Loading...
HomeMy WebLinkAboutResolution - 2006-R0386 - Contract For Cell Three Excavation - L.D Kemp Excavation, Inc. - 08/10/2006Resolution No. 2006-RO386 August 10, 2006 Item No. 5.18 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock and L.D. Kemp Excavation, Inc., of Fort Worth, Texas, for cell three excavation at West Texas Regional Disposal Facility (ITB#06-707-BM), which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this loth day of August , 2006, ATTEST: Rebe ca Garza, City Secretary APP VED AS TO NTE Terry Ellerb ok, Director of Solid W7aste AS TO-'ORM: a Don Vandiver, Attorney o DDres/CellIlreeExcavationRes July 28, 2006 No Text ITB# 06-707-13M, Addendum # I City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2163 FAX: (806)775-3326 http://purchasing-ei.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # I ITB # 06-707-BM Cell Three Excavation at West Texas Regional Disposal Facility July 20, 2006 July 25, 2006 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. All references to Liquidated Damages are CHANGED to $200.00 per day. 2, All references to Time for Substantial Completion are CHANGED to 200 Calendar Days. 3. Signage is DELETED from this project. Bidders must submit the REVISED Bid Submittal Form, attached. 4. See REVISED Specifications section 01025, attached. 5, See attached Geotechnical information. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to Macnair f rriylubbock_us. THANK YOU, CITY OF LU13BOCK FWW U"74 i Bruce MaeNair Interim Public Works Contracting Officer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Interim Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB# 06-707-BMAd 1 1 FM# 06-707-BM, Addendum # I ***REVISED*** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: #06-707-BM — Cell Three Excavation at West Texas Regional Disposal Facility Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a Cell Three Excavation at West Texas Regional Disposal FaciliV having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated Item Quantity No. & Unit Description of Item Total Amount I. 1 LS Mobil ization/Demobilization including insurance, performance bond, payment bond and move-in/move-out related. MATERIALS: $ /LS( ) $ /LS( ) TOTAL ITEM #1: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 1,649,928 CY Excavation: Provide for 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 and ditches, but not for miscellaneous excavation relating to structures or utilities. MATERIALS: $ /CY( ) LABOR: $ /CY( ) TOTAL ITEM #2: $ /CY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials CTB# 06-707-BMAd1 ITB# 06-707-BM, Addendum # I Estimated Item Quantity No. & Unit Description of Item Total Amount 3. 24,362 CY Install embankment fills, including ditch embankments, all labor, equipment, and superintendence necessary as shown on the plans and required by the specifications. MATERIALS: $ ICY( ) $ /CY( ) TOTAL ITEM #3: $ ICY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1 LS Provide all labor, material, equipment, and superintendence as necessary to implement the Storm Water Pollution Prevention Plan required under National Pollution Discharge Elimination System regulations described on the plans and required by the Specifications. MATERIALS: $ /LS( ) TOTAL ITEM #4: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 1,727 SY Provide all labor, material, equipment and superintendence as necessary to Install an asphalt road, including subgrade preparation and base installation, as shown on the plans and required by the specifications. MATERIALS: $ /SY( ) LABOR: $ /SY( ) TOTAL ITEM #5: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 14,364 SY Provide all labor, material, equipment and superintendence as necessary to Install a caliche road, including subgrade preparation, as shown on the plans and required by the specifications. MATERIALS: $ /SY( ) LABOR: $ /SY( ) TOTAL ITEM #6: $ /SY( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials ITB# 06-707-BMAd1 3 1TB# 06-707-BM, Addendum # 1 Estimated Item Quantity No. & Unit Description of Item Total Amount 7. 1 LS Provide all labor, material, equipment and superintendence as necessary to install the litter control barrier fence, including remove and re -locate existing fence, as shown on the plans and required by the specifications. MATERIALS: $ /LS } LABOR: $ /LS( ) TOTAL ITEM #7: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8. 1 LS Provide all labor, material, equipment and superintendence as necessary to Install barbed wire fence with steel posts as shown on the plans and required by the specifications. This item will include removing and reusing the existing barbed wire fence as necessary for the construction of the new fence. MATERIALS: $ /LS( ) LABOR: $ /LS ) TOTAL ITEM #8: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) I LS Provide all labor, material, equipment and superintendence as necessary to Install seeding on all areas disturbed outside of the excavation including soil stockpiles as required by the specifications. MATERIALS: LABOR: $ /LS( ) TOTAL ITEM #9: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL BID, ITEMS #1- #9: MATERIALS: LABOR: TOTAL BID ITEMS #I - #9: $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials [TB# 06-707-BMAd1 4 1TB# 06-707-B , Addendum # 1 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. 1. Litter Control Barrier Fence: Manufacturer: Installer: Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 200 (TWO HUNDRED) calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as Iiquidated damages the sum of $200 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder's Initials ITS# 06-707-BMAdi 5 ITB# 06-707-BM, Addendum # 1 Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Telephone: - Fax: - M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) ITB# 06-707-BMAd1 6 SECTION 01025 MEASUREMENT AND PAYMENT PART I - GENERAL 1��' ..... ;.