1784 and D2466, cell classification 12454-B, 32 Type 1, Grade 1. 33 (1) Threaded fittings: Schedule 80, injection 34 molded PVC complying with ASTM D2464, cell 35 classification 12454-B, Type 1, Grade 1. 36 (where required) 37 (2) Tees and ells: Side gated. 38 b. Threaded nipples: 39 (1) ASTM D2464. 40 (2) Schedule 40. 41 (3) Molded threads. 42 C. Joint cement and primer: Type as recommended 43 by manufacturer. 44 2. Gasketed end pipe: Virgin polyvinyl chloride 45 compound; ASTM D2241 and D1784; cell 46 classification 12454-B, Type 1, Grade 1. 47 a. Fittings: 48 (1) Standard weight, Schedule 40, injection 49 molded PVC. 50 (2) ASTM D1784 and D2466. 51 (3) Cell classification 12454-B. 52 b. Gaskets: West Texas Region Disposal Facility Phase 1 Construction { 02441-7 01 (1) Factory installed in pipe and fittings. Oi 02 (2) Metal or plastic support within gasket or 02 03 plastic retainer ring for gasket. 03 04 c. Flexible plastic pipe: 04 05 (1) Virgin polyethylene, ASTM D2239. 05 06 (2) Hydrostatic design stress of 630 psi, 06 07 designated as PE 2306. 07 08 d. Fittings: 08 09 (1) ASTM D2609; PVC Type 1. 09 10 (2) Cell classification 12454-B. 10 11 e. Hose clamps: 11 12 (1) Stainless steel band and worm gear screw 12 13 clamps. 13 14 (2) Two clamps per joint on 1-1/2 IN and larger 14 15 fittings. 15 16 16 17 E. Low Pressure/Volume Systems: 17 18 1. Drip tubing: Flexible vinyl chloride compound, 18 19 ASTM D1248, Type 1, Class C, Category 4, P14 and 19 20 ASTM D3350 for PE 122111C. 20 21 2. Fittings: Type and make recommended by tubing 21 22 manufacturer. 22 23 3. Drip valve assembly: Type and size shown on 23 24 Drawings. 24 25 a. Wye strainer: 25 26 (1) Plastic construction. 26 ` 27 (2) Stabilized with 120 mesh nylon screen. 27 28 (3) 1/2 IN blow-out assembly. 28 29 b. Control valve: 29 30 (1) Two-way solenoid pilot operated type. 30 31 (2) Synthetic, non -corrosive construction. 31 32 (3) Diaphragm activated and slow closing. 32 33 (4) Freely pivoted seat seal; retained 33 34 (mounted) without attachment to diaphragm. 34 35 C. Pressure reducing valve: 35 36 (1) Brass construction. 36 37 (2) Manual adjusting nut. 37 38 4. Emitters: 38 39 a. Single port. 39 40 b. Pressure compensating. 40 41 c. Press on type. 41 42 42 43 F. Gate Valves: 43 44 1. 3/4 through 2-1/2 IN pipe: 44 45 a. Brass construction. 45 46 b. Solid wedge. 46 47 C. IPS threads. 47 48 d. Non -rising stem with wheel operating handle. 48 49 2. 3 IN and larger pipe: 49 50 a. Iron body. 50 51 b. Brass or bronze -mounted AWWA gate valves. 51 52 C. Clear waterway equal to full nominal diameter 52 West Texas Region Disposal Facility Phase 1 Construction 02441-8 01 of valve. 02 d. Rubber gasket or mechanical joint -type. 03 e. 150 psi continuous working pressure. 04 f. Equip with a square operating nut. 05 06 G. Quick Coupling Valves: 07 a. Brass two-piece body. 08 b. 150 psi, working pressure. 09 c. Operable with quick coupler. 10 11 H. Valve Boxes: 12 1. Gate valves, drip line blow-out stubs, and wire 13 stub box: 10 IN circular box x 10 IN deep. 14 2. Control valves'3/4 through 2 IN: 15 a. 12 x 15 IN rectangular box. 16 b. Depth of cover denoted on the plans. 17 3. Drip valve assemblies: 18 a. 12 x 15 IN rectangular box. 19 b. Depth of cover denoted on the Plans. 20 4. Control wiring splices: 10 IN circular box x 10 21 IN deep gray, as detailed. 22 23 I. Automatic Controller: 24 1. Wall mounted, watertight, 120 V 60 Hz output. 25 2. Minimum of 20 stations. 26 3. Twice per week watering per station. 27 4. Programmable with non-volatile memory. 28 29 J. Electric Control Valves: 30 1. Coordinated with controller for adequate drip 31 irrigation. 32 a. Manual bleed nut. 33 34 K. Backflow Preventer: 35 1. Size as appropriate. 36 2. Brass construction. 37 3. 150 psi working pressure. 38 39 L. Pump and Pressure Tank: 40 1. Size as appropriate to provide adequate flow and 41 pressure to all points in the system. 42 43 M. Plastic Water Tank: 44 1. Polyethylene (PE). 45 2. Fiberglass Reinforced Plastic (FRP). 46 47 N. Pump House: 48 1. Pre -manufactured or built on -site. 49 2. 8 FT x 8 FT x 8 FT 4 IN floor to ceiling. 50 3. 2 IN x 4 IN wood frame. 51 4. 26 GA R-panel roof and siding with 20-year baked -on 52 enamel finish, flat ridge cap, 4 IN overhang at West Texas Region Disposal Facility Phase 1 Construction 02441-9 ,r^ 01 eaves. 02 S. Designed for and signed by Texas PE: 03 a. 20 psf live load. 04 b. 20 psf ground show load. 05 C. 85 mph wind speed. 06 d. 26 GA steel door with lock. 07 6. R-11 insulation in walls and ceiling. 08 7. Concrete slab with anchor bolts. 09 10 2.03 MAINTENANCE MATERIALS 11 12 A. Furnish the following maintenance items to Owner 13 prior to final acceptance: 14 1. Two sets of special tools required for removing, 15 disassembling, and adjusting each type of emitter 16 and valve supplied on this Project. 17 2. Two 6 FT valve keys for operation of gate valves 18 or stop and waste valves (if applicable). 19 3. Two keys for,each automatic controller. 20 4. Four quick coupler keys and two matching hose 21 swivels for each type of quick coupling valve 22 installed. 23 S. Two aluminum drain valve keys of sufficient 24 length for operation of drain valves. 25 26 27 B. Winterization: Include cost in bid for winterizing at sprinkling complete system conclusion of season 28 (in which system received final acceptance) within 3 29 days notification by the Owner. System shall be _ 30 voided of water using compressed air or similar 31 method reviewed by Engineer. Reopen, operate, and 32 adjust system malfunctions accordingly during March 33 of following season within 3 days of notification 34 by Owner. 35 36 37 PART 3 - EXECUTION 38 39 3.01 EXAMINATION 40 41 A. Examine areas and conditions under which Work of this 42 Section is to be performed. Do not proceed with Work 43 until unsatisfactory conditions have been corrected. 44 45 B. Grading operations, with the exception of final 46 grading, shall be completed and approved by Owner 47 before staking or installation of any irrigation 48 system begins. 49 50 3.02 PREPARATION 51 52 A. Staking: West Texas Region Disposal Facility Phase 1 Construction 02441-10 O1 1. Contact Engineer 48 HRS in advance and request ,01 02 review of staking. 02 03 2. Engineer will advise installer as to the amount 03 04 of staking to be prepared. 04 05 3. Mark with powdered lime. 05 06 4. Flag emitters for first few zones. 06 07 5. Engineer will review staking and direct changes, 07 08 if required. 08 09 6. Review does not relieve installer from coverage 09 10 problems due to improper placement of emitters 10 11 after staking. 11 12 12 13 B. Trenching: 13 14 1. Follow layout shown on Drawing where possible. 14 15 2. Dig trenches straight, support pipe continuously 15 16 on bottom of trench. 16 17 3. Remove rock and organic debris from trench 17 18 bottom. 18 19 19 20 C. Vibratory Plow: 20 21 1. Non -pressure piping installation if approved by 21 22 Engineer based on soil conditions. 22 23 2. Maintain minimum pipe depths. 23 24 3. Clearances: 24 25 a. Piping 3 IN and larger: 25 26 (1) Minimum clearance: 5 IN horizontally on 26 27 each side of pipe. 27 28 b. Piping smaller than 3 IN: Minimum width of 7 28 29 IN. 29 30 C. Line clearance: 30 31 (1) Not less than 6 IN of clearance between 31 32 each line. 32 33 (2) Not less than 12 IN of clearance between 33 34 lines of other trades. 34 35 4. Pipe and wire depth: 35 36 a. Pressure supply piping: 18 IN from top of 36 37 pipe. 37 38 b. Control wiring: Side of pressure main. 38 39 39 40 3.03 INSTALLATION 40 41 41 42 A. Locate other equipment as near as possible to 42 43 locations designated. Deviations shall be reviewed 43 44 by Engineer prior to installation. 44 45 45 46 B. PVC Piping: 46 47 1. Snake pipe in trench as much as possible to allow 47 48 for expansion and contraction. 48 49 2. Do not install pipe when air temperature is below 49 50 40 DegF. 50 51 3. Place manual drain valves at low points and dead 51 52 ends of pressure supply piping to ensure complete 52 West Texas Region Disposal Facility Phase 1 Construction k 02441-11 O1 drainage of system. 02 4. Close pipe ends with tight plug or cap when pipe 03 laying is not in progress. 04 5. Solvent weld PVC pipe: 05 a. Lay pipe and make all plastic to plastic 06 joints in accordance with manufacturer's 07 recommendations. 08 b. Allow 24 HRS before pressurization. 09 6. Gasketed end pipes: 10 a. Lay pipe and make pipe to fitting or pipe to 11 pipe joint, following pipe manufacturer's 12 recommendations. 13 7. Thrust block sizing: 14 a. Employ a State licensed Professional 15 Engineer. 16 (1) Design to support system based on existing 17 soils. 18 (2) Submit -to Owner for approval. 19 b. Construct thrust blocks behind all gasketed 20 fittings, tees, bends, reducers, line valves, 21 and caps. 22 C. Contact Consultant prior to placing thrust 23 blocks, for observation of thrust block 24 excavation and initial placement. 25 26 27 C. Flexible Plastic (Polyethylene) Pipe: Lay pipe and assemble fittings following manufacturer's 28 recommendations. 29 30 D. Drip Tubing: 31 1. Install in bed areas at 8 IN depth, below top of 32 soil before installation of mulch. 33 2. Install at 12 IN depth if mulch is not to be 34 installed. 35 3. In turf areas, install as non -pressure piping. 36 4. Install blow-out stubs at all dead ends. 37 38 E. Control Wiring: 39 1. Low voltage wiring: 40 a. Bury between controller and electric valves 41 in pressure supply line trenches. 42 b. Locate as close as possible to main pipe 43 lines. 44 (1) Locate below and to one side,of pipe, or: 45 (2) In separate trenches. 46 c. Bundle all 24 V wires at 10 FT intervals. 47 d. Provide an expansion loop at every pressure 48 pipe angle fitting, every electric control 49 valve location (in valve box), and every 500 50 FT. 51 (1) Form expansion loop by wrapping wire 52 at least eight times around a 3/4 IN pipe West Texas Region Disposal Facility Phase 1 Construction 02441-12 01 and withdrawing pipe. 01 02 e. Make all splices and ECV connections using 02 03 approved wire connectors and sealants. 03 04 f. Install all control wire splices not 04 05 occurring at control valve in a separate 05 06 splice valve box. 06 07 g. Install control wire for each control valve. 07 08 h. Run two spare #14-1 wires from controller 08 09 pedestal or electric control valve on each 09 10 leg of mainline. 10 11 (1) Label spare wires at controller and wire 11 12 stub box. 12 13 2. High voltage wiring for automatic controller: 13 14 a. Provide 120 V power connection to automatic 14 15 controller. 15 16 b. All high voltage electrical work shall be 16 17 performed by licensed electrician. 17 1s 18 19 F. Automatic Controller: 19 20 1. Install in accordance with manufacturer's 20 21 instructions. 21 22 2. Connect remote control valves in numerical 22 23 sequence. 23 24 3. Final location shall be reviewed by Consultant. 24 25 4. Furnish separate ground wire for each controller 25 26 if multiple controllers are utilized. 26 27 5. All above ground conduit shall be rigid 27 28 galvanized with appropriate fittings. 28 29 29 30 G. Electric Control Valves: 30 31 1. Install 3 IN below finished grade as shown on 31 32 Drawings and as detailed. 32 33 2. When grouped, allow a minimum of 12 IN between 33 34 valve boxes. 34 35 3. Install each valve in separate valve box. 35 36 4. Install individual valve box flush with ground. 36 37 5. Place a minimum of 2 CF of 3/4 IN crushed gravel 37 38 in bottom of each box below valve. 38 39 39 40 H. Quick Coupling Valves: 40 41 1. Install quick couplers on double swing -joint 41 42 risers of Schedule 40 PVC pipe. 42 43 a. Plumb and flush to grade. 43 44 b. Angled nipple relative to pressure supply 44 45 line shall be no more than 45'DegF and no 45 46 less than 10 DegF. 46 47 2. Install quick coupling valves as detailed on 47 48 Drawings. 48 49 49 50 I. Drip Valve Assemblies: Install drip valve assembly 50 51 as recommended by manufacturer. 51 52 52 West Texas Region Disposal Facility Phase 1 Construction r 02441-13 01 J. Drip Emitters: Stake surface emitters with 01 02 acceptable tubing stakes as approved by Engineer. 02 03 03 04 K. Drain Valves: 04 05 1. Install at all low points in pressure supply line 05 06 as detailed. 06 07 2. Provide drainage sump for each drain valve based 07 08 on the following: 08 09 09 10 CUBIC FEET OF GRAVEL PER DRAIN 10 11 VALVE DISTANCE OF PIPING TO BE DRAINED 11 12 12 13 PIPE SIZE 0-250 LF 250-500 LF 500-750 LF 750-1000 L13 14 =________ ___-____ ________=_ __________==========14 15, 1 IN 0.75 1.5 2.25 3.0 15 16 1-1/4 IN 0.75 1.5 2.25 3.0 16 17 1-1/2 IN 1.50 3.0 4.50 6.0 17 18 2 IN 2.50 5.0 7.50 10.00 18 19 2-1/2 IN 4.00 8.0 12.00 16.00 19 20 3 IN 6.00 12.00 18.00 24.00 20 21 4 IN 11.00 22.00 33.00 44.00 21 22 6 IN 25.00 50.00 50.00 50.00 22 23 8 IN 40.00 50.00 50.00 50.00 23 24 10 IN 50.00 50.00 50.00 50.00 24 25 12 IN 50.00 50.00 50.00 50.00 25 26 26 ` 27 L. Valve Boxes: 27 28 1. Install one valve box for each type of valve. 28 29 a. Installed as detailed on Drawings. 29 30 b. Valve box extensions are acceptable for 30 31 master valves only. 31 32 C. Install gravel sump after compaction of all 32 33 trenches. 33 34 d. Place final portion of gravel inside valve 34 35 box after valve box is backfilled and 35 36 compacted. 36 37 2. Brand controller letter and station number on lid 37 38 of each valve box. 38 39 a. Letter and number size shall be 1 IN minimum 39 40 and 1-1/2 IN minimum. 40 41 b. Depth of brand shall be 1/8 IN maximum into 41 42 valve box lid. 42 43 43 44 M. Gate Valves: Install at beginning of each major system 44 45 section. 45 46 46 47 N. Backflow Preventer: Install as detailed at location 47 48 designated on Drawings. 48 49 49 50 O. Backfilling: See Section 02221. 50 51 1. Materials: 51 52 a. Excavated material is generally considered 52 west Texas Region Disposal Facility Phase 1 Construction 02441-14 O1 satisfactory for backfill purposes. 01 02 b. Backfill material shall be free of rubbish, 02 03 vegetable matter, frozen materials, and 03 04 stones larger than 1 IN in maximum dimension. 04 05 c. Do not mix subsoil with topsoil. 05 06 d. Material not suitable for backfill shall be 06 07 hauled away. 07 08 e. Contractor shall be responsible for providing 08 09 suitable backfill if excavated material is 09 10 unacceptable or not sufficient to meet 10 11 backfill, compaction, and final grade 11 12 requirements. 12 13 2. Do not leave trenches open for a period of more 13 14 than 48 HRS. 14 15 a. Open excavations shall be protected in 15 16 accordance with OSHA regulations. 16 17 3. Compact backfill to 90 percent maximum density, 17 18 determined in accordance with ASTM D1557 18 19 utilizing the following methods: 19 20 a. Mechanical tamping. 20 21 21 22 P. Water Supply and Point of Connection: 22 23 1. Water supply shall be extended as shown from 23 24 water supply lines. 24 25 25 26 3.04 FIELD QUALITY CONTROL 26 27 27 28 A. Flushing: After piping, risers, and valves are in 28 29 place and connected, but prior to installation of - 29 30 sprinkler heads, quick coupler assemblies, and hose 30 31 valves, thoroughly flush piping system under full 31 32 head of water pressure from dead end fittings. 32 33 1. Maintain flushing for 5 minutes through 33 34 furthermost valves. 34 35 2. Cap risers after flushing. 35 36 36 37 B. Testing: Conduct tests in presence of Engineer. 37 38 1. Arrange for presence of Engineer 48 HRS in 38 39 advance of testing.- 39 40 2. Supply force pump and all other test equipment. 40 41 3. After backfilling, and installation of all 41 42 control valves, fill pressure supply line with 42 43 water. 43 44 a. Pressurize to 40 psi over the.designated 44 45 static pressure or 120 psi, whichever is 45 46 greater. 46 47 b. Test for a period of 2 HRS. 47 48 4. Leakage, pressure loss: Test is acceptable if no 48 49 leakage or loss of pressure is evident during 49 50 test period. 50 51 5. Leaks: Detect and repair leaks. 51 52 6. Retest system until test pressure can be _52 West Texas Region Disposal Facility Phase 1 Construction a 02441-15 01 maintained for duration of tests. 02 7. Before final acceptance, pressure supply line 03 shall remain under pressure for a period of 48 04 HRs. 05 06 C. Walk Through for Substantial Completion: 07 1. Arrange for Engineer's presence 48 HRS in advance 08 of walk-through. 09 2. Entire system shall be completely installed and 10 operational prior to scheduling of walk-through. 11 3. Operate each zone in its entirety for Engineer at 12 time of walk-through. 13 a. Open all valve boxes if directed. 14 4. During walk-through, expose all drip emitters 15 under operations for observation. 16 a. Demonstrate they are performing and installed 17 as designed. 18 (1) Prior to placing of all mulch material. 19 20 D. Walk -Through for Final Completion: 21 1. Arrange for Engineer's presence 48 HRS in advance 22 of walk-through. 23 2. Show evidence to Engineer that Owner has received 24 all accessories, charts, record drawings, and 25 equipment as required before Final Completion 26 walk-through is scheduled. 27 3. Operate each zone, in its entirety for Engineer 28 at time of walk-through to ensure correction of 29 all incomplete items. 30 31 3.05 ADJUSTMENT 32 33 A. Upon completion of installation, "fine-tune" entire 34 system by regulating valves, adjusting patterns and 35 break-up arms, and setting pressure reducing valves 36 at proper and similar pressure to provide optimum and 37 efficient coverage. 38 1. Flush and adjust all sprinkler heads for optimum 39 performance and to prevent overspray onto walks, 40 roadways, and buildings as much as possible. 41 2. Heads of same type shall be operating at same 42 pressure ±7 percent. 43 44 B. If it is determined that irrigation adjustments will 45 provide proper and more adequate coverage, make such 46 adjustments prior to Final Acceptance, as directed, 47 at no additional cost to Owner. 48 1. Adjustments may also include changes in nozzle 49 sizes, degrees of arc, and control valve 50 throttling. 51 52 C. All sprinkler heads shall be set perpendicular to West Texas Region Disposal Facility Phase 1 Construction 02441-16 01 finish grade unless otherwise designated., 01 02 02 03 3.06 CLEANING 03 04 04 05 A. Maintain continuous cleaning operation throughout 05 06 duration of work. Dispose of, off -site at no 06 07 additional cost to Owner,,all trash or debris 07 08 generated by installation of irrigation system. 08 09 09 10 3.07 WATER TANK INSTALLATION 10 11 11 12 A. 10,000 gal tank to be installed per manufacturers 12 13 recommendations. Tank foundation to be overexcavated 13 14 a minimum of 3 FT below existing grade and clay 14 15 structural fill replaced not less than 12 IN thick. 15 16 Perform all earthwork as specified in Section 02200. 16 17 Tank shall have not more than 750 psf bearing pressure 17 18 when fully loaded. Mound additional soil not less than 18 19 18 IN over structural fill with maximum slope of 3H:iV. 19 20 20 21 B. Coordinate installation of tank with non -potable water 21 22 line, valve, discharge line, irrigation pumphouse and 22 23 tank level control system installation. 23 24 24 25 3.08 IRRIGATION PUMPHOUSE 25 26 26 27 A. Construct on -site or provide pre-manufacturered pumphouse27 28 shown on Contract Drawings. Coordinate construction/ 28 29 installation with other trades. 29 30 30 31 END OF SECTION 31 West Texas Region Disposal Facility Phase 1 Construction 02444-1 01 96C04 SECTION 02444 02 03 FENCES AND GATES 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Chain link fencing and gates. 12 2. 3-strand barbed wire fence. 13 14 B. Related Sections include but are not necessarily 15 limited to: 16 1. City of Lubbock Bidding Requirements, Contract 17 Forms, and Conditions of the Contract. 