* ROBERT HOLLY HOWER .......... S M2 2406 The unit price or lump sum price bid on each item, as stated in the proposal, shall inclu 4nsng all labor, superintendence, machinery, equipment, and material% necessary or incidental toeomplete the various items of work in aoeardance with the plans and specifications. Cost of work or materials shown on the plans or called for in the: specifications and for which noSeparate payment is made such as, but not limited to, mobilization, clean up, and other incidentals, shall be included in the bid prices on the various items. See Section 010-5 ALTERNATES for descriptions of the alternate bid items. 1.1 MOBILIZATION/DEMOBILIZATION Payment will be made for mobilizing and demobilizing all equipment, tools, insurance, bonds and all other job -related items to and from the job site. Price will be on a lump sum basis and shall include all equipment, labor, materials, superintendence and all incidentals necessary to become fully mobilized at the start of the project and demobilized when work is complete. Mobilization related expenses include Contractor's cost for the following: obtaining a construction staging area; obtaining storage areas for equipment and construction office facilities; obtaining and setting up construction office facilities; obtaining and paying for electric power required for construction; providing sanitary facilities for construction personnel; obtaining and paying for water needed for construction; providing and maintaining dust control over the project working area; and all other incidentals required for Contractor to complete mobilization. This bid item shall not exceed 3% of the contract price, 1.2 EXCAVATION Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to excavate the cell to the elevations and grades shown on the plans, and to prepare the areas to receive the lining system. Payment will be made for the total excavation on a per -cubic yard of excavation. CONTRACTOR must provide survey control and surveyed measurements to verify amount of excavation for payment purposes. 1.3 EROSION CONTROL Payment will be made for providing, installing and maintaining erosion control measures as shown on the plans on a lump sum basis and shall include the following: preparation of a formal SWP3 Plan; submitting and obtaining approval of the formal SWP3 Plan from the required governing agencies; furnishing, installing. and maintaining the approved SWP3 Plan complete for the duration of the project; implementing and maintaining best management practices and good housekeeping forcontml of drainage run-off over the project area; silt -fences; soil stabilization; hay -bales; and all other incidentals required for Contractor to complete and implement the SWP3 Plan requirements. 01448006 MEASUREMENT AND PAYMENT 01025 - 1 06/06 1.4 EMBANKMENT FILL Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to construct the embankment fill areas as shown on the plans. Embankment fill to include the embankment necessary to construct ditches at the elevation and grades shown on the plans. Payrnent will be made for the embankment fill construction on a per -cubic yard basis. CONTRACTOR must provide survey control and surveyed measurements to verify the amount of embankment fill constructed for payment purposes. I.S ASPHALT ROAD Payment will be made for providing all labor, equipment, and material necessary to construct asphalt road to the elevations and grades shown on the plans. Payment will include the grading and compacting activities required to construct the asphalt road according to the specification requirements. Payment will be made on a square yard basis of asphalt road required. 1.6 CLAICHE ROAD Payment will be made for providing all labor, equipment, and material necessary to construct caliche road to the elevations and grades shown on the plans. Payment will include the grading and compacting activities required to construct the caliche road according to the specification requirements. Payment will be made on a square yard basis of caliche road required. 1.7 LITTER CONTROL BARRIER FENCE Payment will be made for providing all labor, equipment, and material necessary to construct the litter control barrier fence as shown on the plans. Payment will include removing and re -using the existing fence and appurtenances as much as possible for the new fence. Payment will also include providing new fence as necessary to complete the fence according to the specifications and as shown on the plans. Construction activity required to drill post holes, implant guy -anchors backfill with concrete enforced material, and all other incidentals required for installation are include in this pay item. Payment will be made on a lump sum basis of Litter Control Barrier Fence required. 1.8 BARBED WIRE FENCE WITH STEEL POSTS Payment will be inade for providing all labor, equipment, and material necessary to construct the barbed wire fence as shown on the plaits. Payrnent will include providing new fence and hardware as necessary to construct the fence according to the specification documents. Also included will be connecting to the existing fence and any other incidentals necessary for installation according to plans and specifications. Payment will be made on a lump surn basis of Barbed Wire Fence required. 1.9 SURVEY No separate payinent will be made for construction survey as required for the project. This item shall be considered incidental to all other bid items. 1.10 CLEANING The project shall be returned to pre -construction conditions. No additional payment will be made for cleaning. This itern shall be considered incidental to all other bid items. 01448006 MEASUREMENT AND PAYMENT 01025 - 2 06/06 1.11 SEEDING Payment will be made for providing and installing seeding as specified. Payment will include all labor, materials, equipment and superintendence as necessary to install the seeding. Payment will be made on a lump sum basis of seeding used. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 MEASUREMENT AND PAYMENT 01025 _3 06/06 ,P/ /a 1 i r• .114 .