18 2. Division 1 - General Requirements. 19 3. Section 02200 - Earthwork. 20 4. Section 03002 - Concrete. 21 22 1.02 QUALITY ASSURANCE 23 24 A. Referenced Standards: 25 1. American Society for Testing and Materials 26 (ASTM) : 27 a. A153, Standard Specifications for Zinc 28 Coating (Hot -Dip) on Iron and Steel Hardware. 29 b. A392, Standard Specifications for Zinc -Coated 30 Steel Chain -Link Fence Fabric. 31 c. A428, Test Method for Weight of Coating on 32 Aluminum Coated Iron or Steel Articles. . 33 d. A824, Metallic -Coated Steel Marcelled Tension 34 Wire. 35 e. F552, Definitions of Terms Relating to 36 Chain -Link Fencing. 37 f. F567, Standard Practice for Installation of 38 Chain Link Fence. 39 g. F626, Standard Specification for Fence 40 Fittings. 41 h. F669, Standard Specification for Strength 42 Requirements of Metal Posts and Rails for 43 Industrial Chain Link Fence. 44 i. F900, Industrial and Commercial Swing Gates. 45 j. F1083, Standard Specification for Pipe, 46 Steel, Hot -Dipped Zinc -Coated (Galvanized) 47 Welded, for Fence Structures. 48 2. Chain Link Manufacturer's Institute for 49 "Galvanized Steel Chain Link Fence Fabric and 50 Accessories." 51 52 B. Qualifications: West Texas Region Disposal Facility Phase 1 Construction 02444-2 01 1. Installer bonded and licensed in the Project 02 state. 03 2. Installer shall have a minimum 2 years experience 04 installing similar fencing. 05 3. Utilize only AWS certified welders. 06 07 1.03 DEFINITIONS 08 09 A. See ASTM F552. 10 11 B. NPS: Nominal pipe size, in inches. 12 13 C. Installer or Applicator: Installer or applicator is 14 the person actually installing or applying the 15 product in the field at the Project site. 16 1. Installer or applicator are synonymous. 17 18 1.04 SUBMITTALS 19 20 A. Shop Drawings: 21 1. See Section 01340. 22 2. Product technical data including: 23 a. Acknowledgement that products submitted meet 24 requirements of standards referenced. 25 b. Manufacturers installation instructions. 26 3. Scaled plan layout showing spacing of components, 27 accessories, fittings, and post anchorage. 28 4. Mill certificates. 29 5. Source quality control test results. 30 31 B. Operation and Maintenance Manuals: 32 1. See Section 01340. 33 34 35 PART 2 - PRODUCTS 36 37 2.01 ACCEPTABLE MANUFACTURERS 38 39 A. Subject to compliance with the Contract Documents, 40 the following manufacturers are acceptable: 41 1. Fence systems: 42 a. Cyclone. 43 b. Page -Wilson Corporation (Page Fence 44 Division). 45 c. Anchor Fence, Inc. 46 d. Or approved equal. 47 48 B. Submit requests for substitution in accordance with 49 Specification Section 01640. 50 51 2.02 COMPONENTS 52 West Texas Region Disposal Facility Phase I Construction 02444-3 01 A. Chain Link Fabric: 02 1. Fabric type: 03 a. ASTM A392 zinc -coated steel: 04 1) Coated before weaving, 2.0 OZ/SF. 05 2. Wire gage: 9 06 3. Mesh size: 2 IN. 07 4. Selvage treatment: 08 a. Top: Knuckled. 09 b. Bottom: Twisted and barbed. 10 11 B. Concrete: See Section 03002. 12 13 C. Line Post: 14 1. ASTM F1083 pipe: 15 a. Schedule 80. 16 17 D. Corner or Terminal Posts: 18 1. ASTM F1083 pipe: 19 a. Schedule 80. 20 21 E. Brace and Rails: 22 1. ASTM F1083 pipe: 23 a. Schedule 80. 24 25 F. Tension Wire: 26 1. Bottom of fabric: 27 a. ASTM A824, galvanized steel, Class 3. 28 29 G. Fence Fittings (Post and Line Caps, Rail and Brace - 30 Ends, Sleeves -Top Rail, Tie Wires and Clips, Tension 31 and Brace Bands, Tension Bars, Truss Rods): 32 1. ASTM F626. 33 34 H. Swing Gate: 35 1. ASTM F900. 36 2. Materials as specified for fence framework and 37 fabric. 38 3. Hardware: 39 a. Galvanized per ASTM A153. 40 b. Hinges to permit 180-degree inward gate 41 opening. 42 43 I. Sliding {Cantilever} Gate: 44 1. ASTM F1184. 45 46 J. Barbed Wire: 47 1. Three strands. 48 2. Galvanized steel: 49 a. ASTM A121. Class 3, 0.80 02/SF. 50 b. Class 3 zinc coating. 51 C. Four -point barbs. 52 West Texas Region Disposal Facility Phase 1 Construction 02444-4 01 K. Barbed Wire Extension Arms: 02 1. ASTM F626. 03 2. Accommodate three six -strand barbed wire. 04 3. Extend at a 45-degree angle inside of the fence 05 line. 06 4. Include corner posts. 07 08 2.03 SOURCE QUALITY CONTROL 09 10 A. Test related fence construction materials to meet the 11 following standards: 12 1. Posts and rails: 13 a. ASTM F669, Heavy Industrial. 14 15 16 PART 3 - EXECUTION 17 18 3.01 INSTALLATION 19 20 A. Install in accordance with: 21 1. Manufacturer's instructions. 22 2. Lines and grades shown on Drawings. 23 3. In accordance with ASTM F567. 24 25 B. Do not start fence installation before final grading 26 is complete and finish elevations are established in 27 vicinity of fencing. 28 29 C. Drill holes in firm, undisturbed or compacted soil. 30 31 D. Place fence with bottom edge of fabric at maximum 32 clearance above grade, as shown on Drawings.. Correct 33 minor irregularities in earth to maintain maximum 34 clearance. 35 36 E. Space line posts at equal intervals not exceeding 10 37 FT OC. 38 39 F. Provide post braces for each gate corner pull and 40 terminal post and first adjacent line post. 41 42 G. Install tension bars full height of fabric. 43 44 H. Rails: Fit rails with expansion couplings of outside 45 sleeve type. 46 1. .Rails continuous for outside sleeve type for full 47 length of fence. 48 49 I. Provide expansion couplings in top rails at not more 50 than 20 FT intervals. 51 52 J. Anchor top rails to main posts with appropriate West Texas Region'Disposal Facility Phase 1 Construction 02444-5 01 wrought or malleable fittings. 01 02 02 03 K. Install bracing assemblies at all end and gate posts, 03 04 as well as side, corner, and pull posts. 04 05 1. Locate compression members at mid -height of 05 06 fabric. 06 07 2. Extend diagonal tension members from compression 07 08 members to bases of posts. 08 09 3. Install so that posts are plumb when under 09 10 correct tension. 10 11 11 12 L. Pull fabric taut and secure to posts and rails. 12 13 1. Secure so that fabric remains in tension after 13 14 pulling force is released. 14 15 2. Secure to posts at not over 15 IN OC, and to 15 16 rails at not over 24 IN OC, and to tension wire 16 17 at not over 24 IN OC. 17 18 3. Use U-shaped wire conforming to diameter of pipe 18 19 to which attached, clasping pipe and fabric 19 20 firmly with ends twisted at least two full turns. 20 21 4. Bend ends of wire to minimize hazards to persons 21 22 or clothing. 22 23 23 24 M. Install post top at each post. 24 25 25 26 N. Gates: 26 27 1. Construct with fittings or by welding. 27 28 2. Provide rigid, weatherproof joints. 28 29 3. Assure right, non -sagging, non -twisting gate. 29 30 4. Coat welds with rust preventive paint, color to 30 31 match pipe. 31 32 32 33 33 34 END OF SECTION 34 West Texas Region Disposal Facility Phase 1 Construction 02511-1 01 96G31 SECTION 02511 02 03 FLEXIBLE BASE - CALICHE 04 05 PART 1 - GENERAL 06 07 1.01 SCOPE 08 09 A. This section covers excavating, crushing, hauling, 10 and spreading base material and wetting, compacting 11 and shaping it to form a flexible base course for 12 paved and unpaved roads, to the lines, grades and 13 typical cross sections shown on the plans, and as 14 specified herein. The Contractor shall furnish all 15 materials, equipment, tools, labor and 16 superintendence and incidentals necessary to complete 17 the work. The base shall be 6 inches thick under 18 concrete pavement. The flexible base for unpaved 19 all-weather access road shall be a maximum 10 inches 20 thick. 21 22 1.02 CALICHE BASE 23 24 A. The base material shall consist of argillaceous 25 limestone, calcareous or calcareous clay particles, 26 with or without stone, conglomerate, gravel, sand or 27 other granular materials. Materials for use in 28 constructing the base course shall be furnished by 29 the Contractor from a source approved by the,Owner. 30 The Contractor shall be responsible for locating the 31 source of caliche, securing approval of the source, 32 and for making arrangements with the owner of the 33 property, on which the pit is located, for use of the 34 material. The pits shall be stripped of all 35 unacceptable material and the stripping shall be 36 disposed of in a manner agreeable to the owner of the 37 property on which the pit is located. The pits shall 38 be opened so as to immediately expose the vertical 39 faces of all of the various strata of acceptable 40 material. Unless otherwise directed, the material 41 shall be secured in successive vertical cuts 42 extneding through all of the exposed strata. Any 43 incidental costs, including securing, stripping, or 44 crushing the base material, shall be paid for by the 45 Contractor and shall be included in his bid price. 46 47 B. All acceptable material shall be screened and the 48 oversized material crushed and returned to the 49 screened material in such a manner that a uniform 50 material is produced. The processed base material, 51 when properly slaked and tested by the Texas 52 Department of Transportation (TXDOT) standard West Texas Region Disposal Facility Phase 1 Construction 02511-2 O1 laboratory methods, shall meet the following 01 02 requirements: 02 03 03 04 Passing 2-inch Sieve ..................... look 04 05 Retained on No. 40 Sieve ................. 50 to 85k 05 06 Retained on No. 200 Sieve.. ............. 85 to loot 06 07 07 08 The material passing the No. 40 sieve shall be known as 08 09 soil binder and shall meet the following requirements 09 10 when prepared in accordance with Test Method TEX-101-E 10 11 procedure: 11 12 12 13 The liquid limit shall not exceed........ 45 13 14 The plasticity index shall not exceed.... 12 14 15 The linear shrinkage shall not exceed..... 8.5% 15 16 16 17 1.03 HAULING AND PLACING 17 18 18 19 A. Prior to placing any base material, the subgrade 19 20 shall be shaped, wetted, rolled and compacted to the 20 21 cross sections and grades specified in accordance 21 22 with the plans and specifications. 22 23 23 24 B. Flexiblebaseshall be constructed in maximum 6-inch 24 25 thick lifts. The material shall be delivered in 25 26 approved vehicles of uniform capacity, and it shall 26 27 be the responsibility of the Contractor to supply the 27 28 amount of material required to construction the base 28 29 course to the thickness shown on the plans. _ 29 30 Spreading and shaping shall be done in a manner which 30 31 will thoroughly mix the material and prevent 31 32 segregation. Sprinkling during this process will be 32 33 required if necessary to prevent segregation. When 33 34 shaping is completed the material shall be uniformly 34 35 well graded and of the proper thickness. Material 35 36 deposited upon the subgrade shall be spread and 36 37 shaped the same day. In the event inclement weather 37 38 or other unforseen circumstances renders impractical 38 39 the spreading of the material during the day in which 39 40 it is deposited, the material shall be scarified, 40 41 mixed and spread as directed by the Owner. All areas 41 42 and nests of segregated coarse of fine materials 42 43 shall be corrected and removed or replaced with well 43 44 graded material. If additional or corrective binder 44 45 is required, it shall be furnished and applied in the 45 46 amount directed by the Owner. Such binder material 46 47 shall be carefully and evenly incorporated with the 47 48 material in place by scarifying, harrowing, or other 48 49 approved method. 49 50 50 51 1.04 COMPACTING AND FINISHING 51 52 52 West Texas Region.Disposal Facility Phase 1 Construction 02511-3 01 A. After the material has been properly spread, it shall 02 be sprinkled, rolled and bladed until thoroughly 03 compacted. During the process of compaction, water 04 shall be applied in such a manner as to maintain 05 optimum moisture in the material and the base course 06 shall be bladed sufficiently to insure a uniform 07 distribution of base materials and a smooth uniform 08 surface, true to section and grades established, 09 after final compaction. Compaction shall be 10 accomplished by rolling with pneumatic and steel 11 wheeled rollers as approved by the Owner. In areas 12 not accessible to the roller, the base material shall 13 be compacted with mechanical tampers or other 14 approved methods to secure uniform compaction over 15 the entire paved area. Throughout the entire 16 operation, the shape of the base course shall be 17 maintained by blading; blading and rolling shall 18 continue until the course is thoroughly compacted and 19 the surface is smooth and in conformity with the 20 typical sections shown on to plans and to the lines 21 and grades established. The material shall be 22 compacted to 95 percent of maximum density, at 23 optimum moisture, as determined by the ASTM D698 24 Method B or D. 25 26 B. All irregularities, depressions or weak spots which 27 develop during compaction shall be corrected 28 immediately by scarifying the areas afected, adding 29 or removing material as required, reshaping and 30 recompacting by sprinkling and rolling. Immediately 31 prior to placing of surfacing, the base shall be 32 checked for grade and cross section, and any 33 deviation in excess of three -eights (3/8) inch from 34 grade or true cross section shall be corrected. 35 "Blue tops" set to finished base elevations shall be 36 set by the Contractor, in order to check the base for 37 proper grade and elevation. 38 39 C. The base shall be satisfactorily maintained by 40 wetting, blading and rolling until the wearing 41 surface is placed thereon for paved roadway sections. 42 For all-weather access roads (unpaved), the base 43 shall be maintained until acceptance by the Owner. 44 45 46 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction { 02529-1 O1 92B24 SECTION 02529 02 03 CONCRETE SIDEWALK AND STEPS 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Concrete sidewalk and steps. 12 13 B. Related Sections include but are not necessarily 14 limited to: 15 1. Division 0 - Bidding Requirements, Contract 16 Forms, and Conditions of the Contract. 17 2. Division 1 - General Requirements. 18 3. Section 03302 - Concrete. 19 20 1.02 QUALITY ASSURANCE 21 22 A. Referenced Standards: 23 1. American Association of State Highway and 24 Transportation Officials (AASHTO): 25 a. M74, Sheet Materials for Curing Concrete. 26 b. M148, Liquid Membrane -Forming Compounds for 27 Curing Concrete. 28 c. M153, Specifications for Preformed Expansion 29 Joint Fillers for Concrete Paving and 30 Structural Construction. 31 d. M171, Sheet Materials for Curing Concrete. 32 e. M182, Burlap Cloth Made From Jute or Kenaf. 33 f. M213, Preformed Expansion Joint Fillers for 34 Concrete Paving and Structure Construction. 35 g. M224, Protective Coatings for Portland Cement 36 Concrete. 37 h. M233, Boiled Linseed Oil Mixture for 38 Treatment of Portland Cement Concrete. 39 2. American Concrete Institute (ACI): 40 a. 211, Selecting Proportions for Normal, 41 Heavyweight, and Mass Concrete. 42 b. 214, Recommended Practice for Evaluation of 43 Strength Test Results of Concrete. 44 c. Refer to Sections 03308, 03311 and 03350 for 45 additional standards. 46 3. American Society for Testing and Materials 47 (ASTM) : 48 a. A185, Standard Specification for Welded Steel 49 Wire Fabric. 50 b. A615, Standard Specification for Deformed and 51 Plain Billet -Steel Bars for Concrete 52 Reinforcement. West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 Q.6 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02529-2 C. C227, Standard Test Methods for Potential Alkali Reaction. d. C289, Standard Test Method for Potential Reactivity of Aggregates (Chemical Method). e. C295, Practice for Petrographic Examination of Aggregates for Concrete. f. C309, Liquid Membrane -forming Compounds for Curing Concrete. g. D4253, Test Methods for Maximum Index Density of Soils Using a Vibratory Table. 4. Federal Specification (FS): a. SS-S-164. b. TT-S 00227 E(3), Sealing Compound: Elastomeric Type, Multi -Component (for Calking, Sealing, and Glazing in Buildings and Other Structures. 5. National Ready Mixed Concrete Association (NRMCA) . 6. Plant Manufacturer's Bureau of NRMCA. 1.03 SUBMITTALS A. Shop Drawings: 1. See Section 01340. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Qualifications of concrete installer. 4. Drawings detailing all reinforcing. 5. Concrete cylinder test results from field quality control. B. Samples: 1. See Section 2. Samples of devices PART 2 - PRODUCTS 01340. fabricated jointing materials and 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Chemical admixtures: a. Sika Chemical Corporation. b. Master Builders Company. C. Protex Industries. d. W.R.Grace and Company. e. Or approved equal. West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 O8 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02529-3 01 B. Submit requests for substitution in accordance with 01 02 Specification Section 01640. 02 03 03 04 2.02 MATERIALS 04 05 05 06 A. Portland Cement: 06 07 1. ASTM C150, Type I or II. 07 08 08 09 B. Aggregates: 09 10 1. ASTM C33, gradation size #67, 3/4 IN to #4. 10 11 11 12 C. Water: 12 13 1. Potable quality. 13 14 14 15 D. Admixtures: 15 16 1. Comply with Section 03302. 16 17 17 18 E. Reinforcing Bars: 18 19 1. ASTM A615, Grade 60. 19 20 20 21 F. Welded Wire Fabric: 21 22 1. ASTM A185. 22 23 2. Flat. 23 24 3. Clean, free from dirt, scale, rust. 24 25 25 26 G. Preformed Joint Filler: 26 27 1. Nonextruding cork, self -expanding cork, sponge 27 28 rubber or cork rubber. 28 29 2. Meet AASHTO M153 or M213. 29 30 30 31 H. Hot -Poured Joint Sealing Material: 31 32 1. Fed Spec SS-S-164. 32 33 33 34 I. Sidewalk Joint Sealant: 34 35 1. Two compound, polyurethane sealant. 35 36 2. Class A, Type 1. 36 37 3. Self -leveling. 37 38 4. Nontracking. 38 39 5. Fed Spec TT-S 00227 E(3). 39 40 40 41 J. Membrane Curing Compound: 41 42 1. ASTM C309. 42 43 43 44 K. Cover Materials for Curing: 44 45 1. Burlap: 45 46 a. AASHTO M182. 46 47 b. Minimum Class 2, 8 OZ material (1 YD x 42 47 48 IN) . 48 49 2. Polyethylene film: 49 50 a. AASHTO M171. 50 51 51 52 L. Paper Subgrade Cover: 52 West Texas Region Disposal Facility Phase 1 Construction 02529-4 O1 1. AASTO M74 or polyethylene film. 01 02 2. Meet AASHTO M171. 02 03 03 04 M. Concrete Treatment: 04 05 1. Boiled linseed oil mixture. 05 06 2. Meets AASHTO M233. 06 07 07 08 N. Forms: 08 09 1. Steel or wood. 09 10 2. Size and strength to resist movement during 10 11 concrete placement and to retain horizontal and 11 12 vertical alignment. 12 13 3. Free of distortion and defects. 13 14 4. Full depth. 14 15 5. Metal Side Forms: 15 16 a. Minimum 7/32 IN thick. 16 17 b. Depth equal to edge thickness of concrete. 17 18 C. Flat or rounded top minimum 1-3/4 IN wide. 18 19 d. Base 8 IN wide or equal to height, whichever 19 20 is less. 20 21 e. Maximum deflection 1/8 IN under center load 21 22 of 1700 LBS. 22 23 f. Use flexible spring steel forms or laminated 23 24 boards to form radius bends. 24 25 -25 26 2.03 MIXES 26 27 27 28 A. Mix design to provide 4,000 psi 28-day compressive 28 29 strength, 1-1/2 IN slump, 6 percent air. 29 30 30 31 B. Comply with Section 03302. 31 32 32 33 33 34 -PART 3 - EXECUTION 34 35 35 36 3.01 PREPARATION 36 37 37 38 A. Subgrade Preparation: 38 39 1. Prepare using methods, procedures, and equipment 39 40 necessary to attain required compaction 40 41 densities, elevation and section. 41 42 2. Scarify and recompact top 6 IN of fills and 42 43 embankments which will be sidewalk and step 43 44 areas. 44 45 3. Remove soft or spongy areas. Replace with 45 46 aggregate material. 46 47 4. Compact to the following densities: 47 48 a. Cohesive soils: 95 percent per ASTM D698. 48 49 b. Non -cohesive soils: 75 percent relative per 49 50 ASTM D4253 and D4254. 