-tt - - iiaY I y' rsfi 1 s • w! Imo. `— � � •� _ w, 4 *ry /•4 V - �^ 1 i- >•PR�ERty IV LINE` :M.w tiW tur�w iittpll(f w�lw�r4 usrYir m�ru wp,txJr t lt,r/ ' fropp t351/Ja. yP A7y p00p Ysfisioi.fii � �l/ lltSlS!ly,,,y�y�y yp i5f0Ef1.1fM� 1yp1 1 1 �:„f =1t M �l}1N�5a�i. ) {r[ _� y�} Z--/1 s 3�"-t wx i •fW 1343a0L.Pt fSf� y 156]4f. S1� /1aa)),/p/ w ililijb:lbv 4Yl.KE }j ,t1f/1 _ • i ii6�6;+h:n1 liP3/,. • i1fiPGl. • 1JiPC3i.tS� • 1511S4.f 1/ f1t�fl0/yy filM1.L1f '{ypf1f! t11/i -;fn ,� /-'rl +yy �M /Kr f%0 w it3SZiN: I,a ilh(lli•f/P Y i15iPil. rr� lhllfr HP YlSSfSJ•f Y4 .f/] [l y}� yy [ 1fM /S 0T1 �:;, 11 t ] x lilht,.1IX. w liiif)h•SSf n� i) C �:+»0 w 1]iiEre.,b E 1 w Ylilall., LL[ T llYy�Jyp Y ]L3,Yt., �1u}r E :IST I- •4 1 r ♦ • i751t1,. nE w 1]!f )la•n, llSfaltfilP ,JSfwb. Yaa r fllal5.lb �}Iryl 1ST1S1 nf�M.1 . �-y -!f 1 I w iISSSJt.1 Y ]sss ssl. ilillN. x ASf lil� iWI1�S {{[ Ttl.1 , [ 1i1 f�L �•w J.�t}ypJ S M I1S3t1a.1M [ -� w ]Stub. lfi w elSGesl. ly R i, 11IQ i \•4 it IR, 15Ntt. Nt �1~~ t/♦0 M+, w t14i141. s l �jfy$y l[[ �f�t}}{Sj��f{P I}{�a{!P w �1xLi i�f. T44 [ VNf1, l]3 [ nth �� �W ♦ ifMtp?:� S556t51 M'J4ePJt. 3 �,fi 111a59P. H1 k !Jy!/l,.tpppp N SN3lY:/r Ri .O]! �ySl yp � �,ni.�s� -S � rn,al l.a� 1 �. iA' sMtNS i ifssn�-iZS � iifi r"ne • e. .Tr A�iy: w iX u .i�a f LE�- fa Ui w01 fRlrf_ SH I� t-,a « YM Now, 1114 ]f�11Ef 101 fll 1 1 CIOE{ !(Clip! LP 'M 4}I } l. [L } r cram. tat. t In "! Poaof•va�l1 wfaa ru SITE MAP/ LOCATION OF BORMGS IR, ATT. 4.1 r L.-- : I Jof sea I zoo -.280 D ZGe 2240 3220 5298 3180 31691 all 3 �10 $1. IINS N. sees 5500 3480 LEGEND 33813 Oromwwaw ammmmmd gA M-gi ag mpg ®R- , 42 3360 T WIT TC-S I FCC ILITT S-dy cky 3349 lip Z Wem GAY !3260 3249 Sam r[wwLre. 3222 CLay I aty3acm APRIL tM --19� CROSS SECTION C-C CRVACECUS ^ 31BS 200GI 2S09 Dose 3 ig-0 4i00 4680 JJJ 50 Dizt*nCe (f@*t) I Am: boadw d cm" sock" am M. ATT. 4-21 3 4 09 34610 3388 B7 B16 B26 B35 3380 LEGEND SLAOCNATER -P=M-A-W`xx7�� - - B43 B50/P12 B58 B65/PI3 336B 3368 A, Unic wa" kval for 12119/9i 33401 S-0 CLby 3328 3320 3388 Saty Sand 3280 i. i 3289 CLaM S—d 3260 CGAUALA 3268 C36Y 3240 1j ry I 324e ep�� 3220 3220 Sawy $ILI 3288 Swd 3180 CRETACEOW 3164 3160 L TRLkS=REDSM El 314M 3140 L, lose 291418 3820 4860 sees sees 7006 Bass ?@as 101380 1 Fe -as Distance (foot) tv!C �-ILACf- LL, APPENDIX 1 LOG OF BORINGS WTRDF - III - ATT4 HEIR Engineering, Inc. iNRCC Review .> December, IM ASH ASPHALT BEDROCK InMaw `•a i NUOUR CLAY CLATOR CLAYPT CLAYSO CLAYST C 000 T — 000 0� a 000 aQoo 000 F or —on GP! GRAVEL GRAY LC GRAN LPT iRAVELSO BRAN t9 -"' "e ' Y '� �� , • a • o ° o a �.. o o I r o' o x o •. w� I. I.I I. •� 1• 9.. fi_ wL4 o a n41L o x O . . r w . �:� -w. �' o o O O a o O 0}10 O O 0 0 -0 O. o xe O x o low au-iC iN-OM @us Y U" IiN3Ci loNtre IONS" LIMESTON METAC9 M TA `�� w w w. w . w ��r,f • w w` w OWN ift—mOVA r�r�rir��rr w� I I�E�I�1�1�1�1. FB -0-0 + + + vvvvvv ++++++ 0-0- + + + vvvvvv ++++++ - 0 - p + + + vvvvvv ++++++ 0--0- + + + vvvvvv + + + '!'i'iri�i' ij� uurr 1i1a1./././.. I •..�nrr OHSH .i•�.v annw141. YRTIUCIR \ J rI L3F411LC1 eL� r L� `� 3!:i Lr! J r "'ll 7 r - . 'O ' . . '• S LT TOM SM/SC x J, x_ - -- al+ w XG S4-sm x w Y Y x x R k k Y + . O- k x % Y �--:p k k x yx x x• 0 x Y Y Y R x x x -..: . Y k x 'p o. sue 'S. • . KMi Engnaenn he SC SC/CLS SHALE SILT SllLTCL SILTOR SILTPT SILTSO R ..._ % zx x --mk R dl Y x z R I % x X. I z Y R R k Y R x .1[ % Y Y 4 � z R % O R x0 x z x,x.y _ R e.l ia� x x X, % 7[ fig =amm PAWIL, WThf i COOPEA, WC- _ WEST TEXAS REGION DISPOSAL FACIUTY MATERIAL SYMBOL KEY WBBm TEXAS waTT 4.APP I.r ApR� ,m MAT CODE F ASH 1 ASPHALT 1 BEDROCK 1 BLDRCBBL 1 BRECCIA 1 CH 1 CHALK 3 CL 1 CL-ML 1 CL/MARL 1 CL/MUDST 1 CLAY 1 CLAYGR 1 CLAYPT 1 CLAYSD 1 CLAYPT i CLG 1 CLS 1 COAL 1 CONGL0H 1 CORAL 1 FILL GC 1 GM 1 GP GP -GC 1 GP -GM GPS 1 GRAVEL 1 GRAVELCL I DESCRIPTION Pyroclastic (volcanic ash) Asphalt Bedrock Boulders and cobbles Breccia USCS High Plasticity Clay Chalk USCS Low Plasticity Clay USCS Low Plasticity Silty Clay CLAY TO WEATHERED MARL Clay / Sandstone (using mudstone BSI Clay BSI Gravelly Clay BSI Clay with Peat BSI Sandy Clay BSI Silty Clay USCS Law Plasticity Gravelly Clay USCS Low Plasticity Sandy Clay Coal Conglomerate Coral Fill (made ground) USCS Clayey Gravel USCS Silty Gravel USCS Poorly -graded Gravel symbol for sandst USCS Poorly -graded Gravel with Clay USCS Poorly -graded Gravel with Silt USCS Poorly -graded Sandy Gravel BST Gravel BSI Clayey Gravel OR 1 USCS High Plasticity organic silt or clay OHSH I. USCS High Plasticity Organic silt or clay with she OL 1 USCS Low Plasticity Organic silt or clay OL,SH 1 USCS Low Plasticity Organic silt or clay with shel PEAT 1 BSI Peat PEATCL 1 BSI Clayey Peat PEATGR 1 BSI Gravelly Peat PEATSD 1 BSI Sandy Peat PEATST 1 BSI Silty Peat PT 1 USCS Peat SAND 1 BSI Sand SANDCL 1 BSI Clayey Sand SANDGR 1 BSI Gravelly Sand SANDPT 1 BSI Sand with Peat SANDPT I BSI Silty Sand SANDSTON 1 Sandstone SC 1 USCS Clayey Sand SC/CLS 1 Clayey Sand/ Sandy Clay SHALE 1 Shale SILT 1 BSI Silt SILTCL 1 BSI Clayey Silt SILTGR 1 BSI Gravelly Silt SILTPT 1 BSI Silt with Peat SILTSD 1 BSI Sandy Silt SILTSTON 1 Siltstone Sm 1 USCS Silty Sand SM/SC 1 SILTY TO CLAYEY SAND SM/SP 1 SILTY TO VERY FINE SANK SP 1 USCS Poorly -graded Sand SP-SC 1 USCS Poorly -graded Sand with Clay SP-SM 1 USCS Poorly -graded Sand with Silt SPG 1 USCS Poorly -graded Gravelly Sand SW 1 USCS Well -graded Sand SW -SC 1 USCS Well -graded Sand with Clay SW-SM 1 USCS Well -graded Sand with Silt SWG 1 USCS Well -graded Gravelly Sand COHESIVE SOILS N (Blows/Ft) Penetrometer is Consistent 0-2 0 - 0.375 Very Sofa 2-4 0.375 - 0.75 Soft 4 - 8 0.75 - 1.50 Firm S - 15 1.50 - 3.00 Stiff 15 - 30 3.00 - 4.50 Very Stiff 30 + No Penetration Hard HDR Engineenng, he. PARKFI1. SW7H 8 COOPER, h4C_ COHESIONLESS SOILS N (BlowslFt) Condition 0 - 10 Loose 10 - 30 Medium Dense 30 - 50 Dense 50 + Very Dense WEST TEXAS REGION _ DISPOSAL FACUTY DESCRIPTIVE KEY LUBBOCK TEXAS 00008424-037 n°"t• MATT4_APP 1.2 P.' APRIL 1995 LOG OF BORING NO. 131 Project Description: West Texas Region Disposal Facility Lubbock County, Texas �. Location: N 736076Z650 aR m E 926329.37 > e " w ° J Ground Surface EI.: 3376.0 MSL I c E �- `' .