50 51 5. Assure moisture content is within limits 51 52 prescribed to achieve required compaction 52 West Texas Region Disposal Facility Phase 1 Construction 02529-5 O1 density. 01 02 6. Following compaction, trim and roll to exact 02 03 cross section. Check with approved grading 03 04 template. 04 05 7. Perform density tests on subgrade to determine 05 06 that subgrade complies with the specification. 06 07 07 08 B. Aggregate Course: 08 09 1. Place material in not more than 6 IN thick 09 10 layers. 10 11 2. Spread, shape, and compact all material deposited 11 12 on the subgrade during the same day. 12 13 3. Compact to (75) percent relative per ASTM D4253 13 14 and D4254. 14 15 15 16 C. Loose and Foreign Material: 16 17 1. Remove loose and foreign material immediately 17 18 before application of paving. 18 19 19 20 D. Appurtenance Preparation: 20 21 1. Block out or box out curb inlets and curb 21 22 returns. 22 23 2. Provide for joint construction as detailed and 23 24 dimensioned on Drawings. 24 25 3. Adjust manholes, inlets, valve boxes and any 25 26 other utility appurtenances to design grade. 26 27 a. Secure to elevation with concrete. 27 28 b. Place concrete up to 5 IN belowdesigngrade. 28 29 4. Clean and oil forms. 29 30 30 31 3.02 ERECTION, INSTALLATION AND APPLICATION 31 32 32 33 A. Concrete Production: 33 34 1. Comply with Section 03002. 34 35 35 36 B. Forms: 36 37 1. Form support: 37 38 a. Compact soil foundation and cut to grade to 38 39 support forms. 39 40 b. Use bearing stakes driven flush with bottom 40 41 of form to supplement support as necessary. 41 42 c. Do not use earth pedestals. 42 43 2. Staking forms: 43 44 a. Joint forms neatly and tightly. 44 45 b. Stake and pin securely with at least three 45 46 pins for each 10 FT section. 46 47 3. Clean and oil forms prior to placement of 47 48 concrete. 48 49 4. Set forms sufficiently in advance of work 49 50 (minimum 2 HRS) to permit proper inspection. 50 51 5. Previously finished pavement or curb and gutter 51 52 contiguous with new work may serve as side form 52 West Texas Region Disposal Facility Phase 1 Construction 02529-6 01 when specifically approved. 01 02 02 03 C. Reinforcing: 03 04 1. Lap mats one full space. 04 05 2. Tie end transverse member of upper mat securely 05 06 to prevent curling. 06 07 3. Lap non -welded bars 12 IN minimum. 07 08 4. Support: 08 09 a. Place bars securely on chairs at called -for 09 10 height. 10 11 b. Place other fabric on the first of a 11 12 two -course pour and cover promptly with final 12 13 pour, or place fabric by a fabric -placer if 13 14 procedure is reviewed and approved by 14 15 Engineer. 15 16 16 17 D. Joints: 17 18 1. Hold locations and alignment to within +/- 1/4 18 19 IN. 19 20 2. Finish concrete surface adjacent.to previous - 20 21 section to within +/- 1/8 IN, with tooled radius 21 22 of 1/4 IN. 22 23 3. Metal keyway joints: 23 24 a. Form by installing metal joint strip, left in 24 25 place. 25 26 b. Stake and support like side form. 26 27 C. Provide dowels or tie bars. 27 28 4. Weakened plane joints: 28 29 a. Locate at {6 FT} intervals. 29 30 b. Tool groove in freshly placed concrete with 30 31 tooling device. 31 32 C. Groove dimensions shall be 3/8 IN at surface 32 33 and 1/4 IN at root. 33 34 5. Install construction joints at end of days work 34 35 or wherever concreting must be interrupted for 30 35 36 minutes or more. 36 37 6. Expansion joints: 37 38 a. Locate at {48 FT) intervals and at all 38 39 intersection curb returns. 39 40 b. Stake in place load transfer device 40 41 consisting of dowels. 41 42 C. Supporting and spacing means and premolded 42 43 joint filler as per Drawing details. 43 44 d. Provide preformed joint filler at all 44 45 junctions with existing sidewalks, steps, or 45 46 other structures. 46 47 7. Thoroughly clean and fill joints with joint 47 48 sealing material as specified. 48 49 8. Upper surface of filled joint to be flush to 1/8 49 50 IN below finish surface. 50 51 51 52 E. Place Concrete: 52 West Texas Region Disposal Facility Phase 1 Construction 02529-7 01 1. Comply with Section 03002. 02 2. Construct driveway openings and other features as 03 per Drawing details. 04 05 F. Cold and Hot Weather Concreting: 06 1. Cold weather: 07 a. Cease concrete placing when descending air 08 temperature in shade falls below 40 DegF. 09 b. Do not resume until ambient temperature has 10 risen to 40 DegF. 11 C. If placing is authorized below 40 DegF by 12 Engineer, maintain temperature of mix between 13 60 and 80 DegF. 14 d. Heat aggregates or water or both. 15 e. Water temperature may not exceed 175 DegF. 16 f. Aggregate temperature may not exceed 150 17 DegF. 18 g. Remove and replace frost damaged concrete. 19 h. Salt or other antifreeze is not permitted. 20 i. Comply with ACI 306. 21 2. Hot weather: 22 a. Cease concrete placing when plastic mix 23 temperature cannot be maintained under 90 24 DegF. 25 b. Aggregates or water or both may be cooled. 26 C. Cool water with crushed ice. 27 d. Cool aggregates by evaporation or water 28 spray. 29 e. Never batch cement hotter than 160 DegF. 30 f. Comply with ACI 305. 31 32 G. Finishing: 33 1. As soon as placed, strike off and screed to crown 34 and cross section, slightly above grade, so that 35 consolidation and finishing will bring to final 36 Drawing elevations. 37 2. Maintain uniform ridge full width with first pass 38 of first screed. 39 3. Test with 6 FT straightedges equipped with long 40 handles and operated from sidewalk. 41 4. Draw excess water and laitance off from surface. 42 5. Float finish so as to leave no disfiguring marks 43 but to produce a uniform granular or sandy 44 texture. 45 6. Broom finish after floating. 46 7. Tool edges with suitable edger. 47 8. Provide exposed aggregate surfaces in areas 48 indicated on the Drawings: 49 9. Provide method such as abrasive blasting, bush 50 hammering, or surface retarder acceptabletothe 51 Engineer. 52 West Texas Region Disposal Facility Phase 1 Construction 02529-8 O1 H. Curing: 02 1. Apply membrane curing compound complying with 03 ASTM C309, and in accordance with manufacturer's 04 directions but at a rate of minimum 200 SF per 05 gallon. 06 2. Apply curing compound within 4 HRS after 07 finishing or as soon as surface moisture has 08 dissipated. 09 3. Cure for minimum of 7 days. 10 4. When average daily temperature is below 50 DegF, 11 provide insulative protection of 12 IN minimum 12 thickness loose dry straw, or equivalent, for 10 13 days. 14 5. Linseed oil sealant: 15 a. For concrete sidewalk and step, seal surface 16 with linseed oil. 17 b. Apply linseed oil to clean surface as per 18 AASHTO M224 after concrete has cured for 1 19 month. 20 c. Apply first application at rate of 67 SY per 21 gallon. 22 d. Apply second application to a dry surface at 23 rate of 40 SY per gallon. 24 25 I. Protection of Concrete: 26 1. Protect new sidewalk, steps, and their 27 appurtenances from traffic for a minimum of 14 28 days. 29 2. Repair or replace parts of sidewalk and steps 30 damaged by traffic, or other causes, prior to 31 final acceptance. 32 33 J. Opening to Traffic: 34 1. After 14 days, area may, at Owner's discretion, 35 be opened to traffic if job cured cylinders have 36 attained a compressive strength of 3000 LBS per 37 square inch when tested in accordance with ASTM 38 standard methods. 39 2. Prior to opening to traffic, clean and refill 40 joints as required with specified filler 41 material. 42 43 K. Clean Up: 44 1. Assure clean-up work is completed.within 2 weeks 45 after sidewalk has been opened to traffic. 46 2. No new work will begin until clean-up work has 47 been completed, or is maintained within 2 weeks 48 after sidewalk has been opened to traffic. 49 50 L. Handrails: 51 1. Provide handrails where required and as per 52 Drawing details. West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 { 02529-9 01 01 02 3.03 FIELD QUALITY CONTROL 02 03 03 04 A. Provide test cylinders in accordance with Section 04 05 03002 for each 100 CY of placed concrete. 05 06 06 07 END OF SECTION 07 West Texas Region Disposal Facility Phase 1 Construction 02775-1 ` 01 96A03 SECTION 02775 01 02 02 03 GEOSYNTHETIC LINER AND LEACHATE COLLECTION SYSTEM 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 SUMMARY 07 08 08 09 A. Section Includes: 09 10 1. Geomembrane/Flexible Membrane Liner. 10 11 2. Geotextiles. 11 12 3. Geocomposite Drainage Materials. 12 13 4. Aggregate Drainage Materials. 13 14 5. Protective Cover Soils. 14 15 15 16 B. Related Sections include but are not necessarily limited to: 16 17 1. Bidding Requirements, Contract Forms, and Provisions of the 17 18 Contract. 18 19 2. Division 1 - General Requirements. 19 20 3. Section 02200 - Earthwork. 20 21 4. Section 02775G - Geosynthetic Clay Liner. 21 22 S. Section 15064 - Plastic Pipe. 22 23 6. Section 15065 - HDPE Pipe. 23 24 7. Soil and Liner Quality Control Plan (Exhibit C). 24 25 25 26 1.02 QUALITY ASSURANCE 26 27 27 28 A. Referenced Standards: 28 29 1. American Standards for Testing and Materials (ASTM): 29 30 a. D638, Standard Test Method for Tensile Properties of 30 31 Plastics. 31 32 b. D746, Standard Test Method for Brittleness Temperature of 32 33 Plastics and Elastomers by Impact. 33 34 C. D792, Standard Test Methods for Specific Gravity and 34 35 Density of Plastics by Displacement. 35 36 d. D1117, Standard Methods of Testing Non -woven Fabrics. 36 37 e. D1238, Standard Test Method for Flow Rates of 37 38 Thermoplastics by Extrusion Plastometer. 38 39 f. D1603, Standard Test Method for Carbon Black in Olefin 39 40 Plastics. 40 41 g. D1693, Standard Test Method for Environmental 41 42 Stress -Cracking of Ethylene Plastics. 42 43 h. C131 Test Method for Resistance to Degradation of Small 43 44 Size Coarse Aggregate by Abrasion and Impact in the Los 44 45 Angeles Machine. 45 46 i. C535 Test Method for Resistance to Degradation of Large 46 47 Size Aggregate by Abrasion and Impact in the Los Angeles 47 48 Machine. 48 49 j. C88 Test Method for Soundness of Aggregates by use of 49 50 Sodium Sulfate or Magnesium Sulfate. 50 51 k. C33 Standard Specification for Concrete Aggregate. 51 52 1. C330 Standard Specification for Lightweight Aggregate for 52 West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775-2 Structural Concrete. 01 02 2. Geosynthetic Research Institute: 03 a. GRI GM6, Pressurized Air Channel Testing for Dual Seamed 04 Geomembranes. 05 b. GRI GM8, Core Thickness of Textured Geomembranes. 06 07 3. J & L Testing Company. 08 a. J & L Test Designation 5-105-89 Degradation of Landfill 09 Drainage Materials due to Calcium Carbonate Content. 10 11 B. Quality Assurance: 12 1. Quality assurance will be provided as described in the Soil 13 and Liner Quality Control Plan (SLQCP) attached to these 14 specifications in Appendix A. Any conflicts between this 15 specification and the SLQCP shall be resolved by the 16 Engineer. 17 18 C. Qualifications: 19 1. Each manufacturing, fabricating and installing firm shall 20 each demonstrate 5 years continuous experience, including a 21 minimum of 10,000,000 SF of HDPE Manufacture/Fabrication/ 22 Installation, in geomembranes. Aggregate experience shall 23 not apply. 24 25 1.03 DEFINITIONS 26 27 A. Manufacturer: Manufacturer produces geomembrane sheets, 28 geocomposites and geotextiles from resin and additives. The 29 manufacturer is responsible for producing geosynthetic products 30 which comply with this Specification. These responsibilities 31 include but are not limited to: 32 1. Acceptance of the resin and additives from chemical 33 formulators. Testing of the"raw resin and additives to 34 ensure compliance with the manufacturer's specifications and 35 with this Specification. 36 2. Formulation of the resin and additives into geomembrane 37 sheeting and geotextiles using mixing and extrusion 38 equipment. 39 3. Testing of the geosynthetics to ensure compliance with 40 manufacturer's specification and this Specification. 41 4. Shipping of the geosynthetics to Fabricator/Installer 42 designated facilities. 43 S. Certification of the raw materials and finished geosynthetics 44 to comply with this Specification. 45 6. Certification of fabricator's and installer's training, 46 experience and methods for welding, sewing, attaching, 47 protecting and inspecting geomembrane installations in 48 compliance with manufacturer's standards and with Quality 49 Assurance requirements of this Specification (Article 1.02). 50 51 B. Fabricator: Fabricator of geosynthetics produces larger blankets 52 West Texas Region Disposal Facility Phase 1 Construction 02775-3 01 from materials produced by the manufacturer prior to installation 01 02 of the geosythetics. The fabricator is responsible for handling, 02 03 welding or sewing of and geosynthetics into blankets, and for 03 04 shipping the blankets to the installer. Independent fabricators 04 05 will not be allowed under this Specification. Fabrication (if 05 06 required) must be accomplished by the manufacturer or installer 06 07 to comply with this Specification unless otherwise approved by 07 08 the Engineer and Owner. 08 09 09 10 C. Installer: Installers of geosynthetics are responsible for 10 11 handling, fitting, welding, sewing, anchoring, protecting and 11 12 testing of geomembrane sheets or blankets in the field. These 12 13 responsibilities include but are not limited to: 13 14 1. Acceptance (in writing) of the geosynthetic panels or 14 15 blankets from the transporter. 15 16 2. Acceptance (in writing) of the materials which will serve as 16 17 a base for the geosynthetics. This acceptance shall precede 17 18 installation of the geosynthetics, and shall state that the 18 19 installer has inspected the surface, and reviewed the 19 20 Specifications for material and placement, and finds all 20 21 conditions acceptable for placement of HDPE geosynthetics. 21 22 The written acceptance shall explicitly state any and all 22 23 exceptions to acceptance. 23 24 3. Handling, welding, testing and repair of geosynthetics in 24 25 compliance with this Specification and with written 25 26 procedures manuals prepared by the manufacturer. 26 27 4. Repair or replacement of defects in the geosynthetics as 27 28 required by the Inspector or the Owner. 28 29 5. Installer and manufacturer may be the same firm. 29 30 30 31 D. Inspector: Inspectors of geosynthetic materials are responsible 31 32 for observing field installation of the geosynthetics and 32 33 providing the Manufacturer, Fabricator, Installer and Owner with 33 34 verbal and written documentation of the compliance of the 34 35 installation with this specification and with written procedures 35 36 manuals prepared by the Manufacturer or Installer. Inspectors 36 37 responsibilities include, but are not limited to: 37 38 1. Inspection of material, handling and field installation of 38 39 the geomembrane liner. Inspection of all welds, repairs and 39 40 test results. 40 41 2. All exceptions to material or installation shall be 41 42 documented by the Engineer in writing within 48 HRS of 42 43 discovery. 43 44 44 45 E. Engineer: The Engineer is responsible for design of the lined 45 46 containment system. The Engineer and the Inspector may be the 46 47 same firm. 47 48 48 49 F. Owner: Owner designates the party responsible for constructing 49 So and operating the lined containment system. 50 �y 51 51 52 1.04 SUBMITTALS 52 West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 06 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 26 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775-4 O1 A. Submit for Engineer's approval shop drawings, including: 02 1. Geomembrane liner layout with proposed size, number, position 03 and sequencing of liner panels and showing the location and 04 direction of all field or factory joints. 05 2. Proposed details for connecting the liner and leachate 06 collection system to appurtenances in the containment 07 facilities. 08 3. Proposed methods of welding geomembrane joints and sewing 09 geotextiles/geocomposite materials. 10 4. Proposed method and sequencing for placement of drainage 11 layer on top of the geomembrane liner. 12 5. Proposed method of testing geomembrane joints and connections 13 at appurtenances for continuity. 14 6. Interface friction test results prior to material deployment. 15 16 B. Prior to Substantial Completion, submit written certifications 17 that: 18 1. All geosynthetics delivered to site meet the requirements of 19 this Specification. 20 2. The geosynthetics were installed in accordance with this 21 Specification and with approved shop drawings. 22 3. The geomembrane joints were inspected, tested for strength 23 and continuity, and passed all inspections and tests. All 24 test and inspection data shall be incorporated into this 25 certification. 26 4. The drainage layer on top of the geomembrane liner was placed 27 carefully, under the direct supervision of the liner 28 manufacturer or installer, and without damaging the 29 geomembrane. 30 5., The installed geomembrane liner geotextiles and 31 geocomposites, attachments and appurtenances are warranted to 32 be free of defects in material, manufacturing and 33 workmanship. 34 35 C. Submit all system components in a single coordinated transmittal. 36 Partial submittals will not be accepted. 37 38 1.05 DELIVERY, STORAGE, AND HANDLING 39 40 A. All unused or stockpiles HDPE shall be covered in a manner to 41 protect from W radiation. 42 43 B. Refer to the SLQCP and Manufacturer's requirements for additional 44 delivery, storage, and handling. 45 46 1.06 PROJECT/SITE CONDITIONS 47 48 A. when the weather is of such a nature as to endanger the integrity 49 and quality of the installation whether this is due to rain, high 50 winds, cold temperatures, or other weather elements, the 51 installation of the geosynthethics shall be halted at the 52 West Texas Region Disposal Facility Phase 1 Construction y 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 is 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775-5 direction of, or with the concurrence of, the Engineer until the 01 weather conditions are satisfactory. 02 03 B. The Contractor shall insure that adequate dust control methods 04 are in effect to prevent the unnecessary accumulation of dust and 05 dirt on geosynthetic surfaces which hamper the efficient field 06 seaming of geosynthethic panels. 07 06 C. The Contractor shall maintain natural surface water drainage 09 diversions around the work area and provide for the disposal of 10 water which may collect in the work area directly from 11 precipitation falling within the area or from inadequate 12 diversion structures or practices. 13 14 D. The Contractor shall be responsible to coordinate the 15 installation of leachate collection lines which shall be in 16 accordance with the geomembrane Manufacturers recommendations, 17 as specified in the Contract Documents and shown on the Drawings. is 19 E. vehicles will not be allowed on the geosynthetic lined area 20 unless at least 24 IN (2411) of protective soil cover or 12 inches 21 of gravel plus 1 foot of protective soil cover have been placed 22 over the liner. 23 24 25 PART 2 - PRODUCTS 26 27 2.01 ACCEPTABLE MANUFACTURERS 28 29 A. Subject to compliance with the Contract Documents, the following 30 Manufacturers are acceptable: 31 1. Geomembrane liners: 32. a. GSE Lining Systems, Inc., 1340 East Richey Road, Houston, 33 Texas 77073. 34 b. National Seal Company, PO Box 1448, Galesburg, Illinois 35 61402. 36 c. The Serrot Corporation, 7575 Reynolds Circle, Huntington 37 Beach, California 92647. 38 e. Poly -Flex, Inc., 2000 West Marshall Drive, Grand Prairie, 39 Texas 75051. 40 f. Other manufacturers may qualify by providing references 41 for a minimum of 10,000,000 SF of liner installations. 