� s I ari N;�' Cr E 6. y J 1p MATERIAL. DESCRIPTION I ! j AY�1f SANb_tS� Dark Brawn to r T — Reddish Brown, fine grained ; 5; I I ia- ! 2a_ I I I ! f 35 40� 45— €- i'i I 5 LTY SAN© t5111B Reddish Brown to • '�' I � ! € Light Brown, fine grained I � � , 55� 60:3 615 E0-4 90 ! 957: , t � Completion Depth: 190.0 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 5117/93 dril�ng. Date Bortng Completed: 5117/93 Continued Next Pape HDR Enaineerina. Inc. LOG OF BORING NO. 81 Project Description: West Texas Region Disposal Facility Y Lubbock County, Texas Location: N 7360762.650 ' y O E 926329.37 # F Ground Surface El.: 3376.0 MSL I i ©; w E 3 o E q ' E.� MATERIAL DESCRIPTION . � ccc a I SILTY SA11iCl =nlinued 'I I 15- 1 120" 21, 30- .13e� 140-; 50J S ! � F 761 I 1 � CLAY. OIVF Si: Yetlow Green j � t 85 r-....�.�. _S—UW..6IQlSiEE _. Tan Boring Terminated at 190 feet 95� 1 i Completion Depth: 190.0 Remarks: Depth to groundwater not determined because of wash ratary Date Boring Started: 5117/03 drilNng. Date Boring Completed: 5/17/93 -IDR Engineering, Inc, LOG of BORING No. B2 Project Description. West Texas Region Disposal Facility Lubbock County, Texas ' Location: N 7359126.110 E 925610.21 _C v a j Ground Surface El.: 3378.3 MSL c A t; C ,yam � o; 3 z C G o u C t E r ti g in 1 r m 4 0 I mo1x X' p E O:. a G t3 ! p Z o MATERIAL DESCRIPTION 1 SANDY CLAY_ ICU Dark Brown 2 - T Sit_TY SAND ISMI Tan CLAYEY SAND 1Reddish Brown I 15.0 fSM1 reddish Brown I 25 :3 ' i € I 30 Reddish Brown [ ; 35:-- ! i - 4D-I I✓ !qll TY SANQ ISM Reddish Brown to Light Brown 45-j 5� -65 701 € 75-q ( I ! 85-i I I 35-: ©0—� Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. 0 Date Boring Started: 5/18/93 Date Boring Completed: 5/18/93 Continued Next Page HDR Fnaineerina, Inc. LOG OF BORING NO. B2 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359126.110 m E 925610.21 Ground Surface EL : 3378.3 MSL i � ; a I � ° F- 1 r � , .� � � E wV1 CL q 7'" p r J �! fp t/3 U i C 3. N W' hi I` a E aR 47 a N U ro MATERIAL DESCRIPTION I , 0 c f Sl - 102.4 ©5 Boring Terminated at 102 feet , f 1 . 301 1 i f i 1 F 401 45y 504 � I F [ F 7� _ 175yy� 185 1 i A 20^ — Completion Depth: 102.0 Remarks: Groundwater not encountered during drili1np. Date Boring started: 5/18193 Date Boring Completed: 5/18/93 HDR Engineering, Inc. LOG OF BORING NO. 83 Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location: N 7358824.250 i e+ of E 928018.41 aQ Q . i1.. a' t q, E d1 Ground Surface El.: 3368.4 MSL i I •� ! W m" o is , u 2 1 y CJ j.`CM ; �Ia m 20, >w C! Mtn! ado o Z _ a !MATERIAL DESCRIPTION a Dark Brown�- - ; ? 8[j n SAND 1SM1 Reddish Brown to 5 I Tan I II 103 t5: I CLAYEY SAN�DISO Reddish Brown ` 25 �. 30i 35y j ; 40� Reddish Brown to 9 � (j Light Brown � • 45:1 50 ; a I - S0 I 70 I i 75 I I -QQ-J I F 1 85— go- ! . 85 Completion Depth: 102.0 Date Boring Started: 5118193 Date Boring Completed: 5118/93 HDR Engineering, Inc. I f ' Remarks: Qroundwam not encountered during drilling. LOU OF BORING NO.B3 Project d Description: West Texas Region Disposal Facility Lubbock County, Texas �Location. m73 58824.250 a; E 92 018. 41 ' , '� ' .;/ �k 1|k §- . \ \ k Ground Surface Bz ]]■K4 MSL o �,RIL 0 Ix 0 Id.0.(2 �S:Q i \ / 3, a . |2 J)k@).\�2 . M £ | i • . MATERIAL mFTQN ~ @tIY SAM motimad 102.0 � Boringa#� at102f ' | | 2/ 2 j . | | • � . a(� � 132 ; • . . \ 14(A . . a!;J j J � ! � ,e - � � ! ; • e 7/ | , • , 175-4 � � � • . � ; : . . 4 ; 6 , 871 ,+_ @¥ 02. Remarks: Groundwater _� _� ed during m. Date king kmk: 5118193 . Date Boring Completed; 51 93 ` HDR Engineering, Inc. LOG OF BORING NO. B4 Project Description: West Texas Region Disposal Facility Lubbock County, Texas -- Location: N 7363196.730 - E 924467.05 • a t cw Ground Surface E.: .i` BSI a! U a u z n A i cai yw 1 �Nlt o. a A c5 in i .v3:Y�; E.o a: = r •c m MATERIAL DESCRIPTION no Ise Dark Brown t Tan i 1 t._ —I CLAYEY UM Reddish Brown^' ' ;204 {1 ail, nr j SAND [8M4 Reddish Brown I Cl AVFV SJiND iSCI Reddish Brown <' -25 30'-, -35 -401 f C _45� I i 3 I 560, -55 S11 T'Y SAN131SM Reddish Brown to ! I Light Brown -ep-- 4 .65-4 i 1 _75� _Q6J' I 1 i -90-- -95, 9 Ott-- Completion Depth: 102.0 I Remarks: Groundwater not oncount*rsd during drilling. [late Boring Started: 5/19193 Date Boring Completed: 6/19/93 Continued Next Pege- LIDR Engineering, Inc. LOG OF BORING NO. B4 Project Description: West Texas Region Disposal Facility Lubbock county. Texas Location: N 7363196.730 as E 92"67.05 03 ZR Ground Surface El.: 3382.8 MSL g °a m U. e '- ►�'- ' ' cn 3 =' o I D ; m a7G ono! au U fl c 'o�pj; u E'ZR Ci.0 i Z i. MATERIAL DESCRIPTION ^. ° ^,SILTY SAND continuad 102.Qi €---1---t--� - CYST Boring Terminated at 102 feet 7 10 k I i 2J I j 130A 14D; '• € 14Er- 1 [r r SEA q 7�1 .: 3 804 j 95- I loci--- 'e Completion Depth: 102.0 Remarks: Groundweter not encountered dudog ddIMg. Date Boring Started: 5/19/93 Date Boring Completed: 6/19/93 i __ HDR Engineering, Inc. LOG OF BORING NO. B5 Project Description: West Taxes Region Disposal Facility Lubbock County, Texas Location. N 7363104-910 E 928424-81 V Ground Surf ace El.,. 3373.3 MSL CL 0 v 0 CF .2 A E aR Z. d " . t 6 -1 10 Light 20--! 253 30q 35- 40-i 45- Light MATERIAL DESCRIPTION n - to Tan o ---------- to .70- �85— �90 :95z: 40J Completion Depth, 102.0 Remarks: Groundwater not encountered during ddiling. Dale Boring Started- 5/19193 Date Boring Completed. 5/19193 Continued Next P .70- �85— �90 :95z: 40J Completion Depth, 102.0 Remarks: Groundwater not encountered during ddiling. Dale Boring Started- 5/19193 Date Boring Completed. 5/19193 Continued Next P LOG OF BORING NO. 85 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363104.910 ae C' E 92824.81 [ ,ud :to x I Ground Surface El.: 3373.3 MSL t to t C9 I m ¢ o. �4q o � al•" � s � . MATERIAL DESCRIPTION i-- T 05- Boring Terminated at 102 feet_. �..