42 2. Geotextiles: 43 a. Fluid Systems, Inc., 7339 Montgomery Rd., PO Box 36307, 44 Cincinnati, Ohio 45236. 45 c. Amoco Fabrics & Fibers Company, PO Box 43288, Atlanta, 46 Georgia 30336. 47 d. Tenax Corporation, 4800 E. Monument Street, Baltimore, 48 MD 21205. 49 e. Synthetic Industries, 4019 Industry Drive, Chattanooga, 50 TN 37416. 51 52 West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775-6 B. Submit requests for substitution in accordance with Specification Section 01640. 2.02 MATERIALS A. Geomembrane/Flexible Membrane Liners (FML): 1. Geomembrane liners shall consist of unsupported polyethylene in thickness as shown on Drawings and manufacturered from virgin, first quality resin designed and formulated specifically for liquid containment in hydraulic structures. Reclaimed polymer shall not be added to the resin; except use of polymer recycled during the manufacturing process shall be allowed provided that recycled polymer shall be clean and shall not exceed 2 percent by weight. 2. The geomembrane liner shall be manufactured to be free of holes, blisters, undispersed raw materials, or any sign of contamination by foreign matter. Any such defects shall be cause for rejection of the defective geomembrane material. Minor defects may be repaired in accordance with manufacturer's recommendations if this repair is approved by the Engineer. 3. The geomembrane liner shall be manufactured as seamless rolls or as prefabricated panels with a minimum width of 15 FT as delivered to the site. All factory seams shall be inspected and tested for strength and continuity prior to delivery to the site. 4. Geomembrane liner specifications. The polyethylene liner, shall meet the following minimum specifications: PROPERTY TEST METHOD TEST VALUE Density (g/cc) ASTM D1505 >0.935 ESCR (hours) ASTM D1693 >1,500 Condition C Low Temp. Brittleness ASTM D746 -45 DegC Procedure B Thickness ASTM D5199/1593 -5 +10 percent and GRI GM8 Tensile Strength ASTM D638 >126 at Yield (ppi) Elongation at Yield ASTM D638 </= 13 percent Tear Resistance (LB) ASTM D1004 Die C >45 Carbon Black (by weight) ASTM D1603 2-3 percent West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775-7 01 01 02 Direct Shear Box ASTM D5321 See 2.02G 02 03 Friction Angle 03 04 04 05 * For smooth and textured FML 05 06 ** Polyethylene resin without carbon black 06 07 *** For 60-mil HDPE 07 O8 08 09 S. Geomembrane liner sheet shall be manufactured to contain 2 to 09 10 3 percent carbon black (by weight); no additives or fillers 10 11 may be added to the resin prior to or during manufacture of 11 12 the geomembrane. 12 13 13 14 B. Geotextiles: 14 15 1. Geotextile materials shall consist of non -woven 15 16 polypropylene, filament material manufactured from virgin, 16 17 first quality resin stabilized for exposure to ultra -violet 17 18 light. 18 19 2. The geotextile shall be manufactured to be free of holes, 19 20 undispersed raw materials, any sign of contamination by 20 21 foreign matter, or variation in thickness of more than 10 21 22 percent. Any such defect shall be cause for rejection of the 22 23 defective geotextile. Minor defects may be repaired in 23 24 accordance with the manufacturer's recommendations if the 24 25 repair is approved by the Engineer. 25 26 3. Geotextile specifications. The geotextile material shall be 26 t 27 meet the following typical specifications. 27 28 28 29 PROPERTY TEST METHOD TEST VALUES 29 30 ________ _=====x=x== ______________ 30 31 31 32 Weight (OZ/SY) ASTM D5261 8 12 32 33 33 34 Puncture Resistance (LB) ASTM D4833 175 215 34 36 Grab Strength (LB) ASTM D5034 270*/300**1335*/370** 36 37 ASTM D5035 1 37 38 1 38 39 AOS (MM) ASTM D-4751 0.212 ( 0.150 39 40 40 41 Permeability (cm/sec) ASTM D-4491 0.34 0.32 41 42 42 43 Direct Shear Box ASTM D5321 See 2.02G 43 44 Friction Angle 44 45 45 46 * Machine direction. 46 47 ** Cross direction. 47 48 48 49 C. Plastic Pipe: 49 50 1. Plastic pipe shall consist of nominal HDPE pipe manufactured 50 51 from virgin, first quality resin and designed and formulated 51 52 specifically for hydraulic transmission in accordance with 52 West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775-8 Section 15065. D. Drainage Layer: 1. The drainage layer will consist of a geotextile wrapped gravel embedment layer around the leachate collection pipe as shown in the Contract Drawings. 2. Gravel used as pipe embedment shall consist of washed rounded river -run gravel meeting the requirements of ASTM C-33 for coarse aggregate. Crushed material will not be acceptable. The gravel should meet the gradation requirements of Size No. 6 (Nominal size 3/4 IN to 3/8 IN) or coarser. In addition, the gravel shall have a permeability of 1 x 10-2 cm/sec or greater (per ASTM D-2434 at field density) and the percent of calcium carbonate by weight shall not exceed 15 percent per ASTM 4373 or J & L Test Designation 5-105-89. 3. Geocomposite drainage layer materials shall conform with 2.02F. E. Protective Soil Cover: 1. The cover may utilize on site soils free of debris and rocks larger than 2 IN in diameter. F. Geocomposite Drainage Layer: 1. Geocomposite: a. Geotextile and geonet, each individually meeting the appropriate specifications, shall be combined to form a geocomposite product. _ b. The geocomposite for sidewall applications shall be manufactured by heat bonding the geotextile to the HDPE drainage net on both sides. No burn through either component will be permitted. No glues or adhesive shall be permitted. c. Geonet shall consist of a non -foamed, extruded HDPE material. The geocomposite drainage layer shall exhibit a minimum hydraulic conductivity of 0.1 cm/sec per ASTM D4716 at a hydraulic gradient of 0.5 and a load of 15,000 psf with granular material on the upper geotextile surface. d. The geocomposite shall exhibit, the following minimum material specification. PROPERTY METHOD VALUE Thickness(mils) ASTM D5199 200 Resin Melt Index(G/10 min) ASTM D1238 0.3 Tensile Strength (lb/ft) ASTM D4595 480 Direct Shear Box Friction Angle ASTM D5321 See 2.02G West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775-9 01 01 02 G. Interface Friction Tests: 02 03 1. Laboratory interface friction tests shall be conducted on the 03 04 geomembrane/geotextile, geonet/geotextile, and geotextile/ 04 05 protective cover soil interfaces using ASTM D 5321. Normal 05 06 stresses used in the testing will be specified by the 06 07 Geotechnical Professional describe in the SLQCP in Appendix 07 OB A. Displacement rates shall be in accordance with ASTM D 08 09 5321 Procedure A for geosynthetic to geosynthetic interfaces 09 10 and Procedure B for soil to geosynthetic interfaces. Soil 10 11 components shall be compacted to the same moisture -density 11 12 requirements specified for full scale field placement and 12 13 saturated prior to shear. All geosynthetic interfaces shall 13 14 be tested in a wet condition. Geosynthetics shall be 14 15 oriented such that the shear force is parallel to the 15 16 downslope orientation of these components in the field. A 16 17 minimum peak interface friction angle of 26 degrees is 17 18 required between materials. 18 19 19 20 2.03 EQUIPMENT AND ACCESSORIES 20 21 21 22 A. Welding Equipment: The Installer shall provide welding equipment 22 23 equipped with gauges showing temperatures at the nozzle 23 24 (extrusion welder) or at the wedge (wedge welder). Equipment 24 25 shall be maintained in adequate number and condition to avoid 25 26 delaying work, and shall be supplied by a power source capable of 26 27 providing constant voltage under a combined -line load. Electric 27 28 generators shall not be placed on the membrane. 28 29 29 30 B. Field Tensionmeter: The Installer shall provide a tensionmeter 30 31 for onsite shear and peel testing of geomembrane seams. The 31 32 tensionmeter shall be in good working order, built to ASTM and/or 32 33 GRI specifications, and accompanied by evidence of recent 33 34 calibration. The tensionmeter shall be motor driven and have 34 35 jaws capable of traveling a measure rate of 2 IN per minute. It 35 36 shall be equipped with a gauge that measures the force in unit 36 37 pounds exerted between the jaws and have digital readout. 37. 38 38 39 C. Punch Press: The Installer shall provide a punch press for the 39 40 onsite preparation of specimens for testing. The press shall be 40 41 capable of cutting specimens in accordance with ASTM-D4437. 41 42 42 43 D. Vacuum Box: The Installer shall provide a vacuum box for onsite 43 44 testing of geomembrane seams. The vacuum box shall have a 44 45 transparent viewing window on top and a soft, close -cell neoprene 45 46 gasket attached to the bottom. The housing shall be rigid and 46 47 equipped with a bleed valve and vacuum gauge. A separate vacuum 47 48 source shall be connected to the vacuum box. The equipment shall 48 49 be capable of inducing and holding a vacuum of 5 psi. 49 50 50 �i 51 E. Pressurized Air Channel Test Equipment: The installer shall 5� 52 provide a hand-held heat device necessary to seal the two ends of 52 West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 5'1 52 02775-10 the air channel and wide mouth vice grips to further lock -off 01 these sealed ends. The sharp, hollow needle with a properly 02 functioning pressure gage will be necessary to insert air into 03 the open channel and monitor its pressure. An air pump, either 04 manual or motor driven, capable of generating and sustaining up 05 to 350 kPa (50 lb/in 2) pressure will also be required. It is 06 always to be placed on an adequate cushion so as not to damage 07 the geomembrane. A flexible hose is used to connect the pump to 08 the air pressure gage and insertion needle. This hose should 09 have a quick connect on its end for disengagement after pressure 10 is supplied to its desired value, i.e., the pump is not to be 11 attached while the air pressure is being monitored. A knife with 12 a hook -type blade must be available in the event that the liner 13 material must be cut or trimmed. 14 15 PART 3 - EXECUTION 16 17 3.01 GEOSYNTHETIC LINER SYSTEM 18 19 A. Geosynthetic Clay Liner: 20 1. The GCL shall be constructed in accordance with Section 21 02775G. 22 23 B. Geomembrane Liner: 24 1. The geomembrane liner shall be constructed, inspected and 25 tested in accordance with this Section and the SLQCP in 26 Appendix A. 27 28 C. Geotextile: 29 1. Care shall be taken to keep the geotextile clean and free 30 from debris prior to installation. If geotextile is not free 31 of soil and debris before installation of the geotextile, it 32 shall be cleaned by the contractor just prior to 33 installation. 34 2. On slopes, the geotextile shall be anchored into a trench as 35 detailed on the contract drawings. 36 3. Adjacent rolls of geotextile shall be overlapped at least 2 37 IN and sewn tightly along the roll length. Roll ends shall 38 be overlapped and sewn in the same manner. 39 4. The Installer shall handle all geotextile rolls in such a 40 manner as to ensure they are not damaged in any way and the 41 following shall be complied with: 42 a. The geotextile shall be positioned by hand if necessary 43 after being unrolled to minimize wrinkles. 44 b. In the presence of wind, all geotextile in place shall be 45 weighted with sandbags or equivalent. Such sandbags 46 shall be installed during placement and shall remain 47 until replaced with cover material. 48 c. Contractor shall place all cover materials in such a 49 manner as to ensure the geotextile and underlying 50 materials are not damaged. 51 S. The geotextile material shall be hand placed on top of the 52 West Texas Region Disposal Facility Phase 1 Construction d 02775-11 01 FML. 01 02 6. Appurtenances. The Contractor shall construct leachate 02 03 collection sumps, leachate system riser pipes, leachate 03 04 collection pipes as shown on the Drawings. 04 05 a. Leachate riser and collection pipes shall be constructed 05 06 of commercially available HDPE pipe which conforms to 06 07 2.02 C.1. These pipes shall not be placed directly on 07 08 top of the geomembrane liner, but shall be placed on a 08 09 layer of geotextile. No pipes are to be directly wrapped 09 10 in a geotextile sleeve. The pipe shall be joined 10 11 continuously, utilizing butt fusion techniques but the 11 12 joints do not need to be constructed leak free. 12 13 b. An HDPE "rub sheet" shall be installed in the sump 13 14 directly over the primary FML as shown in the drawings. 14 15 The sump shall be thoroughly cleaned free of all foreign 15 16 objects prior to rub sheet installation. The rub sheet 16 17 may be a single sheet or scraps welded to form a single 17 18 sheet. 18 19 c. Multiple layers of geotextile and/or geocomposite shall 19 20 be installed directly under the 12" sump and riser pipe 20 21 in the sump. The combined thickness of the geocushion 21 22 layer shall be at least 200 mils and three feet in width 22 23 the entire horizontal length and at least four feet up 23 24 the sideslope of the sump and riser. 24 25 25 26 D. Aggregate Drainage Layer: 26 27 1. Drainage layer fill shall be placed under the direct 27 28 supervision of the installer of the geomembrane liner. The 28 29 Contractor shall utilize care to avoid damage to the 29 30 geomembrane liner. Any damaged geomembrane shall be replaced 30 31 in accordance with manufacturers recommendations. No traffic 31 32 will be permitted on the unprotected geomembrane liners. 32 33 2. The loose thickness of the initial layer of the aggregate 33 34 drainage layer fill shall not be less than 12 IN. Fill shall 34 35 be placed in approximately horizontal layers. 35 36 3. Fill around sumps and riser pipes shall be placed so that 36 37 deflection of the sump or load damage to other structures 37 38 does not occur. 38 39 4. Aggregate drainage layer fill shall not be compacted. It 39 40 should be spread with a smooth track, low earth pressure 40 41 vehicle. 41 42 5. The drainage layer shall be protected from fine soil 42 43 contamination including slope wash down. The contractor 43 44 shall replace the aggregate drainage layer at his expense 44 45 should contamination occur. 45 46 6. The aggregate drainage layer material shall be sampled and 46 47 tested for gradation every 3,000 cubic yards, or portion 47 48 thereof, for each material being used. 48 49 49 50 E. Protective Soil Cover: 50 51 1. Protective soil cover fill shall be placed under the direct 51 52 supervision of the Installer of the geomembrane liner. The 52 West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775-12 Contractor shall utilize care to avoid damage to the 01 geomembrane liner. Any damaged geomembrane shall be replaced 02 in accordance with manufacturers recommendations. No traffic 03 will be permitted on the unprotected composite liner system. 04 2. The loose thickness of the initial layer of the protective 05 drainage layer fill shall not be less than 12 IN and spread 06 with low ground pressure equipment (maximum pressure 8 psi). 07 Fill shall be placed in approximately horizontal layers. 08 3. Fill around sumps and riser pipes shall be placed so that 09 deflection of the sump or load damage to other structures 10 does not occur. 11 4. Protective soil cover fill shall not be compacted. 12 13 F. Geocomposite: 14 1. Care shall be taken to keep the geocomposite clean and free 15 from debris prior to installation. If geocomposite is not 16 free of soil and debris before installation of the 17 geotextile, it shall be cleaned by the contractor just prior 18 to installation. 19 2. On slopes, the geocomposite shall be anchored as detailed on 20 the contract drawings. 21 3. Adjacent rolls of geocomposite shall be overlapped at least 2 22 IN and secured by plastic ties approximately every five (5 23 feet along the roll length. Roll ends shall be abutted and 24 tied in the same manner. Plastic ties shall be white or some 25 other bright color for easy inspection. Metallic ties shall 26 not be allowed. 27 4. The installer shall handle all geocomposite rolls in such a 28 manner as to ensure they are not damaged in any way and the 29 following shall be complied with: 30 a. The geocomposite shall be positioned by hand if necessary 31 after being unrolled to minimize wrinkles. 32 b. In the presence of wind, all geocomposite in place shall 33 be weighted with sandbags or the equivalent. Such 34 sandbags shall be installed during placement and shall 35 remain until replaced with protective cover material. 36 C. Contractor shall place all protective cover materials in 37 such a manner as to ensure the geocomposite and 38 underlying materials are not damaged. 39 d. The overlap of the upper geotextiles between panels 40 should be heat tacked to minimize cover infiltration into 41 the composite geonet. 42 43 3.02 GEOSYNTHETIC LINER AND LEACHATE COLLECTION SYSTEM 44 ACCEPTANCE 45 46 A. Installer shall retain all Ownership and responsibility for the 47 geosynthetic liner and leachate collection system until final 48 acceptance by the Owner. Owner will accept the geosynthetic 49 installation when the installation is finished and all required 50 documentation from the Installer has been received and approved, 51 and verification of the adequacy of all field seams and repairs, 52 West Texas Region Disposal Facility Phase 1 Construction 02775-13 01 including associated testing, is complete. 02 03 04 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 02775G-1 /�•, 01 SECTION 02775G f 02 03 GEOSYNTHETIC CLAY LINER 04 05 PART 1 - GENERAL 06 07 1.01 SUMMARY 08 09 A. Section Includes: 10 1. Geosynthetic Clay Liner/GCL. 11 12 B. Related Sections include but are not necessarily 13 limited to: 14 1. Section 02200 - Earthwork. 15 2. Section 02275 - Geosynthetic Liner and Leachate 16 Collection System. 17 3. Section 15065A - HDPE Pipe. 18 4. The Soil and Liner Quality Control Plan (Appendix 19 A) . 20 21 1.02 QUALITY ASSURANCE 22 23 A. Referenced Standards: 24 1. American Standards for Testing and Materials 25 (ASTM) : 26 a. ASTM D638, Tensile Properties for Plastics. 27 b. ASTM D2216, Moisture Content of Soil. 28 c. ASTM D4595, Tensile Properties of Geotextiles 29 by the Wide Width Strip Method. 30 d. ASTM D4632, Grab Breaking Land of 31 Geotextiles. 32' e. ASTM D5084, Hydraulic Conductivity using 33 Flexible Wall Permeameters. 34 f. ASTM D5199, Nominal Thickness of Geotextiles 35 and Geomembranes. 36 g. ASTM D5261, Mass per Unit Area of 37 Geotextiles. 38 h. ASTM D5321, Coefficient of Soil and 39 Geosynthetic or Geosynthetic and Geosynthetic 40 Friction by the Direct Shear Method. 41 i. ASTM D5890, Well Index of Clay Mineral 42 Component of Geosynthetic Clay Liners. 43 j. ASTM D5891, Fluid Loss of Clay Component of 44 Geosynthetic Clay Liners. 45 k. ASTM D5887, Measurement of Index Flux through 46 Geosynthetic Clay Liner Specimens using 47 Flexible Wall Permeameter. 48 49 2. Geosynthetic Research Institute: 50 a. GRI GCL-1, Swell Measurement of the Clay. 51 Component of GCL's. 52 b. GRI GCL-2, Permeability of Geosynthetic Clay West Texas Region Disposal Facility Phase 1 Construction 02775G-2 O1 Liners. 01 02 02 03 B. Quality Assurance: 03 04 1. Quality assurance will be provided as described 04 05 in the Soil and Liner Quality Control Plan 05 06 (SLQCP) attached to these specifications in 06 07 Appendix A. Any conflicts between this 07 08 specification and the SLQCP shall be resolved by 08 09 the Engineer. 09 10 10 11 C. Qualifications: 11 12 1. Each manufacturing, fabricating and installing 12 13 firm shall demonstrate 5 years continuous 13 14 experience, including a minimum of 10,000,000 SF 14 15 of Manufacture/Fabrication/ Installation, in 15 16 geosynthetic lining systems. Aggregate 16 17 experience shall not apply. 17 18 18 19 1.03 DEFINITIONS 19 20 20 21 A. Manufacturer: Manufacturer produces geosynthetic 21 22 clay liner panels from first quality geotextiles and 22 23 sodium bentonite. The manufacturer is responsible 23 24 for producing panels which comply with this 24 25 Specification. These responsibilities include but 25 26 are not limited to: 26 27 1. Acceptance of the geotextiles, bentonite and 27 28 additives from suppliers/manufacturers and 28 29 testing of these materials to ensure compliance 29 30 with the manufacturer's specifications and with 30 31 this Specification. 31 32 2. Fabrication of the geotextiles and bentonite into 32 33 GCL panels using mixing and extrusion equipment. 33 34 3. Testing of the GCL to ensure compliance with 34 35 manufacturer's specification and this 35 36 Specification. 36 37 4. Shipping of the GCL to Fabricator/Installer 37 38 designated facilities. 38 39 5. Certification of the raw materials and finished 39 40 GCL to comply with this Specification. 40 41 6. Certification of fabricator's and installer's 41 42 training, experience and methods for seaming and 42 43 inspecting GCL installations in compliance with 43 44 manufacturer's standards and with Quality 44 45 Assurance requirements of this Specification 45 46 (Article 1.02). 46 47 47 48 B. Installer: Installers of GCLs are responsible for 48 49 storing, handling, fitting, seaming and testing of 49 50 GCL panels in the field. These responsibilities 50 51 include but are not limited to: 51 52 1. Acceptance (in writing) of the GCL rolls from the 52 West Texas Region Disposal Facility Phase 1 Construction 02775G-3 01 transporter. 01 02 2. Acceptance (in writing) of the soil material 02 03 which will serve as a base for the GCL. This 03 04 acceptance shall precede installation of the GCL, 04 05 and shall state that the installer has inspected 05 06 the surface, and reviewed the Specifications for 06 07 material and placement, and finds all conditions 07 08 acceptable for placement of GCL liners. The 08 09 written acceptance shall explicitly state any and 09 10 all exceptions to acceptance. 10 11 3. Handling, seaming, testing and repair of GCL 11 12 liners in compliance with this Specification and 12 13 with written procedures manuals prepared by the 13 14 installer or the manufacturer. 14 15 4. Repair or replacement of defects in the GCL as 15 16 required by the Inspector or the Owner. 16 17 5. Installer and manufacturer may be the same firm. 17 18 18 19 C. Inspector: Inspectors of GCL liners are responsible 19 20 for observing field installation of the GCL and 20 21 providing the Manufacturer, Installer and Owner with 21 22 verbal and written documentation of the compliance of 22 23 the installation with this specification and with 23 24 written procedures manuals prepared by the 24 25 Manufacturer. Inspectors responsibilities include, 25 26 but are not limited to: 26 27 1. Inspection of material, handling and field 27 28 installation of the GCL liner. Inspection of all 28 29 seams, repairs and test results. 29 30 2. All exceptions to material or installation shall 30 31 be documented by the Engineer in writing within 31 32 48 HRS of discovery. 32 33 33 34 D. Engineer: The Engineer is responsible for design of 34 35 the geosynthetic liner system. 35 36 36 37 E. Owner: Owner designates the party responsible for 37 38 constructing and operating the lined containment 38 39 system. 39 40 40 41 1.04 SUBMITTALS 41 42 42 43 A. Submit for Engineer's and QC Engineer's approval shop 43 44 drawings, including: 44 45 1. GCL liner layout with proposed size, number, 45 46 position and sequencing of liner panels and 46 47 showing the location and width of all field 47 48 seams. 48 49 2. Proposed details for connecting the liner to 49 50 appurtenances in the containment facilities. 50 51 3. Proposed methods of seaming (overlapping) 51 52 adjoining panels. 52 West Texas Region Disposal Facility Phase 1 Construction 02775G-4 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 4. Proposed method and sequencing for placement of the geomembrane liner drainage material on top of the GCL. B. Submit written certifications that: 1. The GCL material delivered to site meets the requirements of this Specification. 2. The GCL liner was installed in accordance with this Specification and with approved shop drawings. 3. The GCL panels were inspected for width and continuity, and passed all inspections and tests. All test and inspection data shall be incorporated into this certification. 4. The installed GCL liner, attachments and appurtenances are warranted to be free of defects in material, manufacturing and workmanship. C. Submit all system components in a single coordinated transmittal. Partial submittals will not be accepted. 1.05 DELIVERY, STORAGE, AND HANDLING A. GCL rolls shall not be placed directly on the ground. The GCL shall be stored and protected from dirt, water, ultraviolet light and other sources of damage. B. Refer to the SLQCP for requirements for additional _ delivery, storage, and handling. C. At all times, the GCL shall be stored and handled in accordance with Manufacturer's recommendations. 1.06- PROJECT/SITE CONDITIONS A. When the weather is of such a nature as to endanger the integrity and quality of the installation whether this is due to rain, high winds, cold temperatures, or other weather elements, the installation of the geosynthethics shall be halted at the direction of, or with the concurrence of, the Owner until the weather conditions are: satisfactory. B. The Contractor shall insure that adequate dust control methods are in effect to prevent the unnecessary accumulation of dust and dirt on geosynthetic surfaces which hamper the efficient field seaming of geosynthethic panels. C. The Contractor shall maintain natural surface water drainage diversions around the work area and provide West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 02775G-5 01 for the disposal of water which may collect in the 02 work area directly from precipitation falling within 03 the area or from inadequate diversion structures or 04 practices. 05 06 D. The Contractor shall be responsible to coordinate the 07 installation of leachate collection lines which shall 08 in accordance with geomembrane Manufacturer's 09 recommendation and as specified in the Contract 10 Documents and shown on the Drawings. 11 12 E. Vehicles will not be allowed on the liner area unless 13 at least 24 IN (2411) of protective soil cover or 12 14 inches of gravel plus 1 foot of protective soil cover 15 have been placed over the liner. 16 17 18 PART 2 - PRODUCTS 19 20 2.01 ACCEPTABLE MANUFACTURERS 21 22 A. Subject to compliance with the Contract Documents, 23 the following Manufacturers are acceptable: 24 1. Geosynthetic Clay Liners: 25 a. CETCO, 1500 W. Shore Drive, Arlington 26 Heights, Illinois 60004. 27 b. National Seal Company, PO Box 1448, 28 Galesburg, Illinois 61402. 29 c. Fluid Systems, 1245 Corporate Blvd. Suite 30 300, Aurora, Illinois 60504. 31 d. GSE Lining Systems, Inc., 1340 East Rickey 32 Road, Houston, Texas 77073. 33 e. Other manufacturers may qualify by providing 34 references for a minimum of 5,000,000 SF of 35 liner installations. 36 37 B. Submit requests for substitution in accordance with 38 Specification Section 01640. 39 40 2.02 MATERIALS 41 42 A. Geosynthetic Clay Liner: 43 1. The active ingredient of the GCL shall be natural 44 sodium bentonite. The bentonite shall be 45 encapsulated between two geotextiles or attached 46 to a geomembrane. 47 2. For side slopes steeper then 7H:lV, the 48 geotextile-back GCL shall be lock -stitched or 49 heat -sealed needle punched with high strength 50 polypropylene thread to provide internal shear 51 strength reinforcing. The internal shear 52 reinforcing mechanism shall resist failure due to West Texas Region Disposal Facility Phase 1 Construction 02775G-6 O1 thread pull-out our long-term creep situations. 01 02 For side slopes steepter than 7H:1V, geotextile 02 03 backing placed against textured FML (geomembrane) 03 04 shall be a non -woven material. 04 05 3. The bentonite shall be continuously adhered 05 06 to both geotextiles to ensure that the bentonite 06 07 will not be displaced during handling, 07 08 transportation, storage and installation, 08 09 including cutting, patching and fitting around 09 10 penetrations. The bentonite sealing compound or 10 11 bentonite granules used to seal penetrations and 11 12 make repairs shall be made of the same natural 12 13 sodium bentonite as the GCL and shall be as 13 14 recommended by the GCL manufacturer. The 14 15 permeability of the GCL overlap seams shall be 15 16 equal to or less than the permeability of the 16 17 body of the GCL sheet. 17 18 4. The Manufacturer shall provide a five (5) year 18 19 warranty to the Owner against manufacturing 19 20 defects. The warranty shall include defective 20 21 product found to be not in compliance with the 21 22 requirements of this specification. 22 23 5. Geomembrane liner specifications. The 23 24 polyethylene liner shall meet the following 24 25 minimum specifications: 25 26 6. Geomembrane-backed GCL's will be considered only 26 27 if appropriate stability calculations are 27 28 provided by the Contractor and approved by the 28 29 Engineer. The geomembrane portion of the GCL 29 30 must meet the specifications described in Section 30 31 02775 for geomembrane liners. 31 32 32 33 B. Interface Friction Tests: 33 34 1. Laboratory interface friction tests shall be 34 35 conducted on the soil subgrade/woven geotextile, 35 36 textured HDPE geomembrane/ non -woven geotextile, 36 37 and GCL bentonite/geotextile interfaces using 37 38 ASTM D 5321. Normal stresses used in the testing 38 39 will be specified by the Geotechnical 39 40 Professional described in the SLQCP in Appendix 40 41 A. Displacement rates shall be in accordance 41 42 with ASTM D 5321 Procedure A for geosynthetic to 42 43 geosynthetic interfaces and Procedure B for soil 43 44 to geosynthetic interfaces. Soil components 44 45 shall be compacted to the same moisture -density 45 46 requirements specified for full scale field 46 47 placement and saturated prior to shear. All 47 48 geosynthetic interfaces shall be tested in a wet 48 49 condition. Geosynthetics shall be oriented such 49 50 that the shear force is parallel to the downslope 50 51 orientation of these components in the field. A 51 52 minimum peak interface friction angle of 26 52 West Texas Region Disposal Facility Phase 1 Construction 02775G-7 01 degrees is required between the soil subgrade, 02 geotextiles and textured geomembrane. The 03 minimum hydrated strength of the GCL should be a 04 friction angle of 5 degrees and cohesion of 400 05 psf. . 06 07 PART 3 - EXECUTION 08 09 3.01 GEOSYNTHETIC CLAY LINER 10 11 A. Geosynthetic Clay Liner: 12 1. The geosynthetic clay liner shall be constructed, 13 inspected and tested in accordance with 14 Manufacturers recommendations, this Specification 15 and the SLQCP in Appendix A. Any conflict in 16 these documents shall be resolved by the 17 Engineer. 18 19 2. The Geotechnical Professional or his 20 representative will inspect and collect samples 21 of GCL to be installed for conformance testing. 22 23 3. Subgrade Preparation: 24 a. The subgrade shall be prepared in a manner 25 consistent with proper subgrade preparation 26 techniques for the installation of 27 geosynthetic materials, the subgrade shall be 28 properly compacted so as not to settle and 29 cause excessive strains in the GCL or other 30 synthetic liner materials. Prior to 31 installation, ensure a surface free of 32 debris, roots, or angular stones larger than 33 3/8 inch. In addition, ensure that the 34 subgrade has been rolled to provide a uniform 35 surface. During installation, ensure that 36 rutting or ravelling is not caused by 37 installation equipment or weathering. 38 39 4. GCL Deployment: Handle GCL in a manner to ensure 40 it is not damaged. 41 42 5. On slopes, anchor the GCL securely and deploy it 43 down the slope in a controlled manner. 44 45 6. Weight the GCL with sandbags or equivalent in the 46 presence of wind. 47 48 7. Cut GCL with a cutter (hook blade), scissors, or 49 other approved device. Protect adjacent 50 materials from potential damage due to cutting of 51 GCL. 52 West Texas Region Disposal Facility Phase 1 Construction 02775G-8 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 8. Prevent damage to underlying layers during placement of GCL. 9. During GCL deployment, do not entrap in or beneath GCL, stones, trash, or moisture that could damage GCL. 10. visually examine entire GCL surface. Ensure no potentially harmful foreign objects, such as needles, are present. 11. Do not place GCL in the rain or at times of impending rain. 12. Do not place GCL in areas of ponded water. 13. Replace GCL that is hydrated before placement of overlying geomembrane or a minimum of 12 inches of approved cover soil. 14. In general, only deploy GCL that can be covered during that day by geomembrane or a minimum of 12 inches of approved cover soil. 15. For needle -punched GCLs, add granular bentonite to the overlapped areas at the manufacturer's specified rate. 16. Overlaps: a. Overlap GCL to the manufacturer's requirements which will vary according to seam location and climatic conditions. In general, no horizontal seams are allowed on side slopes. For needle -punched GCLs, apply granular bentonite to overlapped area at a rate required by the manufacturer. At sumps, overlap GCLs at least l foot. At bottom of collection sumps, unroll an extra layer of GCL on top of previously installed GCL. Avoid placing seams ontop of underlying seams. 17. Defects and Repairs: a. Repair all flaws or damaged areas by placing a patch of the same material 'extending at least 1 foot beyond the flaw or damaged area. For needle -punched GCLs, add granular bentonite to the overlapped edges of the patch at the manufacturer's recommended rate. END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 02930-1 01 95A20 SECTION 02930 02 03 SEEDING AND LANDSCAPING 04 05 06 PART 1 - GENERAL 07 08 1.01 SUMMARY 09 10 A. Section Includes: 11 1. Seeding, sodding and landscape planting: 12 a. Soil preparation. 13 b. Native grass seeding. 14 C. Plants and planting. 15 16 B. Related Sections include but are not necessarily 17 limited to: 18 1. Division 0 - Bidding Requirements, Contract 19 Forms, and Conditions of the Contract. 20 2. Division 1 - General Requirements. 21 3. Section 02260 - Topsoiling and Finished Grading. 22 23 C. Allowances: 24 1. Contractor shall pick-up and deliver tothe site 25 prepaid (by Owner) landscape trees and bushes from 26 the Texas Forest Service as directed by the Owner. 27 28 1.02 QUALITY ASSURANCE 29 30 A. Referenced Standards: 31 1. American Standard for Nursery Stock (ASNS). 32 2. American Society for Testing and Materials 33 (ASTM) : 34 a. D997, Drop Test for Loaded Cylindrical 35 Containers. 36 b. D2028, Standard Specification for Cutback 37 Asphalt. 38 3. Standard Methods of the Association of Official 39 Agricultural Chemists. 40 4. United States Department of Agriculture, (USDA): 41 a. Federal Seed Act. 42 43 1.03 SUBMITTALS 44 45 A. Shop Drawings: 46 1. See Section 01340. 47 2. Product technical data including: 48 a. Acknowledgement that products submitted meet 49 requirements of standards referenced. 50 b. Manufacturer's installation instructions. �'. 51 c. Signed copies of vendor's statement for seed 52 mixture required, stating botanical and West Texas Region Disposal Facility Phase 1 Construction 02930-2 O1 common name, place of origin, strain, 01 02 percentage of purity, percentage of 02 03 germination, and amount of Pure Live Seed 03 04 (PLS) per bag. 04 05 d. Listing of type of cover crop to be used and 05 06 rates and procedures for planting if fall 06 07 planting of Native Grass is anticipated. 07 08 e. Type of herbicide to be used during first 08 09 growing season to contain annual weeds and 09 10 application rate. 10 11 4. Certification: 11 12 a. Certify each container of seed delivered will 12 13 be labeled in accordance with Federal and 13 14 State Seed Laws and equals or exceeds 14 15 Specification requirements. 15 16 5. Other documents: 16 17 a. Copies of invoices for fertilizer used on 17 18 Project showing grade furnished, along with 18 19 certification of quality and warranty. If 19 20 Engineer determines fertilizer requires 20 21 sampling and testing to verify quality, 21 22 testing will be done at Contractor's expense, 22 23 in accordance with current methods of 23 24 Association of Official Agricultural 24 25 Chemists. Upon completion of Project, a 25 26 final check of total quantities of fertilizer 26 27 used will be made against total area seeded. 27 28 If minimum rates of application have not been 28 29 met, Contractor will be required to 29 30 distribute additional quantities to make up 30 31 minimum application specified. 31 32 32 33 1.04 SEQUENCING AND SCHEDULING 33 34 34 35 A. Installation Schedule: 35 36 1. Provide schedule showing when trees, shrubs, 36 37 groundcovers and other plant materials are 37 38 anticipated to be planted. 38 39 2. Show schedule of when lawn type and other grass 39 40 areas are anticipated to be planted. 40 41 3. Indicate planting schedules in relation to 41 42 schedule for irrigation system installation, 42 43 finish grading and topsoiling. 43 44 4. Indicate anticipated dates Engineer will be 44 45 required to review installation for initial 45 46 acceptance and final acceptance. 46 47 47 48 B. Pre -installation Meeting: 48 49 1. Meet with Engineer and other parties as necessary 49 50 to discuss schedule and methods, unless otherwise 50 51 indicated by Engineer. 51 52 52 West Texas Region Disposal Facility Phase 1 Construction 02930-3 01 02 02 PART 2 - PRODUCTS 03 04 2.01 MATERIALS 05 06 A. Seed Quality: Fresh, clean, new -crop seed labeled in 07 accordance with U.S. Department of Agriculture Rules 08 and Regulations under Federal Seed Act in effect on 09 date of bidding. Provide seed of species, 10 proportions, and minimum percentages of purity, 11 germination and maximum percentage of weed seed as 12 specified. Approval of all seed for use shall be 13 based on the accumulative total of PLS specified for 14 each phase of work. 15 16 B. Pasture Seeding: 17 18 BOTANICAL MINIMUM MINIMUM 19 & COMMON PERCENT PERCENT LBS PLS 20 NAME GERM PURITY PER ACRE 21 22 23 Buffalo Grass 90 90 8 24 25 Sideoats and/or 90 98 3.5 26 Blue Gramma 27 28 Green Spangletop 90 95 1.5 29 30 C. Mulch: 31 1. For seeded areas: Clean, seed -free, threshed 32 straw of oats, wheat, barley, rye, beans, 33 peanuts, or other locally available mulch 34 material which does not contain an excessive 35 quantity of matured seeds of noxious weeds or 36 other species that will grow or be detrimental to 37 seeding, or provide a menace to surrounding land. 38 Do not use material which is fresh or excessively 39 brittle, or which is decomposed and will smother 40 or retard growth of grass. 41 42 2. Native grass seeded areas. weed -free hay, 43 excluding brome or bluegrass hay, used on slopes 44 4:1 or greater. 45 46 D. Fertilizer: Commercial fertilizer meeting applicable 47 requirements of State and Federal law. Cyanic 48 compound or hydrated lime not permitted in mixed 49 fertilizers. 50 1. For pasture seeding: 23-9-12 analysis. 51 ,t-., 52 E. Asphalt Binder: Emulsified asphalt per State West Texas Region Disposal Facility Phase 1 Construction 02930-4 O1 specifications may be used if hydroseeding is 01 02 proposed. 02 03 03 04 F. Water: Water free from substances harmful to grass 04 05 or sod growth. Provide water from source approved 05 06 prior to use. 06 07 07 08 G. Plants: 08 09 1. See plant list on Drawings. 