— E sic-42 1251 3o-i 35, 4j I i t I �5� 46 [ I 6 t i I 17 75-i ; 180� - w i 195 t 3 I 20Q---- Cornpietion Depth. 102,0 Remarks: Groundwater not encountered during drilling. Date Boring Started. 5/19/93 Date Boring Completed- 5/19/93 LOG OF BORING NO. B6iP1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363406.070 ; I E 9289".46 N Ground Surface El.: 3371.1 MSL °' ` a "' _ a I .O.S.C. Elev.: 3375.02 OLv o y c 3 x �, a N, d t3 r£ c' m E c E _'a -, EL M j MATERIAL DESCRIPTION SANDYCLAY ICU Dark Brown to :. 22 Reddish Brown, very stiff with caliche ` e 3 5 streaks ; ,. ~ 10 . i' r Brown, dense, fine -' i 42 62 8 28 16 1 12 = grained with caliche nodules I 20 -reddish brawn, very dense with caliche 1 84 ! � i . streaks =ti, 25� h• 35 + 4 : i a.....-.-•• — 40 Brown, very dense, T— 1 58 i fine grained 45 50 I with some clay. l: 46 I dense 55 F I 1 &0 very dense with caliche nodules ;•-='; 63 [[[ ^;:"� 70 11 with some caliche nodules and streaks 77 33 ' 1 4 75 1 l $© I light brown, dense I' I I 38 .85N i 90 with caliche streaks 36 •95— i I �,; l , i pinkish tan with moderately cemented i : _ -- boa 1 Remarks: 92.5 WELL MATERIAL - Schedule 40, 44nch blank and slotted Completion Depth: ! l0.024nchl flush thranded PVC pipe. Date Boring Started: 9/19/94 1 Groundwater not encountered during drNtfng. Date Boring Completed: 9/20/94 1Continued Next_Pa W Inc. -- LOG OF BORING NO. B6/P1 Project Description: West Texas Region Disposal Facility Lubbock County, Taxes --� Location: N 7363406.070 Y� i-�e E 928944.46 �c � m o n o� t to € °ie € c Ground Surface El.: 3371.1 MSL c ai a 0ml _ y CE T.D.S.C. Elev.: 3375.02 0 I c7 I auE aEp ? m N v 3 a C A i£ MATERIAL DESCRIPTION j caliche l I SILTY SANQ cn[lfte0. eri 1 1 ~. ` + CLAYEY SANS iSC1 Reddish Brown, very dense, fine grained with caliche t .� 115 streaks 12 120.0r I ' Brown, very dense, sora• — r--, I € fine grained light brown with slightly cemented caliche l 4 y ! [ light brown`' 5 € i E; with caliche streaks 4.5 146r I [ - with caliche nodules and slight ,;•_. `.'. I so/v 1 cementation 17� 7 - hard caliche nodules .•�.. '50r+'' € -1 80 i.r�_- CLAY 1 � � ,CLAYSTi�N E Yellow Green :�: ..€ - '-'•-- 1S ----- Yellow Tan, Weathered, .,'-.•�• 1 . i �s F Vugs -- soft, very btoken 192.E., 85i Boring Terminated at 192.5 feet 200- Completion Depth: 192.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted 10.024nch) flush threeded PVC pipe. Date Boring Started: 9/19/94 Groundwater not encountwed.during deHNng. Date Boring Completed: 9/20/94 11DR Fngineerinq, Inc. LOG OF BORING NO. B7 Project Description. West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363654.934 E 927703.806 I o e d ao atn E E c E v W Ground Surface EMI.: 3375.9 MSI. o : 3 t F Z a Cr I!•y� Q ro y N p Y Ni��-�� _3V t6 C1 C7 E �p..�'UUI� a MATERIAL DESCRIPTION I D � Dark Brown, Very 25 ~ ' stiff F SAND I C Brown, dense, fine grained with caliche streaks and nodules i 10 �f« �•t ' 38 ; 3 i I i 24 ] j 53 1 13 29 18 11 with sandy clay layers SAND whit CLAY (SM) Reddish '^-µ ' Brown, dense, fine grained with caliche 30-1 + I nodules so 4C� I medium dense z4 i I CLAYEY SAND ISCI ; Reddish Brown, I 60 4S 28 10 27 17 i 10 k dense, fine grained 1 s ! 80_ ! 1 38 1 .65 isl,j][ SAND 13M1 Reddish Brown to a Brown, medium dense, fine grained ; - 7Q�I j i 3 29 1! i J _75- ' j I �I I -80� _ light brown, dense with caliche 81.5. 46_ 1 nodules i .e5 Boring Terminated at 81.5 feet i �g5 9 Vie- Compietion Depth: 81.5 Remarks: Gmundwetm not enaountored during drilling. Date Boring Started: 9123/94 Date Boring Completed: 9123/94 , inc. LOG OF BORING N1 Project Description, West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363330.400 E 926422.86 Ground Surface El.* 3382.3 JVISL E T. 0, S.C. Elev.: 3386.49 MATERIAL DESCRIPTION - Btl/pz Im 0 6 E 2 0 0 a CL U 0 E * 6 3 IA z CL M SANDY CLAYACU Dark Brown, very 2.% stiff CLAYEY SAND 150 Brown, dense, fine grained with callche streaks -10 reddish brown 44 15 ".A -20 red, yellow, orange, and brown, very 54 30 i U 31 19 3 12 dense -26-- reddish brown, dense with clay 37 -J L J -40 brown 39 45:1 very dense -55 0 60.0 SILTY SAND ISM Light Brown, very S I dense, fine grained I -65 J %1 -70 N - dense 44 % pinkish light brown to pinkish I 1* 24 1 2 1 off-white, very dense with moderately cemented caiiche nodules and layers is l 90.0 Dark Brown, very dense with 43111 caliche streaks 96- �SILTV SAND Brown, vWij dense, 06-- Completion Depth: 185.5 Remarks: wWELL MATERIAL - Schedule 40, 44ach blank and Slotted 10.02-inchl flush threaded PVC pipe, Date Boring Started,, 9113/94 Depth to groundwater not determined because of wash rotary Date Boring Completed: 9/14194 drilling. Continued Next HDR Engineering, Inc, I LOG OF BORING NO. 68/P2 Project Description: West Texas Region Disposal Facility Lubbock County, Texas _ G Location: N 7363330.400 E 926422.86 (E o Ground Surface El.: 3382.3 MSL `�' �" ' o ; ; ; 4 ` n T.Q.S.C. Elev.: 3386.49 c l Y m 1 `0" cn it a E MATERIAL DESCRIPTION � -ter fine grained ' 8419" SANDY 0 AYACU Brown, very dense, ;�� :� `•;:, i I 12 " ;i fine grained 50I4 l 25 Brown, { very dense, fine grained i 3 14 - with clay SOW: i .� f3(} f tan -1S .• ,: i 7-4 175 _ Yellow Green 181.& LU a nNE Tan, Weathered, Fossil 18 Casts Y Boring Terminated at 185.5 fast a -4 9ti 195- i --m -- Remarks: MATERIAL - Schedule 40. 4-inch blank and slotted 185.5 emars: w Compleettion Depth: Completion 10.024nchl flush threaded PVC pip*. Date Boring Started: 9/13f94 Depth to groundwater not determined because of wash rotary Date Boring Completed: 9/14I94 drilling. HDR Engineering, Inc. LOG OF BORING NO. 89 V Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363726.267 E 925191.509 X Ground Surface 8.: 3386.2 MSL c I .3 2 2 s in E CL M V 3: C Cc> 0 L) m Z MATERIAL DESCRIPTION Sim SAND ISUI Dark Brown 2._ SANDYC-1 AY (Cl ). Brown to R�JdJis h -6 Brown, hard with caliche inclusions 40 70 a 29 17 12 10� 70 so k 54 15 1 28 IS 10 -20 - greenish tan 23.0 652 - 26 CLAYEY SAND MCI Reddish Brown, very dense with caliche inclusions I 67 i r 38 i 12 i 24 I is a -3& brown 51 36 reddish brown, dense I l 42 40 10 1 26 17 9 40- Sit TY 5ANDiSM1 Brown, dense, fine grained 1 I f 50 33 8 Is 16 — is 1- 44.01 -46 IJ CLAYEY SANn tSr- Brown, dense, fine 7 51 grained caliche lenses 55 41 I 36 10 i 25 17 -60 - very dense j es 11-1 -65 -70 SILTY SAND ISM1 Brown, dense, fine grained 12 5 t4p j NP NP 75 � light brown 49 8o tan, very dense with caliche nodules 31 S t NP NP NP 85 light tan with cemented nodules 21 T-912---- Boring Terminated at 89.5 feet -90y 4 Completion Depth: 85.5 Remarks: Groundwater not encountered during drwsng. Date Boring Started: 8/5/94 61 Date Boring Compieted: 8/5/94 HDR Engineering, Inc. LOG OF BORING NO. B141P3 Project Description: West Texas Region Disposal Facility Lubbock County, Texas ;Location: N 7363571.906 E 924046.166 o c o; 6 j rn wuy Ground Surface El.: 3380.1 MSL Jit j �'� i d a n i T.0.S.C. Elev.: 3384.17 C o 3 I a a a. w c eta Am aE z; .: ! ' !:5MATERIAL DESCRIPTION j rr Brown to Red Brown, very stiff, fine grained with sand )' ; 5 3 ' 27 64 8 27 15 12 hard '•:1 F�..•j 35 I 64 12 30 15 15 I is E '- t 5 "���' i i; ' ` 1 38 51 13 31 18 13 20 , Reddish Brown, 3o a3 dense with clay, fine grained I j 11 2a 16 e :• ;.. ;= 25 �.w y Reddish Brown, 07 1 43 1 15 31 19 µ12 l very dense, fine grained I : t 1 M TY SAND ISMi Brown, very dense, 5 {[ fine grained with caliche nodules [ i 63 21 7 NP NP NP 4Q-- 54 tl dense •-45'",�" i € a7 F 32 7 NP tip NP j SQ' 63 l very dense i 3 55 I dense ;I 4 ; ©� i : '.,.� k 69 1 25 6 > NP NP NP —:_ very dense with caliche inclusions , I 1 3 dense .1 50 i 23 5 F NP i NP NP 70 1 light brown to tan, very dense with17e ; j caliche mixture ' •75-+.•- F I • � 1o0 38 6 NP NP NP brown with caliche streaks I s` S5 '� • ; - light brown with slight cementation " ; • ; ee 31 a NP NP NP 90- caliche 5 95r'_ 77 16 4 NP NP NP Completion Depth. 183.6 Date Boring Started: 8/2/94 Date Boring Completed: 8/4/94 HDR Engineering, Inc. Remarks. WELL MATERIAL - schedule 40, 44rtch blank and slotted 10.024nch1 flush threaded PVC pipe. Groundwater encountered at approximately IGO feet BGS. LUG OF BORING NO. B1 41P3 Project Description: West Texas Region Disposal Facility Lubbock County, Texas ` I Location: N 7363571,906 + + E 924045.165 o ' 4 n Ground Surface El,: 3380.1 MSL I u -;; E . s ' y4° o E Y + u3 T.O.S.C. Elev.:3384.17aN'��` z 3 u D am E�� o.r a z 7 MATERIAL DESCRIPTION I ac , very dense caliche nodules and streaks sor3•: I 1 1 O.Or . 1 t CLAY JCL Reddish Brown, hard `"i 501 14 l at i6 " 3s 25 ' is 91 a 16 46 25 21 2Q SILTY SAND ISM l light Brown, very jI dense, fine grained with some reddish , ' : ora-54 i ' brown clay `.'_ 2 (' 11' • ' 50J4' f3E I 1 3 light yellowish tan {C; . •_-�[[[r014-1 35 ! I tan I :icua.51 l ' i 4 III 4 1 1 5014" : Be 1—r 1 NP NP NP -lF r I SANDY SILT (MLS) Light Brown, very �F , dense with caliche nodules and 45.,. {,':11 i ; inclusions + • ; tan, fine grainedors.5� 5 i I cemented with caliche m10 SILTY AND i , 0G1.75 5ILight rownvery y 5 ; Z dense with Gravel �•'• l i _ . 50+5' ' • 33 ? 1 NP NP NP or5.5' 20 l 19 NP . NP NP $� 11 i �• ;I5a12[ � i , -[ ; 501a—r—' .».ice..._-m».-..�-....._.....� � - l..UiI�ES OM Tan, Weathered, Vugs :.A ; Completion Depth: 183.5 Date Boring Started: 8/2194 Date Boring Compieted: 8/4/94 rng, Inc. at Remarks: WELL MATERIAL - Schedule 40, 44nch plank and slotted 10.024ncht flush threaded PVC pipe. Groundweter ancounwred at approximately ISO feet SGS. LOG of BORING NO. Bl 1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362925.258 E 924014.44 i Ground Surface El.-. 3374.1 MSL G N' I ' MATERIAL DESCRIPTION �-�-� SANDY CLAY ECLI Dark Brown, hard r SAND ism) Tan to White 5 — SAND ISC1 R dd. h 8r wn �Z aQ c o u. py y a� • • nor � a to I ae a o l�z• ' o. � I 3 o — �-• ,� t_r AYf5Y a Is o I i very dense I 10-- ' - fine grained with caliche nodules and s9 I streaks I SANDY CLAY fCLf Reddish Brown, hard d=� ' I i 20 ^ ea [`•I W EY SAND 1 Brown, dense _.1 -301: I - fine grained ; : 43 I 1 35, 1 I - : -- -- - - �f { SIE TY SANn ISM) Light Brown to -40 - I Brown, very dense, fine gralnad with i s9 [ za ; s NP NP NP = ; I caliche nodules I [ -45 reddish brown 33 � � -— - dense Z55 (i ;( :60 1 - light brown with some clay I 42 20 10 NP ; NP ; NP r65y i 70 -hard pinkish white/off- white, very I .y� dense, caliche streaks SANDY CLAY ICLi Reddish Brown, hard with caliche nodules Light Brown to Tan, very dense 90� fine grained with slight cementation sore 95 € i 100 --- -----�--- _ _ 4 74 Q Remarks: Groundwater encountered at approxImetely 146 feet BGS. Completion Depth: Date Boring Started: 9/12/94 Date Boring Completed: 9/13194 HDR Engineering, Inc. LOG OF BORING NO. B11 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362925.258 _ a� i m m I ,� • �_ iF 924014.44 j Ground Surface EL: 3374.1 MSL y> o CS «c�!a,� ©' �'� € � _ x a c -a �' � = ; o 2 5 Fr l t7 Im zl a S C MATERIAL DESCRIPTION j I pinkish tan with catiche and moderate L ; 5ar" ; _! cementation 104.Q— � OS� t• dark Brawn, hard I �.-� •. -.� fine grained 98110.5r -i CLAYEY SAND ISC1 Reddish Brown, 2.. very dense j fine grained with catiche nodules and streaks 125 3(1, j _ 1 93 0; I • 40 SILTY SAND fSMI Tan to Light Brown. dense 5014' 1 I very with slight cementation -1 I a ([ 50��'" fine grained with hard catiche nodules 1 and moderate cementation i �o�a.s� [ 155 1 [ 22 NP NP NP i 5- Cl Yellow Green 7 LIMFSTONE Tan to yellowish tan I 17t- Boring Tel 1SOi i i I�Ti i I 19Eo- f 20 r' _ Completion Depth: 174.0 Date Boring started: 9/12194 Dote Boring completed: 9/13/94 HDR EnIaineerina. Inc. at 174 feet Remarks: Groundwater ancountemd at epproxlmetely 146 feet BGS. i LOG OF BORING NO. B12 Project Description: West Texas Region Disposal Facility Lubbock County, Texas__— i _ Location: N 7362871.190 � ' m E 925795.555 i `o' U. ° O O d (�3 -� 23EU C' W •� • E C N ° u Ground Surface EL: 3381.6 M5L LL � ~ : o : 3 � o J � w E C& I V a 0 1 :t C3 c Z Aye .iLd Q� I E ' •C H Q MATERIAL DESCRIPTION SANDY CLAY_ IM Dark Brown, very 2 stiff ~ Sli TY SAi�I© ISIIAf Tan Reddish Brown, very dense 14 - caliche nodules, lenses and streaks 15� i •3 20tEEI a - fine grained 25 i dense 40 dense, light streaks, I _ very caliche cemented caliche lens ,{I 45J l 4 .