09 10 2. Sound, healthy, vigorous, with normal top and 10 11 root systems, free from disease, insect pests or 11 12 their eggs, grown in same or colder climatic zone 12 13 as project. 13 14 a. Nursery grown stock, freshly"dug. No 14 15 heeled -in, cold storage or collected stock. 15 16 Only pre -paid stock from Texas Forest 16 17 Service shall be used on the project. 17 18 b. Species and size as indicated on Drawings. 18 19 19 20 20 21 PART 3 - EXECUTION 21 22 22 23 3.01 SOIL PREPARATION 23 24 24 25 A. General: 25 26 1. Limit preparation to areas which will be planted 26 27 soon after. 27 28 2. Provide facilities to protect and safeguard all 28 29 persons on or about premises. 29 30 3. Verify location and existence of all underground 30 31 utilities. Take necessary precaution to protect 31 32 existing utilities from damage due to 32 33 construction activity. Repair all damages to 33 34 utility items at sole expense. 34 35 4. Provide facilities such as protective fences 35 36 and/or watchmen to protect work from vandalism. 36 37 Contractor to be responsible for vandalism until 37 38 acceptance of work in whole or in part. 38 39 5. Coordinate all work with Section 02441, Drip 39 40 Irrigation. 40 41 41 42 B. Preparation for Seeding, Sprigging, Plugging or 42 43 Sodding: 43 44 1. Loosen surface to minimum depth of 4 IN. Remove 44 45 stones over l IN in any dimension and sticks, 45 46 roots, rubbish, and other extraneous matter. 46 47 2. Prior to applying fertilizer, loosen areas to be 47 48 seeded with a double disc or other suitable 48 49 device if the soil has become hard or compacted. 49 50 Correct any surface irregularities in order to 50 51 prevent pocket or low areas which will allow 51 52 water to stand. 52 West Texas Region Disposal Facility Phase 1 Construction 02930-5 01 3. Distribute fertilizer uniformly over areas to be 02 seeded: 03 a. For lawn -type seeding: 30 LBS per 1000 SF. 04 b. For pasture seeding: 200 LBS per acre. 05 4. Incorporate fertilizer into soil to a depth of at 06 least 2 IN by disking, harrowing, or other 07 approved methods. Remove stones or other 08 substances from surface which will interfere with 09 turf development or subsequent mowing operations. 10 11 C. Native Grass Seeding: 12 1. Seeding without cover crop: Plow areas to be 13 seeded to shallow depth as soon as ground can be 14 worked without clodding. Leave ground fallow 15 until weeds germinate, approximately 3 to 4 weeks 16 later. Disc entire area again to turn over 17 weeds. Disc at least twice prior to planting. 18 Cultipack entire area immediately following final 19 disking. 20 2. Seeding with cover crop: Plant cover crop (4 to 21 8 LBS per acre in rows not exceeding 42 IN width) 22 over all areas to be seeded. (Optimum planting 23 time - June 1 through July 15). Allow cover crop 24 to mature and harvest completely leaving stubble 25 at least 18 IN in field. Field is then ready for 26 seeding of native grasses. 27 3. Leave surface (seedbed) hard to discourage weed 28 growth and erosion. Ground should be undisturbed 29 and uncultivated. 30 31 D. Plantings: 32 1. Plantings to be performed as recommended by the 33 Lubbock Soil and Water Conservation District. 34 35 3.02 INSTALLATION 36 37 A. Lawn -Type and Pasture Seeding: 38 1. Do not use seed which is wet, moldy, or otherwise 39 damaged. 40 2. Perform seeding work from April 20 to May 15 for 41 spring planting, and August 1 to September 15 for 42 fall planting, unless otherwise approved by 43 Engineer. 44 3. Employ satisfactory methods of sowing using 45 mechanical power -driven drills or seeders, or 46 mechanical hand seeders, or other approved 47 equipment. 48 4. Distribute seed evenly over entire area at rate 49 of application not less than 4 LBS (PLS) of seed 50 per 1000 SF, 50 percent sown in one direction, 51 remainder at right angles to first sowing. 52 5. Stop work when work extends beyond most favorable West Texas Region Disposal Facility Phase 1 Construction 02930-6 01 planting season for species designated, or when 02 satisfactory results cannot be obtained because 03 of drought, high winds excessive moisture, or 04 other factors. Resume work only when favorable 05 conditions develop. 06 6. Lightly rake seed into soil followed by light 07 rolling or cultipacking. 08 7. Immediately protect seeded areas against erosion 09 by mulching. Spread mulch in continuous blanket 10 using 1-1/2 tons per acre to a depth of 4 or 5 11 straws. 12 8. Protect seeded slopes against erosion with 13 erosion netting or other methods approved by 14 Engineer. Protect seeded areas against traffic 15 or other use by erecting barricades and placing 16 warning signs. 17 9. Immediately following spreading mulch, anchor 18 mulch using a rolling coulter or a wheatland land 19 packer having wheels with V-shaped edges to force 20 mulch into soil surface, or apply evenly 21 distributed emulsified asphalt at rate of 10-13 22 GAL/1000 SF. SS-1 emulsion in -accordance with 23 ASTM D997 or RC-1 cutback asphalt in accordance 24 with ASTM D2028 are acceptable. If mulch and 25 asphalt are applied in one treatment, use SS-1 26 emulsion with penetration test range between 27 150-200. Use appropriate shields to protect 28 adjacent site improvements. 29 10. If hydroseeding is used, machinery must be - 30 approved, modern, properly equipped and operated 31 by an experienced operator. Seed and fertilize 32 at the rate specified. Use appropriate shields 33 to protect adjacent site improvements. 34 35 E. Native Grass Seeding: 36 1. Planting seasons: 37 a. Warm -season grasses: Late spring or early 38 summer; avoid late summer or fall planting. 39 b. Cool -season grasses: Early spring or early 40 fall, before or after hot weather. 41 2. Seed with a grass drill. Operate drill as near 42 to contour as practical. (A Nisbet grass drill 43 has been proven to be successful in this 44 operation). 45 3. Areas of 1 acre or less may be sown by 46 hand -broadcasting, mixing seed with generous 47 amount of damp sand to ensure even distribution. 48 Harrow or rake seed into ground following seeding 49 to minimum 1/4 IN and maximum 1 IN depth. 50 4. Seed grasses and forbs at rates prescribed in 51 previous table. Minimum seeding rate is 20 52 PLS/SF. West Texas Region Disposal Facility Phase 1 Construction a 02930-7 01 5. If area is seeded without cover crop, protect 01 02 newly seeded areas from erosion by mulching with 02 03 weed -free straw in a continuous blanket using 2 03 04 tons per acre and anchor to ground with rolling 04 05 coulter or a wheatland land packer. 05 06 6. Provide initial watering after installation as 06 07 appropriate for planting conditions. 07 08 08 09 3.03 PLANTING TREES, SHRUBS, AND GROUND COVERS 09 10 10 11 A. Preparation: 11 12 1. Handle plants so that roots or balls are 12 13 adequately protected from breakage of balls, from 13 14 sun or drying winds. Ensure tops or roots of 14 15 plants are not permitted to dry out. 15 16 2. During transportation, protect materials from 16 17 wind and sun to prevent tops and roots from 17 18 drying out. 18 19 3. Protect tops of plants from damage. Plants with 19 20 damaged tops will be rejected. 20 21 4. For purpose of inspection and planting 21 22 identification, attach durable, legible labels to 22 23 bundle or container of plant material delivered 23 24 at the planting site. State correct plant name 24 25 and size of each plant in weather -resistant ink 25 26 on labels. 26 27 5. Do not prune trees and shrubs at nursery. 27 28 28 29 B. Planting Season: 29 30 1. Plant deciduous shade trees and shrubs any time 30 31 the ground is suitable between October 15 and 31 32 June 1. 32 33 2. Plant evergreen material between September 1 and 33 34 June 1. 34 35 3. Plant ground covers between March 15 to June 1. 35 36 4. As recommended by Texas Forest Service. 36 37 37 38 C. Planting Procedure: 38 39 1. Indicate locations of plants for approval by 39 40 Engineer before excavating plant locations. 40 41 2. In event underground construction, utilities, 41 42 obstructions, or rock are encountered in 42 43 excavation of plantings, secure alternate 43 44 locations from Engineer. Make said changes 44 45 without additional compensation. Where tree 45 46 locations fall under existing overhead wires, or 46 47 crowd existing trees, adjust locations as 47 48 directed by Engineer. 48 49 3. Excavate pits and beds as necessary and in 49 50 accordance with American Standard for Nursery 50 51 Stock. Loosen bottom of pits prior to planting. 51 52 Excavation is unclassified, excavate all 52 West Texas Region Disposal Facility Phase 1 Construction 02930-8 01 materials without additional cost. 01 02 4. Tree and shrub pits to be circular in shape with 02 03 vertical sides at least l FT greater in diameter 03 04 than ball diameter. Pit to be of sufficient 04 05 depth to provide 6 IN of planting soil under ball 05 06 when set to natural grade. 06 07 5. Shrub and ground cover beds: 07 08 a. Plant shrubs used in mass plantings in 08 09 individual holes of _required size. Strip all 09 10 sod from among mass planting. 10 11 b. For ground cover beds, remove sod from within 11 12 limits of bed. Add soil amendments as 12 13 specified and mix or rototill with existing 13 14 topsoil to a depth of 6 IN. 14 15 6. Set plants straight or plumb, in locations when 15 16 indicated and at such level that after settlement 16 17 they bear same relationship to finished grade as 17 18 they did in their former setting. Carefully tamp 18 19 planting soil under and around base of balls to 19 20 prevent voids. Remove burlap, rope and wires 20 21 from top of balls. Do not remove burlap from 21 22 sides and bottom of balls. 22 23 7. Backfill plants with planting soil. Tamp to 1/2 23 24 depth of pit and thoroughly water and puddle 24 25 before bringing backfill to proper grade. After 25 26 planting has been completed, flood pit again so 26 27 that backfill is thoroughly saturated and 27 28 settled. 28 29 8. After planting is complete, form a level saucer 3 29 30 IN high around each tree extending to limit of 30 31 plant pit for watering purposes. 31 32 9. Mulch plant pit after saucer has been shaped. 32 33 Mulch to limits of pit and uniformly over ground 33 34 cover beds to a depth of 3 IN. In mass plantings 34 35 of shrubs, mulch entire area uniformly among 35 36 shrubs to a depth of 3 IN. If mulching is 36 37 delayed and soil has dried out, water plants 37 38 thoroughly before spreading mulch. 38 39 10. Staking: Stake trees immediately after planting 39 40 as detailed on Drawings or in accordance with 40 41 Nursery Standards. 41 42 11. Wrap deciduous trees 2 IN or more in caliper by 42 43 neatly overlapping wrapping material between 43 44 ground line and second branch. Place ties at top 44 45 and bottom of wrapping material and not more than 45 46 12 IN apart between top and bottom ties. 46 47 12. Remove dead or damaged branches. Thin deciduous 47 48 material to about two-thirds of initial 48 49 branching. Remove only dead or damaged branches 49 50 from evergreens. 50 51 13. Water plants during planting operations. Water 51 52 each plant a minimum of once each week until 52 West Texas Region Disposal Facility Phase 1 Construction - 02930-9 01 final acceptance. Apply sufficient water to 02 moisten backfill about each plant so that 03 moisture will extend into the surrounding soil. 04 05 3.04 MAINTENANCE AND REPLACEMENT 06 07 A. General: 08 1. Begin maintenance of planted areas immediately 09 after each portion is planted and continue until 10 final acceptance or for a specific time period as 11 stated below, whichever is the longer. 12 2. Provide and maintain temporary piping, hoses, and 13 watering equipment as required to convey water 14 from water sources and to keep planted areas 15 uniformly moist as required for proper growth. 16 3. Protection of new materials: 17 a. Provide barricades, coverings or other types 18 of protection necessary to prevent damage to 19 existing improvements indicated to remain. 20 Repair and pay for all damaged items. 21 4. Replace unacceptable materials with materials and 22 methods identical to the original specifications 23 unless otherwise approved by the Engineer. 24 25 B. Native Grass Seeding: 26 1. Maintain all seeded areas for 2 years after 27 planting is complete. 28 2. Do not mow bed native grass. When weeds are 29 shading out 70 percent of (minimum 6 IN) native 30 grass seed, shred weeds back to height of 31 seedlings with a rotary shredder. Do not allow 32 weeds to exceed a height of 8 IN. 33 3. Herbicide (1/2 to 1 LB active ingredient per 34 acre) may be used to control weed growth after 35 the first year. Do not apply until weeds are 40 36 percent broadleaf, seedlings at least 1 IN high 37 and 2-4 leaf stage. If herbicide is used, apply 38 twice. 39 4. Water according to need to maintain survival of 40 planting. 41 S. Regrade and replant eroded or bare areas evident 42 at end of 2-year period. 43 44 C. Trees and Shrubs: 45 1. Maintenance includes but is not limited to 46 watering when necessary, removing dead or dying 47 branches, removing sprouts and suckers; 48 tightening, repairing or replacing tree stakes 49 and wrapping; maintaining mulch to originally 50 specified depth; and weeding plant beds and pits. 51 2. Remove and replace all new plants supplied, which 52 are impaired, dead, or dying during l year from West Texas Region Disposal Facility Phase 1 Construction 02930-10 O1 initial acceptance. 02 3. Engineer will review completed planting for 03 acceptability of installation. Approval of 04 planting denotes initial acceptance and the. 05 beginning of the maintenance period. 06 4. Maintenance will be required for transplanted 07 material. 08 5. Maintenance period extends from start of 09 transplanting operations through first full 10 growing season. 11 6. Transplanted material will not be subject to 12 replacement unless they were unacceptably 13 maintained as specified for new trees and shrubs. 14 15 END OF SECTION West Texas Region Disposal Facility Phase 1 Construction 03001-1 01 SH18, 7J17 SECTION 03001 02 03 CONCRETE 04 05 PART 1 - GENERAL 06 07 1.01 DEFINITIONS 08 09 A. Definitions: 10 1. Normal weight concrete: Concrete for which 11 density is not a controlled attribute. 12 2. Formwork: Total system of support for freshly 13 placed concrete including mold or sheathing which 14 contacts concrete as well as supporting members, 15 hardware, and necessary bracing. 16 3. Exposed construction: Concrete surfacer seen by 17 the public from eye level from any walking 18 surface in a public location after completion of 19 building. 20 4. Public location: Building areas accessible to 21 public and employees not responsible for 22 maintenance. Storerooms, unfinished space and 23 large mechanical rooms are considered public 24 locations. Equipment closets, elevator and 25 mechanical penthouses are not public space. 26 5. ASTM: American Society of Testing Materials; 27 1916 Race Street, Philadelphia, PA 19103. 28 6. ACI: American Concrete Institute, Box 19150, 29 Redford Station, Detroit, Michigan 48219. 30 31 1.02 QUALITY ASSURANCE 32 33 A. ASTM designated specifications for material quality 34 and test methods appear throughout this 35 specification. The serial designation prefixed with 36 ASTM shall identify the specification which shall be 37 a part of this specification. 38 39 B. Standards for concrete work: Comply with applicable 40 provisions of following ACI publications except as 41 otherwise indicated. 42 1. ACI 301-84 "Specifications for Structural 43 Concrete for Buildings". 44 2. ACI 347-78 "Recommended Practice for Concrete 45 Formwork. 46 3. ACI 304-73 "Recommended Practice for Measuring, 47 Mixing, Transporting, and Placing Concrete". 48 49 C. Concrete mix design: Employ and pay for testing 50 agency acceptable to Architect and Owner to perform 51 materials evaluation, testing and design of concrete 52 mixes. West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 11 12 13 14 03001-2 01 1. Certificates, signed by material producer and 02 Contractor, may be submitted in lieu of material 03 testing when approved by Architect. 04 05 D. Concrete testing: Owner will employ a testing 06 laboratory to perform routine testing and evaluation 07 of concrete delivered to jobsite. 08 09 E. Contractor shall assist with temporary storage of 10 test cylinders at jobsite. 11 12 1.03 SUBMITTALS 13 14 A. Shop drawings: 15 1. Reinforcing shop drawings shall be of sufficient 16 detail to permit placement in the field without 17 reference to Contract Drawings. 18 19 B. Product data: 20 1. Concrete mix designs: 21 a. Submit the following data for each concrete 22 mix proposed for use: 23 (1) Proportions of materials. 24 (2) Slump. 25 (3) Air entrainment. 26 (4) Seven and 28 day compression test 27 results of trail mixes or standard 28 deviation analysis of an established mix. 29 b. Submit source and certification or proof of 30 quality (and compatibility of admixtures) for 31 each of the constituents of the proposed 32 concrete mixes. Compatibility of admixture 33 must be certified. 34 (1) Cement. 35 (2) Aggregate. 36 (3) Water. 37 ( 4 ) Admixtures: 38 (a) Air entraining admixture. 39 (b) High -range water reducer. 40 (c) Fly ash. 41 (d) Other. 42 c. Review and approval of mix designs by 43 Architect does not relieve the Contractor of 44 his responsibility to provide concrete of the 45 quality and strengths required by the 46 Contract Documents. The Architect's approval 47 is contingent upon satisfactory performance 48 and strengths being achieved in the field. 49 50 -51 PART 2 - PRODUCTS 52 West Texas Region Disposal Facility Phase 1 Construction y 03001-3 01 2.01 MATERIALS O1 02 02 03 A. Portland cement: ASTM-C150, Type I or Type III. 03 04 04 05 B. Aggregates for normal weight concrete: ASTM-C33; 05 06 aggregates must be from a source approved by Texas 06 07 State Highway Department for use in bridge concrete. 07 08 08 09 C. Water: Clean, free of oils, acids, organic matter. 09 10 10 11 D. Admixtures, air -entraining: ASTM-C260. 11 12 12 13 E. Water -reducing, retarding, and accelerating 13 14 admixtures: ASTM-C494. 14 15 15 16 F. Calcium chloride and admixtures containing calcium 16 17 chloride are not permitted. 17 18 18 19 G. Pozzolanic admixtures including fly ash: ASTM-C618, 19 20 Class 20 21 21 22 H. Samples shall be obtained, prepared, and tested in 22 23 accordance with ASTM-C311. 23 24 24 25 I. Vapor barrier: Clear 6 mil thick polyethylene or 25 26 polyethylene -coated barrier paper. 26 27 1. Tape: 4 IN wide polyethylene or 3 IN wide 27 28 laminated foil and kraft paper tape. 28 29 29 30 J. Curing compound: ASTM-C309, Type 1-D compatible with 30 31 finishing materials to be applied to substrate. 31 32 32 33 K. Formwork materials: 33 34 1. Exposed concrete surfaces: Acceptable panel -type 34 35 to provide continuous, straight, smooth finish. 35 36 Use largest practical sizes to minimize form 36 37 joints. 37 38 2. Unexposed concrete surfaces: Suitable material, 38 39 dressed on edges and sides for tight fit. 39 40 40 41 L. Reinforcing materials: 41 42 1. Reinforcing bars: ASTM-A615, Grade-60. 42 43 2. Welded wire fabric: ASTM-A185. 43 44 3. Weldable reinforcement: ASTM-A706, Grade-60. 44 45 45 46 2.02 PROPORTIONING CONCRETE MIXES 46 47 47 48 A. General: 48 49 1. The Contractor and concrete supplier have the 49 50 responsibility to provide concrete, in -place, 50 51 which satisfies all the requirements listed in 51 52 the following table. The Contractor and concrete 52 West Texas Region Disposal Facility Phase 1 Construction 03001-4 01 supplier also have the responsibility to adjust 02 the concrete mixes, as needed, to: 03 a. Correct for nonconformance. 