�"i - ' __-8 Brown to Light 50 . ; i ' Brown. very dense, fine grained l' 54 i i �It - caliche streaks, cemented caliche 65 70 i dense 82 Boring Terminate at 82.5 feet -go� - !95- 60 i i I i s6 I I I 42 i i 6oEe' ' 75 soya• i is I 47 Remarks: Groundwstw not encountered during dditg. Completion i3eptts: $2,5 Date Boring Started: 9/26194 Date Bonng Completed_ 9/26/94 LIDR Engineering, Inc. ` LOG OF BORING NO. B13 Project description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362833.12 ' E 927048.287 iF E7 > X Ground Surface El.: 3377.9 MSL o m i c1 N G 2y U Z7 ci .a. m .� •in .t? © ! ; !Crai Q 2R D:-� '� M I MATERIAL DESCRIPTION la Z;� o a SANDY CLAY fCLi Dark Brown, very '; 4 stiff 3 23 Cl AYi=Y SAND lSC! Reddish Brown, ..> very dense i 10 caliche nodules F I ♦ 1�-J _ 20 d fine gained I so 1 1 25� i i 30r l i ? i brown - 40 ' fine grained ; sa a 45 � � SAND (SM1 Brown to Reddish Brown, very dense fine grained 5fi ! 1 25 I 8 NP NP NP ` ! 60 j medium dense i i f 29 i I _ - 70� I light brown, very dense, pinkish and j off-white caliche streaks 51 ; it caliche streaks, slight cementation 81.5; 5e - Boring Terminated at 81.5 feet i 90�+ >.. 95 3 ; �, Do-• 4.. - .. _��.._ � � N Completion Depth: 81.5 I Remarks: Groundwater not encountmed during drigirtg. i Date Boring Started: 9123/94 kDate Boring Completed: 9/23/94 7HDR Engineering, Inc. LOG OF BORING NO. B'14 Project Description: West Texas Region Disposal Facility Lubbock County, Texas IDq- F Location: N 7362717.190 E 928376.33 o Ground Surface El.: 3373.3 MSL MATERIAL DESCRIPTION E SANDY Cl AY ICL Brown to Light Brown, very stiff S' 5 Reddish Brown, r very dense t 0 - fine grained with caliche nodules, — lenses and streaks � I 20—t. - cemented precipitate lens 25= 35- 40-=`- I 45- —W SI TY SAND fSMI Reddish Brown to 50 ' Brown, medium dense, fine grained c il. E 55� j 60- i 1 • very dense, caliche nodules and ' cemented caliche j �. I � o o. ;,N;� .� t •E E � ID CSC" V O: o y ; is a J i6 I 0 10 28 16 12 67 as t� 3 t — � .75 r .80,; - tan, fine grained with slight ; 'Ms , cementation and caliche nodules f j :85- 't El,/jYFV SAND I SANDY Cl AYASCA, _._. Dark Brown, very dense/hard with 92.91 60,4 5" F caliche nodules, streaks and - ;g5� cementation ' SJUTY SAND IS Light Brown to Brown, very dense I I Completion Depth: 190,0 Remarks: Depth to groundwater not determined beaaus* of wash rotary 1 drilling. Date Boring Started: 9/14194 Date Boring Completed: 9115/94 Continued Next 11DR Engineering, Inc. LOG OF BORING NO. B14 Project Description: West Texas Region Disposal Facility Lubbock County, Texas E Location: N 7362717.190 E 928375.33 O GI mom; 0)0 -I _ d a Ground Surface El.: 3373.3 MSL ;~ ! L o „�- ; �-' ;., I ti o ., m lacOfuUr MATERIAL DESCRIPTION slight cementation and caliche streaks — 53 1 E I I ja€ lenses 1 caliche streaks and 1 E i pinkish tan, cemented I - 120 I brown, fine grained with calicheors.si nodules and streaks a _ I I - 7713 light brawn, slight cementation ! os51 , 135 14 i - brown with cemented caliche nodules iOi5.5~ 4 55�- light brown, fine grained with slight l � i • cementation 75L 1 B I caliche nodules 3015.75'[ ' B [ [ 17(P I t tUFSJ nNTan 1 �� i — 75 CI, AY./.,rl,,., A SIGN Yellow Green, hard I g - fight olive green to yellow f e3 - 8 - LIMESTGNE Tan to Yellowish Tart 190.- Boring Terminated at 190 feet 19r-' I E }} Completion Depth: 190.0 Remarks: Depth to groundwater not detertnlned because of wash rotary Date Boring Started: 9/14194 dtHliny. Date Boring Completed: 9/15/94 i a HDR Engineering, Inc. LOG OF BORING NO. 815 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362003.839 E 929040.147 i ; ; t 15z Cc .. J Ground Surface il.: 3369.6 MSL i ' � I � i � � • .N p � 3 ; o y c E' ac+o'Ym `vlaa N E o a i I MATERIAL DESCRIPTION ;• SAIIEDY C1 AY fCl3 Brown, hard with caliche inclusions, nodules and streaks11 i 5, -' '• J;� 7 0_ 30 64 i e F 2-3 12 �;—CLAYEY SAND I Brown, very dense reddish brown with caliche streaks and 1911'.6 g nodules ' l F 20 -orange. Yellow, light green, red with zri 1.3 slight cementation and caliche lenses 23. - ~-�---- SANDY CLAY_[CLI Reddish Brown, very dense, fine grained with caliche streaksJ� Reddish Brown to j F 30 i Brown, very dense, fine grained with I ss 3 i caliche lenses I 135i I 57 i 40 45SILTY SANDASM Brown, very dense, i i W w 58 F fine grained i 50 I 47 32 7 NP NP NP dense ; 56 F i ..; j very dense with caliche lenses 15e i F i 3 light brown with caliche inclusions _ 2s 65 - pinkish tan with slight cementation 176 , i • 7 - light pinkish brown, dense with 71.,5 a F 37 4 ; a --,T _ cemented nodules and caliche :W 75'� i Boring Terminat at 71,5 feet i 65y t 95� a�--- F Completion Depth: 71.6 Remarks: Groundwater not encountered during drilling, Date Boring Started: 917/94 Date Boring Completed: 9/7/94 HDR Engineering, Inc. LOG OF BORING NO. B 16 Project Description: West Texas Region Disposal Facility Lubbock County. Texas ` Location: W 7362128.794 1 j a 927651.971 I a o loo.ml _ v Ground Surface EI.: 3374.3 MSL t ' a `� . ; m r a r ig CJ �Nili 1eO'>c�s $ y n N�pa € m 7 m m N t ! y C; rc [ Qr iyR—�r0?!*" ._- tr 9 fL m ' 41. z c MATERIAL DESCRIPTION I ; i ;rSAN Brown CLAYEY SAND MC Light Brown to —�— Tan, very dense caliche 152 14- ' I brown with caliche nodules sa reddish brown with caliche streaks j ex 20 brown, caliche streaks and nodules so 36 , 10 xs 16 9 - fine grained - fine grained, caliche nodules - dense i 74 ; j 60 I I j I � fi7 1 I 66 xa 9 23 19 4 43 fir..-.