04 b. Correct for a variation in the quality of a 05 constituent. 06 c. Compensate for extreme conditions in the 07 field. 08 09 B. Concrete proportions shall be established by any of 10 the proportioning methods described in ACI-301 11 guidelines. West Texas Region Disposal Facility Phase 1 Construction 03001-5 01 Concrete Properties Table O1 f r 02 02 03 .................................................................03 04 :Use :28 :Dry :Max. :Air:Super:Max. :Max. :Cement :04 05 :day :Unit :Agg. :WIC :Slump: ..... ..... :05 06 :str. :Wt. :Size :Ratio:(IN) :Type :PCY :06 07 . (KSI) (PCF) : (IN) :07 08 .......................... .....................................:08 09 :All :4.0 :3/4 to: 5 :0.45 4 I :580 :09 10 :Concrete :1 :10 11 .... ..................... ....................................:11 12 :Fill :4.0 :3/8 5 Yes :0.40 8 I :560 :12 13 :Masonry :13 14 :Voids :14 15 ............ ................... ................................. :15 West Texas Region Disposal Facility Phase 1 Construction 03001-6 01 02 C. Instructions for use of Table: 03 1. Use: Contractor shall provide a concrete mix 04 with properties indicated in locations identified 05 in "use" column. 06 2. 28 day strength: Minimum 28-day compressive 07 strength to be provided in the field. Laboratory 08 mix design strengths must exceed this strength by 09 the appropriate amount per AC1-301. Determine 10 strength in accordance with ASTM-C192 and 11 ASTM-C39. 12 3. Unit weight: Normal weight concrete. 13 4. Maximum Aggregate Size: Maximum size of course 14 aggregate determined in accordance with ASTM-C33 15 for normal weight concrete and ASTM-C330 for 16 light weight concrete. Mixes are designated 3/4 17 or 1, permitting the contractor/ supplier an 18 option. 19 5. Air: Required percentage of entrained and 20 entrapped air as measured by ASTM-C231, 21 ASTM-C173, or ASTM-C138, as appropriate. 22 Tolerance of air content as delivered is +/- 23 1-1/2 percent. 24 6. Super: Super Plasticizer or High Range Water 25 Reducer shall be provided in mixes indicated. 26 Contractor, at his option, may elect to use Super 27 Plasticizer in other mixes to improve workability 28 or permit pumping. 29 7. Maximum W/C Ratio: Maximum ratio of pounds of 30 water to pounds of cementitious material 31 permitted in the concrete mix. 32 8. Maximum Slump: 33 a. When Super Plasticizer is not used, a 34 tolerance of up to 1-inch above maximum 35 indicated is allowed, provided the average of 36 5 consecutive batches does not exceed the 37 indicated amount by more than a 1/ 2-inch. 38 b. When Super Plasticizer is used, the slump 39 indicated is after dosing. A tolerance of +l 40 1/2 inches and -1 inch is permitted for each 41 batch. Slump tolerance prior to dosing shall 42 be + 1/2 IN and -1 IN from slump of design 43 mix. 44 c. Determine slump in accordance.with ASTM-C143. 45 9. Cement: 46 a. Type: Provide cement type indicated. 47 b. PCY: Minimum cement content in pounds per 48 cubic yard to be provided in the mix. 49 Increase cement content if necessary to 50 satisfy the strength and slump requirements 51 listed for the mix. At his option, the 52 contractor/supplier may use fly ash for West Texas Region Disposal Facility Phase 1 Construction 03001-7 01 partial replacement of cement. Each pound of 02 cement removed shall be replaced with one and 03 a half pounds of fly ash. Maximum amount of 04 cement replaced shall not exceed 20t of the 05 minimum content listed for the mix. 06 07 08 PART 3 - EXECUTION 09 10 3.01 MIXING AND DELIVERY 11 12 A. Batch, mix and transport concrete in accordance with 13 ASTM-C94. 14 15 B. Batch and mix admixtures in accordance with 16 manufacturer's instructions. 17 18 3.02 VAPOR BARRIER 19 20 A. Place continuous vapor barrier over subgrade material 21 to receive concrete slab. 22 1. Lap vapor barrier 3 IN at ends and.edges of 23 sheets and seal with vapor barrier tape. 24 2. Extend to extremities of area. 25 3. Turn up at perimeter walls to form bond breaker 26 and tape in place. 27 28 B. Protect vapor barrier. Repair punctures, tears and 29 other damage using vapor barrier tape prior to 30 placing concrete. 31 32 C. Trim excess material after slab is placed. 33 34 3.03 FORMWORK AND REINFORCEMENT 35 36 A. Rough forms: Rough form finish may be provided for 37 concrete surfaces covered with earth and not exposed 38 to public view. Ordinary form facing material may be 39 used for rough form work. 40 41 B. Smooth forms: Use smooth forms for interior and 42 exterior concrete surfaces exposed to view. Interior 43 surfaces may be painted. Use a plastic coated 44 plywood or plastic liner to produce a hard, smooth 45 uniform finish on the concrete. Arrange form joints 46 and snap -tie holes to produce a repeating, orderly 47 pattern with the number of seams kept to a practical 48 minimum. Seams shall be sealed to prevent leakage of 49 mortar. Support form facing with framing and backing 50 capable of preventing visible form deflection. 51 52 C. Clean, adjust and seal forms prior to concrete West Texas Region Disposal Facility Phase 1 Construction 03001-8 O1 placement. 02 03 D. Remove excess form release materials to avoid visible 04 residue on concrete surface. 05 06 E. Tighten forms to eliminate mortar leaks. 07 08 F. Accurately position, support and secure reinforcement 09 and other cast -in items against displacement when 10 placing concrete. 11 12 G. Locate and support with chairs, runners, spacers and 13 hangers, as required. 14 15 H. Set wire ties so ends are directed into concrete. 16 17 I. Install welded wire fabric in maximum practicable 18 sizes. 19 20 J. Lap sides and ends at least one mesh. 21 22 K. Provide construction, isolation, and control joints 23 as indicated or required. 24 25 L. Place construction joints so as to not impair 26 strength and appearance of structure in locations 27 approved by Architect. 28 29 M. Locate isolation and control joints in slabs on grade 30 to stabilize differential settlement and random 31 cracking. 32 33 N. Set and build in anchorage devices and other embedded 34 items required for other work that is attached to, or 35 supported by concrete. 36 37 O. Use setting diagrams, templates and instructions for 38 locating and setting. 39 40 3.04 PLACING CONCRETE 41 42 A. Place concrete in compliance with ACI 304. 43 44 B. Place in a continuous operation within planned joints 45 or sections. 46 47 C. Begin placement when work of other trades affecting 48 concrete is completed. 49 50 D. Consolidate concrete using mechanical vibrators 51 supplemented with hand rodding and tamping, so that 52 concrete is worked around reinforcement and embedded West Texas Region Disposal Facility Phase 1 Construction 03001-9 �,•,. 01 items into parts of forms. 02 03 E. Protect concrete from physical damage or reduced 04 strength due to weather extremes. 05 1. In cold weather comply with ACI 306. 06 2. In hot weather comply with ACI 305. 07 08 3.05 FIELD QUALITY CONTROL 09 10. A. Owner will employ and pay for services of a concrete 11 testing laboratory to perform testing of concrete 12 placed during construction. 13 1. Contractor to cooperate with Owner in obtaining 14 and testing samples. 15 16 B. Tests during construction: 17 1. Strength test - procedure: 18 a. Three cylinders, 6 IN DIA x 12 IN high, will 19 be taken from each sample per ASTM C172 and 20 C31. 21 b. Cylinders will be tested per ASTM C39: 22 (1) One at 7 days. 23 (2) Two at 28 days. 24 2. Strength test - frequency: 25 a. Not less than one test each day concrete 26 placed. 27 b. Not less than one test for each 50 CY or 28 major fraction thereof placed in one day. 29 c. Not less than one test for each type of 30 concrete poured. 31 d. Not less than one test for each concrete 32 structure exceeding 2 CY volume. 33 3. Slump test: Per ASTM C143. 34 a. Determined for each strength test sample. 35 b. Additional slump tests may be taken. 36 4. Air content: Per ASTM C231, C173, and C138. 37 a. Determined for each strength test sample. 38 5. Temperature: Determined for each strength test 39 sample. 40 41 C. Evaluation of tests: 42 1. Strength test results: Average of 28-day 43 strength of two cylinders from each sample. 44 a. If one cylinder manifests evidence of 45 improper sampling, molding, handling, curing 46 or testings, strength of remaining cylinder 47 will be test result. 48 b. If both cylinders show any of above defects, 49 test will be discarded. 50 51 D. Acceptance of concrete: 52 1. Strength level of each type of concrete shall be West Texas Region Disposal Facility Phase 1 Construction 03001-10 O1 considered satisfactory if both of the following 02 requirements are met: 03 a. Average of all sets of three consecutive 04 strength tests equals or exceeds the required 05 specified 28-day compressive strength. 06 b. No individual strengthtestfalls below the 07 required specified 28-day compressive 08 strength by more than 500 psi. 09 10 3.06 CURING 11 12 A. Begin curing as soon as free water has disappeared 13 from exposed surfaces. 14 15 B. Keep moist for 72 hours. 16 17 C. Continue curing by use of moisture retaining cover or 18 membrane forming curing compound. 19 20 D. Cure formed surfaces by moist curing until forms are 21 removed. 22 23 E. Provide protection as required to prevent damage to 24 concrete. 25 26 3.07 PATCHING AND FINISHING 27 28 A. Tolerances: 29 1. Class A 1/8 IN in 10 FT. 30 2. Class B 1/4 IN in 10 FT. 31 32 B. Rough form finish: 33 1. Patch defects and tie holes. Chip or ruboff fins 34 exceeding 1/4 IN in height. Otherwise, leave 35 surfaces with texture imparted by forms. 36 37 C. Smooth form finish: Remove forms and perform 38 following work on walls and beam sides within the 39 next day after placement. 40 1. Painted surfaces: Remove fins completely and 41 grind smooth. Bushhammer and grind misaligned 42 joints. With grout colored to match adjacent 43 concrete, patch tie holes and areas of poor 44 consolidation or mortar leakage and rub with 45 carborundum bricks until uniform color and 46 texture is produced. 47 2. Unpainted surfaces: Perform work as outlined for 48 painted surfaces. In addition, provide a smooth 49 rubbed finish over entire concrete surface no 50 later than a day following form removal. Wet 51 surfaces and rub with carborundum brick or other 52 abrasive until uniform color and texture are West Texas Region Disposal Facility Phase 1 Construction 03001-11 01 produced. Use no cement grout other than cement 01 02 paste drawn from concrete itself by rubbing 02 03 process. 03 04 04 05 D. Slab trowel finish: 05 06 1. Apply steel trowel finish to monolithic slab 06 07 surfaces that are exposed to view or are to be 07 08 covered with resilient flooring or other thin 08 09 film coating. 09 10 2. Consolidate concrete surface by troweling, free 10 11 of trowel marks, uniform in texture and 11 12 appearance. 12 13 3. Finish concrete to maximum tolerance of 1:500. 13 14 14 15 END OF SECTION 15 West Texas Region Disposal Facility Phase 1 Construction 03450-1 01 7F20, 7J20 SECTION 03450 02 03 ARCHITECTUR.AL PRECAST CONCRETE 04 05 PART 1 - GENERAL 06 07 1.01 GENERAL 08 09 A. This section to be coordinated with Section 04220, 10 Concrete Masonry. 11 12 1.02 QUALITY ASSURANCE 13 14 A. Material standards: 15 1. ASTM-A108: Standard Quality Cold -Finished Carbon 16 Steel Bars. 17 2. ASTM-A123: Zinc (Hot Galvanized) Coatings on 18 Products Fabricated from Rolled, Pressed, and 19 Forged Steel Shapes, Plates, Bars and Strip. 20 3. ASTM-A185: Welded Steel Wire Fabric for Concrete 21 Reinforcement. 22 4. ASTM-A496: Deformed Steel Wire for Concrete 23 Reinforcement. 24 5. ASTM-A615: Deformed and Plain Billet -Steel Bars 25 for Concrete Reinforcement. 26 6. ASTM-C33: Concrete Aggregates. 27 7. ASTM-C150: Portland Cement. 28 8. ASTM-C260: Specifications for Air -Entraining 29 Admixtures for Concrete. 30 31 B. Testing standards: 32 1. ASTM-C39: Compressive Strength of Cylindrical 33 Concrete Specimens. 34 2. ASTM-C97: Tests for Absorption and Bulk Specific 35 Gravity of Natural Building Stone. 36 3. ASTM-C236: Test Method for Steady -State Thermal 37 Performance of Building Assemblies by Means of a 38 Guarded Hot Box. 39 4. ASTM-C231: Test for Air Content of Freshly Mixed 40 Concrete by Pressure Method. 41 42 C. Manufacturer qualifications: 43 1. More than 5 years successful experience in 44 manufacturing architectural precast concrete 45 similar to units required. 46 2. Have sufficient production capacity and 47 experienced personnel to produce required units 48 without causing delay in work. 49 3. Manufacturers desiring approval comply with 50 Document 00440. 51 52 D. Architect has right to make shop inspections of West Texas Region Disposal Facility Phase 1 Construction 03450-2 01 manufacturing procedures and of units. 01 02 1. Provide access and facilities for such 02 03 inspections. 03 04 04 05 E. Discontinue manufacture of rejected units until 05 06 defects in materials or workmanship have been 06 07 corrected and approval given to proceed. 07 08 08 09 F. Comply with or exceed requirements of PCI Manual for 09 10 Quality Control for Plants and Production of 10 11 Architectural Precast Concrete Products. 11 12 12 13 G. Testing: Employ and pay for independent testing 13 14 laboratory to perform tests. When approved by 14 15 Architect, and manufacturer has indicated proof of 15 16 reliable and adequate testing facilities, precast 16 17 manufacturer may perform tests. 17 18 1. Before production of units make, cure, and test 18 19 one set of cylinders and cubes for each type of 19 20 concrete required. 20 21 2. Make cylinders and cubes of same design mix and 21 22 materials as proposed for use in 'actual 22 23 production of units. Test cubes for water 23 24 absorption in accordance with ASTM-C97. 24 25 3. During production of units, make, cure and test 25 26 one set of cylinders for each 50 CY of concrete, 26 27 but not less than one set for each day's pour. 27 28 4. Make sets of 3 standard 6 x 12 IN cylinders. 28 29 5. Cure cylinders in same manner as precast units 29 30 they represent. 30 31 6. Test cylinders in accordance with ASTM-C39. One 31, 32 at 7 days and 2 at 28 days. 32 33 7. Test for air content each time cylinders are 33 34 made, in accordance with ASTM-C231. 34 35 35 36 H. Tolerances for manufacturing: 36 37 1. Manufacture so faces exposed to view after 37 38 erection comply with following dimensional 38 39 requirements. 39 40 a. Warpage: One corner out of plane of other 40 41 three (1 in 200) from nearest adjacent 41 42 corner. 42 43 b. Bowing: (Length of Bow/360) to maximum of 43 44 3/4 IN. 44 45 c. Differential bowing between adjacent members: 45 46 1/4 IN. 46 47 d. Alignment of ribbedmembers: 47 48 (1) 3/16 IN up to 40 FT. 48 49 (2) 1/4 IN in 40 FT or more. 49 50 e. Overall height and width: 50 51 (1) 10 FT or under: Plus/minus 1/8 IN. 51 52 (2) 10 FT to 20 FT: Plus 1/8 IN, minus 3/16 52'� West Texas Region Disposal Facility Phase 1 Construction 03450-3 01 IN. 02 (3) 20 FT to 30 FT: Plus 1/8 IN, minus 1/4 03 IN. 04 (4) Each additional 10 FT: Plus/minus (1 in 05 2000) to maximum 1/16 IN. 06 f. Thickness: Plus 1/4 IN, minus 1/8 IN. 07 g. Rib thickness, rib to edge of flange, 08 distance between ribs: Plus/minus 1/8 IN. 09 h. Angular deviation of plane of side mold: (1 10 in 100) to maximum 1/16 IN. 11 i. Deviation from square: 12 (1) In any length: (1 in 600). 13 (2) Maximum: 1/4 IN. 14 j. Blockouts and openings within 1 unit: 15 Plus/minus 1/4 IN. 16 k. Haunches: Plus/minus 1/4 IN. 17 1. Haunch bearing surface deviation: 1/8 IN. 18 m. Difference in relative position of adjacent 19 haunch bearing surface: 1/4 IN. 20 n. Dimensions not listed above: In any length: 21 (1 in 2000) to maximum 1/8 IN. 22 23 I. Tolerances for erection: 24 1. Maximum equal to maximum specified for structural 25 frame. 26 27 2. Clearances between precast and structural frame: 1-1/2 IN minimum. 28 3. Joints: 29 a. Face width: Plus/minus 3/16 IN. 30 b. Taper in any length: (1 in 500) to maximum 31 1/4 IN. 32 c. Step in face: 1/4 IN. 33 d. Jog in alignment of edge: 1/4 IN. 34 35 J. Design responsibility and criteria: 36 1. Design units in compliance with ACI 318-83. 37 2. Design units and connections to satisfy 38 requirements of applicable building codes. 39 a. Wind pressure. 40 b. Dead load of unit plus superimposed loads. 41 c. Erection forces. 42 d. Temperature and shrinkage stresses. 43 3. Provide engineering design and calculations, 44 performed by registered Professional Engineer, 45 licensed in State of Texas and bearing his seal,. 46 as part of this work. 47 4. Show, by engineering calculations, embedded 48 connections can adequately support anticipated 49 loads. When approved by Architect, load tests 50 may be substituted for calculations. 51 5. Design, detail and provide internal reinforcing 52 and embedded connection hardware, whether or not West Texas Region Disposal Facility Phase 1 Construction 03450-4 O1 indicated, for precast units. 02 6. Design, detail and provide connection hardware 03 and anchors in cast -in place concrete associated 04 with precast unit connections. 05 7. Reinforce units with welded wire fabric or 06 reinforcing bars as needed to satisfy design 07 criteria or provide following minimum 08 reinforcing, whichever is greater: 09 a. Unit thickness up to 4 IN: 4 x 4 - W4.0 x 10 W4.0. 11 b. Unit thickness over 4 IN: 2 layers 4 x 4 - 12 W4.0 x W4.0. 13 8. When unit is supported from rigid base design 14 connections to permit reasonable amount of 15 independent vertical movement of structural 16 frame. 17 9. Attach connections placing lateral loads on 18 structural members to elements capable of safely 19 resisting forces without reinforcing, unless such 20 reinforcing is provided by erector at no 21 additional cost to Owner and in manner acceptable 22 to Architect, unless detailed and accommodated 23 otherwise. 24 10. Design units and connections to load supporting 25 steel sections at centerline of web creating no 26 torsion in supporting member unless detailed 27 otherwise. 28 29 1.03 SUBMITTALS - 30 31 A. Shop drawings: 32 1. For review of interface between architectural 33 precast and building structural frame: 34 a. Unit dimensions including blockouts; 35 profiles, joints, arrangement of units; 36 details of special designs or shapes. 37 b. Connection locations and loads. 38 c. Location and size of reinforcing and embedded 39 plates, inserts and anchors. 40 d. Details and location of hardware. 41 (1) Installed in cast -in -place concrete. 42 e. Erection and lifting insert location and 43 type. 44 45 B. Samples: 46 1. Before fabrication three, 12 x 12 x 2 IN, samples 47 of precast concrete unit for approval of 48 appearance. 49 a. Label samples to indicate name of project; 50 fabricator; finish; type, color and source of 51 cement and aggregate. 52 2. Before fabrication, one full-sized sample of West Texas Region Disposal Facility Phase 1 Construction 03450-5 �* 01 precast concrete unit for review of appearance. 01 4 02 a. After Architect's review, approved samples 02 03 may be incorporated in work, and serve as 03 04 standard of comparison for other units. 04 05 05 06 C. Project information: 06 07 1. Test reports. 07 08 2. Engineering design calculations. 08 09 3. Certification calculations have been prepared by 09 10 a Professional Engineer, licensed in State of 10 11 Texas. 11 12 12 13 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING 13 14 14 15 A. Deliver to site in quantities and at times to ensure 15 16 continuity of installation. 16 17, 17 18 B. Store and handle to ensure against cracking, 18 19 distortion, staining, or other damage. 19 20 20 21 1.05 JOB CONDITIONS 21 22 22 23 A. Before fabrication installation, check dimensions, 23 24 and inspect supporting structure for tolerances, 24 25 conditions or surfaces, which may interfere with or 25 26 prevent a satisfactory installation. 26 27 1. Do not proceed until defects and conditions are 27 28 corrected. 28 29 2. Start of installation constitutes acceptance of 29 30 surfaces and conditions. 30 31 31 32 32 33 PART 2 - PRODUCTS 33 34 34 35 2.01 MATERIALS 35 36 36 37 A. Acceptable manufacturers: 37 38 1. Architectural precast concrete: 38 39 a. Base: 39 40 (1) Coreslab. 40 41 2. Flashing reglets: 41 42 a. Base: 42 43 (1) Fry Reglet. 43 44 3. Rust -inhibitive paint: 44 45 a. Base: 45 46 (1) Tnemec. 46 47 (2) ZRC Products. 47 48 4. Other materials listed: Base as indicated. 48 49 5. Other manufacturers desiring approval comply with 49 50 Document 00440. 50 51 a. Three, 12 x 12 x 2 IN, samples of precast 51 52 concrete for review of appearance. Label 52 West Texas Region Disposal Facility Phase 1 Construction 03450-6 O1 samples to indicate name of project; 02 fabricator; finish; type, color and source of 03 cement and aggregate. 04 05 B. Architectural precast concrete: 06 1. Match sample at job site and office of Architect. 07 08 C. Water: Clean, fresh, free from oil, acid, organic 09 matter or other deleterious substances; potable. 10 it D. Admixtures, air -entraining: ASTM-C260. 12 13 E. Welded wire reinforcing: ASTM-A185. 14 15 F. Reinforcing bars: Welded: ASTM-A706/706M; 16 nonwelded: ASTM-A615, grade 60. 17 1. When concrete cover on exterior face is less than 18 1-1/2 IN or interior face is less than 3/4 IN, 19 use galvanized reinforcing. Otherwise, uncoated 20 reinforcing may be used. 21 22 G. Galvanizing: 23 1. Reinforcing bars: ASTM-A123 applied after 24 welding. 25 2. Wire mesh: Coating G60. 26 27 H. Flashing reglets: Polyvinyl chloride 0.06 IN thick 28 similar to Type B-4 by Superior Concrete Accessories 29 or Fry Reglet. 30 31 I. Metal anchors, inserts and anchorages: 32 1. Galvanized per ASTM-A123. 33 2. Provide, as part of precast work, embedded 34 inserts and anchorage items necessary for 35 attachment of units to supporting and adjacent 36 work. 37 3. Coordinate locations of embedded items with work 38 of other trades. 39 40 J. Sealants: As specified in Section 07900. 41 42 K. Rust -inhibitive paint: Tnemec 1190-97" or ZRC 43 Products, "ZRC Compound". 44 45 2.02 MIX DESIGNS 46 47 A. Provide concrete having compressive strength not less 48 than 5000 PSI at 28 days. 49 50 B. Provide concrete containing air -entraining admixture 51 producing air content between 6 and 8 percent 52 including entrapped air. West Texas Region Disposal Facility Phase 1 Construction 03450-7 01 01 02 2.03 FABRICATION 02 03 03 04 A. Provide architectural precast concrete unit sizes and 04 05 shapes as indicated. 05 06 06 07 B. Provide connection items, anchors, angles, plates, 07 08 and other items secured to or embedded in precast or 08 09 other work and necessary to support and anchor 09 10 precast units. 10 11 11 12 C. Provide clip angles, bolts, washers, shims, nuts, and 12 13 other accessories necessary for attachment of units 13 14 to structure or other work. 14 15 15 16 D. Perform welding in compliance with American Welding 16 17 Society AWS D1.1 and AWS D1.4. 17 18 1. For welding use E70 electrodes complying with AWS 18 19 A5.1. 19 20 2. Employ certified welders to perform welding. 20 21 21 22 E. Headed studs or deformed bar anchors: 22 23 1. Headed studs having minimum tensile strength of 23 24 60,000 PSI, minimum yield strength of 52,000 PSI, 24 25 ASTM-A108. 25 26 2. Deformed bar anchors having minimum tensile 26 27 strength of 80,000 PSI, minimum yield strength of 27 28 70,000 PSI, ASTM-A496. 28 29 29 30 F. Weld studs and anchors to steel using automatic gun 30 31 welding applicator, in accordance with manufacturer's 31 32 instructions. 32 33 33 34 G. Provide units having mitred joints with 3/4 IN quirk 34 35 at external angles. 35 36 36 37 H. Mark each unit for identification and date of 37 38 casting. 38 39 39 40 2.04 FINISHES 40 41 41 42 A. Architectural precast concrete: 42 43 1. Match sample at job site and office of Architect. 43 44 2. Provide specified finish on surfaces exposed to 44 45 view. 45 46 a. Include top and back of parapet. 46 47 47 48 48 49 PART 3 - EXECUTION 49 50 50 51 3.01 ERECTION 51 52 52 West Texas Region Disposal Facility Phase 1 Construction 03450-8 O1 A. Perform erection under supervision of qualified 02 superintendent. 03 04 B. Employ only skilled and experienced personnel and 05 equipment capable of properly installing units. 06 07 C. Erect units in accordance with approved submittals 08 and erection schedules. 09 10 D. Install each unit in position assigned. 11 12 E. Make joints 5/8 IN except as otherwise indicated. 13 14 F. Erect units within specified tolerance limits. 15 16 G. Secure units by welding and bolting as indicated. 17 18 H. Provide one flat and one lock washer with each bolt 19 and nut. 20 21 I. Shim units as required for level, uniform bearing. 22 23 J. Employ only certified and experienced welders. 24 25 K. After units have been erected and welded and bolted 26 apply rust -inhibitive paint in accordance with 27 manufacturer's recommendations. 28 1. Surface preparation: Remove contaminates in 29 accord with SSPC SP-1. 30 31 3.02 JOINT SEALANT 32 33 A. Seal architectural precast concrete work as specified 34 in Section 07900. 35 36 3.03 PROTECTION 37 38 A. Protect work against damage from cutting or welding 39 operations. 40 41 B. Replace unit which exhibits damage to surfaces, 42 finish, corners or edges which will be exposed to 43 view after setting in place, or which is broken or 44 cracked due to shrinkage, temperature, 45 transportation, handling or erection. 46 1. When approved in writing by Architect, unit may 47 be repaired in place. 48 2. Perform such work at no additional expense to 49 Owner. 50 3. Acceptance of units, repaired pursuant to written 51 approval, is contingent upon repairs being 52 skillfully done so as to be sound, permanent, West Texas Region Disposal Facility Phase 1 Construction 03450-9 01 flush with adjacent surfaces and of color and 01 02 texture matching similar adjoining surfaces and 02 03 indicating no apparent line of demarcation 03 04 between original and repaired work. 04 05 05 06 C. Remove and replace other work damaged by removal of 06 07 defective precast members, at no additional cost to 07 08 Owner. 08 09 09 10 3.04 CLEANING 10 11 11 12 A. After completion of setting, pointing and caulking, 12 13 clean precast work thoroughly by scrubbing with fiber 13 14 brushes, detergent, and clear water from hose. 14 15 15 16 B. Start at top of building and proceed downward. 16 17 17 18 C. Leave precast units clean, free of traces of cleaning 18 19 compound and with joints watertight. 19 20 20 21 D. Coordinate cleaning of precast units with cleaning of 21 22 glass and other work. 22 23 23 24 END OF SECTION 24 West Texas Region Disposal Facility Phase 1 Construction { 04050-1 01 OHO1, 7J20 SECTION 04050 01 02 02 03 COLD WEATHER MASONRY PROCEDURES 03 04 04 05 PART 1 - GENERAL - NOT USED 05 06 06 07 07 08 08 09 PART 2 - PRODUCTS - NOT USED 09 10 10 11 11 12 PART 3 - EXECUTION 12 13 13 14 3.01 GENERAL 14 15 15 16 A. At end of each day or at shutdown, cover tops of 16 17 walls not enclosed or sheltered. 17 18 18 19 B. Do not use frozen or ice coated materials. 19 20 20 21 C. Remove and replace frozen or damaged masonry to 21 22 satisfaction of Architect. 22 23 23 24 3.02 TEMPORARY FACILITIES 24 25 25 26 A. Construct and maintain temporary protection required 26 27 to permit continuous and orderly progress of work. 27 28 28 29 B. Provide heat sufficient for indicated temperatures. 29 30 30 31 C. Provide sufficient temporary lighting to permit work 31 32 to be correctly performed. 32 33 33 34 3.03 PROCEDURES 34 35 35 36 A. Air temperature: 32 to 40 degF: 36 37 1. Heat mixing water or aggregate to produce mortar 37 38 temperatures between 40 and 120 degF. 38 39 2. Protect work from rain and snow, minimum 24 hours 39 40 after laying, by covering with weather resistive 40 41 membrane. 41 42 42 43 B. Air temperature: 25 to 32 degF: 43 44 1. Heat mixing water or aggregate to produce mortar 44 45 temperatures between 40 and 120 degF. 45 46 2. Maintain mortar temperatures above freezing. 46 47 3. Completely cover with weather resistive membrane 47 48 for not less than 24 hours. 48 49 49 50 C. Air temperature: 20 to 25 degF: 50 51 1. Heat mixing water or aggregate to produce mortar 51 52 temperatures between 40 and 120 degF. 52 West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 04050-2 2. Maintain mortar temperatures above freezing. 01 3. Provide heat on both sides of walls. 02 4. Provide windbreaks or shelters when wind exceeds 03 15 MPH. 04 5. Completely protect walls with insulating 05 blankets, minimum 24 hours after laying. 06 07 D. Air temperature: Below 20 degF: 08 1. Heat mixing water and aggregate to produce mortar 09 temperatures between 40 and 120 degF. 10 2. Maintain mortar temperatures above freezing. 11 3. Maintain temperature of units until laid at not 12 less than 25 degF. 13 4. Maintain walls above 32 degF for 24 hours after 14 laying. 15 5. Do not allow rapid drop in temperature after 16 removal of heat. 17 18 END OF SECTION 19 West Texas Region Disposal Facility Phased Construction 04110-1 O1 7I30, 7J20 SECTION 04110 01 02 02 03 CEMENT AND LIME MORTARS 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 QUALITY ASSURANCE 07 O8 08 09 A. Materials standards: ASTM Standards indicated. 09 10 10 11 B. Mortar standards and testing: Brick Institute of 11 12 America (BIA). 12 13 13 14 C. Mortar for unit masonry: ASTM-C270. 14 15 15 16 1.02 SUBMITTALS 16 17 17 18 A. Product data: 18 19 1. Design mix reports for each type of mortar used. 19 20 a. Include description of contents, proportions, 20 21 and results of tests specified in Quality 21 22 Assurance. 22 23 b. Provide independent laboratory analysis of 23 24 materials. 24 25 25 26 26 27 PART 2 - PRODUCTS 27 28 28 29 2.01 MATERIALS 29 30 30 31 A. Portland Cement: ASTM-C150, Type I, II or III. 31 32 1. No air entrainment. 32 33 2. Color: Natural. 33 34 3. Maximum percent of alkalies: 0.60. 34 35 35 36 B. Hydrated lime: ASTM-C207, Type S. 36 37 37 38 C. Mortar aggregate: 38 39 1. ASTM-C144. 39 40 2. Color: Natural. 40 41 41 42 D. Grout: ASTM-C476. 42 43 43 44 E. Water: Clean and potable. 44 45 45 46 2.02 MIXES 46 47 47 48 A. Mortar mixes: 48 49 1. ASTM-C270 Type S, minimum 1800 PSI. 49 50 2. Comply with BIA Standard MI-72. 50 51 3. Mix materials minimum of 3 minutes. 51 52 4. Adjust consistency to satisfaction of mason 52 West Texas Region Disposal Facility Phase 1 Construction 04110-2 O1 subject to specified strength limitations. 01 02 S. Do not use antifreeze additives. 02 03 6. DO NOT USE MASONRY CEMENT FOR EXTERIOR BRICK. 03 04 7. Wherever a fire resistance rating is indicated 04 05 for masonry wall provide mortar of type which has 05 06 been tested and listed for construction 06 07 indicated. 07 08 08 09 B. Grout mixes: 09 10 1. Comply with ASTM-C476. 10 11 2. Mix minimum of 5 minutes. 11 12 3. Minimum 1800 PSI. 12 13 4. Adjust consistency to satisfaction of mason, 13 14 subject to strength requirements. 14 15 15 16 C. Concrete fill: Division 3, minimum 3000 PSI. 16 17 17 18 18 19 PART 3 - EXECUTION 19 20 20 21 3.01 INSTALLATION - GENERAL REQUIREMENTS 21 22 22 23 A. Install in accordance with BIA Standards. 23 24 24 25 B. Comply with requirements specified for materials 25 26 being set or grouted. 26 27 27 28 C. If mortar begins to stiffen, it may be retempered. 28 29 - 29 30 D. Use mortar within 2-1/2 hours of initial mixing. 30 31 31 32 E. Use grout within 2 hours after initial mixing. 32 33 33 34 F. Use coarse grout in spaces with least dimension over 34 35 2 IN. 35 36 36 37 G. Use fine grout for smaller spaces. 37 38 38 39 3.02 FIELD QUALITY CONTROL 39 40 40 41 A. Perform 1 set of field tests of mortar per day's 41 42 work. 42 43 43 44 B. Obtain mortar sample from freshly mixed batch of 44 45 mortar. 45 46 46 47 C. Obtain sample from discharge point of mixer, before 47 48 mason adjusts water content. 48 49 49 50 END OF SECTION 50 West Texas Region,Disposal Facility Phase 1 Construction 04150-1 01 7I30, 7J20 SECTION 04150 01 f 02 02 03 MASONRY ACCESSORIES 03 04 04 05 PART 1 - GENERAL 05 06 06 07 1.01 QUALITY ASSURANCE 07 O8 08 09 A. Welding Standard: Perform welding in accordance with 09 10 applicable provisions of AWS Structural Welding Code 10 11 D1.1. 11 12 12 13 B. ASTM standards indicated. 13 14 14 15 1.02 SUBMITTALS 15 16 16 17 A. Project information: 17 18 1. List of products proposed for use. 18 19 19 20 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING 20 21 21 22 A. Store materials under cover in a dry place and in a 22 23 manner to prevent damage. 23 24 24 25 B. Immediately before placing, clean reinforcement of 25 26 substances detrimental to good bond. 26 27 27 28 28 29 PART 2 - PRODUCTS 29 30 30 31 2.01 MATERIALS 31 32 32 33 A. Acceptable manufacturers: 33 34 1. Masonry anchors: 34 35 a. Base: 35 36 (1) Hohmann & Barnard. 36 37 b. Optional: 37 38 (1) Dur-O-Wal. 38 39 (2) Heckmann Building Products. 39 40 2. Dovetail anchors and horizontal joint 40 41 reinforcing: 41 42 a. Base: 42 43 (1) Hohmann & Barnard. 43 44 3. Flashing, flexible through wall: 44 45 a. Base: 45 46 (1) Hohmann & Barnard. 46 47 4. Flashing, metal through -wall: 47 48 a. Base: 48 49 (1) Hohmann & Barnard. 49 50 5. Premolded control joint strips: 50 51 a. Base: 51 52 (1) Hohmann & Barnard. 52 West Texas Region Disposal Facility Phase 1 Construction 04150-2 O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 6. Termination bars: a. Base (1) Hohman & Barnard. 7. Galvanizing repair paint: a. Base: (1) ZRC Products. b. Optional: (1) Tnemec. 8. Compressible filler: a. Base: (1) Hohmann & Barnard. 9. Cavity protection material: a. Base: (1) Mortar Net. 10. Other manufacturers desiring approval comply with Document 00440. B. Anchors, veneer: 1. Type: DW-10-X series to suit substrate. 2. Finish: Stainless steel. 3. Thickness: 12 GA. 4. Seal: Textroseal membrane. 5. Wire ties: a. Type: Byna-tie. b. Finish: Stainless steel. c. Diameter: 1/4 IN. 6. Tie/reinforcing clip: Seismiclip. 7. Fasteners: a. No. 10 - 16 x 1-1/2 IN hex washer head. b. Polymer coated. c. Neoprene sealing washer. 8. Minimum vertical movement: 1-3/4 IN. C. Anchors, dovetail: 1. Finish: Stainless steel. 2. Dovetail thickness: 12 GA. 3. Wire: 3/16 IN diameter, triangular. 4. 12 GA thick dovetail. 5. Type: Hohmann & Barnard 315-BT. D. Dovetail slots: 1. Minimum 22 GA steel. 2. Finish: Stainless steel. 3. Nominal 1 x 1 x 5/8 IN throat with foam filler. 4. Type: Hohmann & Barnard 305. E. Joint reinforcing, horizontal: 1. Cold drawn steel wire, ASTM-A641. 2. 3/16 IN side rods. 3. 9 GA cross rods. 4. In interior walls: ASTM-A641, Class 1. 5. In walls surrounding wet areas with humidity over West Texas Region Disposal Facility Phase 1 Construction 04150-3 01 70 percent (pools, showers, kitchens, food 01 02 processing): ASTM-A641, Class 3. 02 03 6. In exterior walls: Stainless steel. 03 04 7. Design: 04 05 a. Prefabricated corner and tee sections, 05 06 minimum leg length 32 IN. 06 07 b. Single walls: Hohmann & Barnard 120, truss. 07 08 c. Veneer and cavity walls: Hohmann & Barnard. 08 09 165, truss. 09 10 d. Brick with stud wall backup: Single wire, 10 11 3/16 IN diameter. 11 12 e. Brick with concrete backup: Single wire, 12 13 3/16 IN diameter. 13 14 14 15 F. Reinforcing bars: ASTM-A615, Grade-60. 15 16 16 17 G. Bond breaker strips: Asphalt saturated felt, 17 18 unperforated; ASTM-D226, Type 1. 18 19 19 20 H. Weeps: 20 21 1. Rope, nominal 3/8 IN. 21 22 22 23 I. Flashing, flexible through wall: 23 24 1. Fully adhered 40 mil rubberized asphalt with 24 25 integrally bonded high density, cross -laminated 25 26 polyethylene. 26 27 a. Textroflash; Hohmann & Barnard. 27 28 2. Width as required. 28 29 3. Factory precut wherever possible. 29 30 4. Provide with end dams at ends of runs. 30 31 31 32 J. Flashing, metal: 32 33 1. Drip plate for use with flexible flashing. 33 34 2. 24 GA stainless steel sheet flashing, with end 34 35 drip. 35 36 a. MFL; Hohmann & Barnard. 36 37 37 38 K. Flashing adhesive: As recommended by manufacturer 38 39 for sealing laps and sealing to vertical surfaces. 39 40 40 41 L. Premolded control joint strips: 41 42 1. Solid rubber strips with a Shore A durometer 42 43 hardness of 60 to 80. 43 44 2. Designed to fit standard sash block and maintain 44 45 lateral stability in masonry wall. 45 46 3. Size and configuration as indicated. 46 47 4. Hohmann & Barnard QS Series. 47 48 48 49 M. Rigid steel anchors: 49 50 1. Minimum 1/8 x 1 x 12 IN. 50 51 2. Galvanized G90. 51 52 3. Ends bent down 2 IN. 52 West Texas Region Disposal Facility Phase 1 Construction 01 02 03 04 05 06 07 08 09 10 it 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 04150-4 N. Termination bar: 1. Stainless steel unit. 2. Surface type. 3. Hohmann & Barnard No. T2. O. Galvanizing repair paint: High zinc dust content paint for regalvanizing welds and abrasions in galvanized steel. 1. ZRC by ZRC. 2. Organic zinc coating: Tnemec 90-93. P. Compressible filler: 1. Closed cell neoprene sponge. 2. 1/4 IN thick. 3. Hohmann & Barnard NS. Q. Cavity protection material: 1. 2 IN thick non -directional fiber. 2. 10 IN high. 3. Fabricated from 100.percent 4. Green color. 5. Mortar Net -Green. PART 3 - EXECUTION 3.01 INSTALLATION OF ANCHORAGES extruded polyethylene recycled material. A. Meeting and intersection masonry walls: 1. Where bearing walls meet or intersect, erect walls separately and anchor together with rigid steel anchors spaced not more than 24 IN apart vertically. 2. Embed end bends of anchors in cores of masonry units filled with mortar or grout. 3. Where non -bearing walls meet or intersect other walls, erect walls separately and anchor together with wire mesh ties spaced not more than 16 IN apart vertically. 4. Embed ties centered in mortar within joint. B. Anchorage to structure: 1. Where masonry walls abut concrete walls or columns, anchor thereto with flat bar or wire dovetail anchors inserted into slots built into concrete. 2. Fill solid with mortar or grout masonry unit cells within vertical planes of anchors, or use solid masonry units above and below anchors. 3. Where masonry facing covers concrete walls, West Texas Region Disposal Facility Phase 1 Construction 04150-5 01 spandrel beams, and columns, anchor thereto with 02 flexible wire dovetail anchors inserted into 03 slots built into concrete or other substrate. 04 4. Anchor masonry facing to structural steel framing 05 with flexible wire ties and weld on anchor rods. 06 07 3.02 INSTALLATION OF OTHER ACCESSORIES 08 09 A. Through wall flashing: 10 1. Install to provide positive drainage of cavity 11 moisture. 12 2. Coordinate with built in items and brick ledges. 13 3. Terminate rubberized asphalt flashing 1/2 IN from 14 exterior face of wall. 15 4. Lap flashing minimum of 4 IN and bond 2 pieces 16 together with flashing adhesive. 17 5. Provide end dams. 18 6. Adhere rubberized asphalt flashing membrane to 19 metal flashing with approved adhesive. 20 7. Seal under brick ledge angle with approved backer 21 and sealant. 22 23 B. Provide weeps directly above flashing system. 24 1. Space weepholes maximum 16 IN apart horizontally. 25 2. Keep vertical joint behind weeps free of mortar. 26 3. Grease rope wicks prior to installation. 27 4. Pull rope wicks out after mortar has set. 28 29 C. Cavity protection material: 30 1. Install per manufacturer's recommendations at 31 ledge angles and bottom of wall. 32 33 END OF SECTION a West Texas Region Disposal Facility Phase 1 Construction O1 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33