- J _._{ •-_r---ram_... , :�1 I WIM 3AINU ISM Light Blown, very : 5015" ! i dense, fine grained with caliche nodules 70 I I dense 1 45 ! ; 5�; - hard caliche laver ( 3 r-� E za 80 very dense with off-white caliche es i -� � • 84.n 85 SAIIiQY CLAY IC L► Reddish Brown, hard with caliche nodules 87._;.,�.. s3 1x 3a z, 1a J SANQY SILT IMLS) Brown 5j —_ 58 ,•,w_ 13 tip NP NP 9© `. SILTY ND ISM) Brown to Light 7a SA Brown, very dense, fine gained i 95 i I . t 69 Qo� ^ Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 161.6 feet BGS. Date Boring Started: 8/9/94 Date Boring Completed: 8/12/94 i HDR Enaineerina. Inc. LOG OF BORING NO. Project Description: west Texas Region Disposal Facility Lubbock County, Texas B16 i Y Location: N 7362128.794 E 927651.971 ( �t c o ; w rn m a " is 9 c Ground Surface El.: 3374.3 MSL [E y o 3 o a u r F I s a m l �� m y c 3 f i O vd r.1 u p °' c ro MATERIAL DESCRIPTION i a g - - ! �tl_1Y SANd cnntinsted s5 ' 1 OEP. `• ! ? _ brown to reddish brown i 99110«I I I � -fine grained - 1 FP ! caliche nodules 1 I 19 NP NP NP caliche streaks 1 �619.61 31 I i light brown with cemented caliche I J 1 ! lenses ' ! 30--I i tan I sorl- � 35 146 � I 50t4• i � 4CH i i 5013* ; :116 - I Yellow Green, hard i I se 19� 59 29 30 75� 18q" _ -sandy inclusions I 18 UNIESTdI,IE Tan J 3 9 n 230.0 Remarks: Groundwater encountered at approximately 151.5 ieet BGS. Completion Depth: Date Boring Started: 8/9/94 Date Boring Completed: 8/12/94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B1 s Project Description: West Taxes Region Disposal Facility Lubbock County, Texas j Location: N 7362128.794 I E 927651.971. i v' ra 81 E a Ground Surface El.: 3374.3 MSL © j`�- .y`A = a m (A CL u I m a Y � C-4 m Q o J OI'C G:ZR q y Z ' � ' S MATERIAL DESCRiPT;ON � ---�_ I t_ 203.Di Z© _ CEAYk=Y SA1+1 1ST -ONE Reddish Tan and 0m5 Black �y+ ' '. SMAI F Dark Gray Shale with Limestone 2IQ1 I . Layers --- ----; CE AYEY SAN[1STf)NE Reddish Tan and Black 21 I IMESTONE Gray limestone with clayeyl2l - - sandstone layers f rLAYEY SANQSTQNE Reddish Tan an' ! j -i- 2 Black rLAYSTnNE Reddish Brown and Gray I 2 with silt/sand partings ! I I 23Q.01 I 23-feet- Boring Terminated at 230 F !- 3r;-! 461 I I 2+4 t'' 4 1 l 55y I [ 1 I 260� i I •[{[ 1 I � , I y ( E I t I 1 1 F 280J F I 285 i so-= � I 296- F ? 1 00 I _-._-- Completion Depth; 230.0 Remarks: Groundwater encountered at sppro:knatsH 151.5 feet BGS. Date Boring Started; 8/9/94 Date Boring Completed: 8/12/94 HDR Engineering, Inc. LOG OF BORING NO. B17 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362177.208 E 926397.876 4 Win °1 l Z .. d W W J Ground Surface El.: 3374.4 MSL 'U 1, O i © �'� '- '� `� y t+ o G r a j O � �� Ts G ►• � N � d-� N -,- G in ate v 4. d z w `r MATERIAL DESCRIPTION I 0 I o Dark Brown, very2,512� stiff with caliche nodules and streaks g 1 Tan ; CLAYEY SAND-LSM Reddish Brown to I Brown, dense ! 30 fine grained with caliche nodules and I j sx some sandy clay layers 15 �• I � I j " I l i -20 25� ' 30 ,- brown, caliche lenses 47 35 ' r ' $1LIY SAND tSMI Reddish Brown to [ Light Brown, medium dense ! ; 40^"Fr,-� - fine grained I9 31 6 NP NP F NP 45-i 604 65-j J - very dense •- light brawn, fine grained with caliche nodules 70 with sandy clay layers 75= M, ' FI 80 + . 1 E dense $5- i 53 � I F so 45 22 13 9 90 4" " , very dense with slight cementation 8' Completion Depth: 16E1.0 Remarks: Groundwater encountered at approximately 155 feet BGs. A teat pit. TP-17, was excavated approximately 13 feet *sat of Date Boring Started; 9/22194 017 on 1215/94. Date Boring Completed: 9/23/94 Continued Next) HDR Engineering, Inc. LOG OF MKING NO. B17 Project Description: West Texas Region Disposal Fac:llky Lubbock County. Texas ' I Location: N 7362177.208 .. ra E 926397.876 r Ground Surface EL: 3374.4 MSL E I �!Ia z°l'' ° MATERIAL DESCRIPTIONSILTY ! I J SAM 7rti�• I I i 1J �'• - pinkish tan with cemented caliche 1 I nodules and streaksit I 20 - brown, fine grained with slight I -•I. cementation ` 3 - celicfle nodules - light brown, fine grained with caliche i 57 I I nodules and streaks 5 - v#f•white, moderately cemented ::. caliche I i IE S S g Terminated 1 BO f gorinermnateat feet 94 E �� I i 1 I I jllj I I . : pthi> li i hemarks: L,roundwatfr oncountored at approximately is$ feet BC,s. a 1600 Completion De 4 A test pit, TIP-17, war axonated opproximstaiy 13 feet east of the Dote Boring 817 an 1215/9�4. Date Boring Completed: 9/23/94 I HDR Engineering, Inc. LOG OF BORING NO. B181P4 Project Description: West Texas Region Disposal Facility Lubbock County, Texas ry i Location: N 7362217.912 E 925146.93E c :co'°�lp cc - -o , Ground Surface El.. 3378.4 MSL ? :4 _ J � � a ; Q ' T.O. S.C. Elev.: 3381,E _ o °' ILp -7 ; c 3 d av (� ous 6 o a: 0 0. MATERIAL DESCRIPTION � CLAYEY -SAND ISC) Brown, very dense, ' y fine grained with caliche nodules �� I 5 E � •i - i ��' - moderately hard caliche i.. 15 - brown and reddish brown with caliche ; 75 ' tenses and nodules :20 �' Y Y _ - brown, dense with caliche nodules and i:. 46 i 36 11 23 17 -, j streaks 25 1 40 r.• �O - j y 44 1 .-1 30 .40 38 45-r �� �: ? 30 E ,SOS •X, t E. St 36 9 1 24 ' 17 {) 41 $0 -T^F - medium dense I. I : -. j 27 i light brown, very dense, fine grained I 75 ' 1 1 with caliche nodules and streaks I j i_; ss 25 i e NP Np 31LiY SAND (SMI Brown, very dense, I fine grained with caliche nodules and .•! :752- streaks 1 pinkish light brown {' .$0 ! 61 moderately hard caliche I 1' c. I tan, caliche J brown Completion Depth: 176.5 Remarks: WELL MATERIAL - Schedule 40, 2-Inch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/18/94 Groundwater encountered at approximately 150.5 feet RGS. Date Boring Completed: 8/19194 Continued Next P; YDR Engineering, Inc. 6 7 NP J LOG OF BORING NO. B1 HIR4 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362217.912 E 925146.935 c o c W p. C R LLI ¢�� 0 m m " X N '' Ground Surface El.: 3378.4 MSL g a u� ,� E E . -2 - , ; �- -�'� I"I�- o :-J c n a T.O.S.C. Elev.: 338'1.6 r6 ' m C I C Y ai¢N D17 6 m z ai fA o c7 i a v a.m oEI�O''c�l m F v 1 I a z S I MATERIAL. DESCRIPTION SILTY SAND continued 105 I i 3 i _ I tan, fine grained with caliche nodules `..1 1 H :' j 5015-' i F 120-9 I brown 6e I 21 I b I 7VP i iVP i NP 3 4 I light brown with some clay "• i t: 11150/3' _ I ' hard caliche 4"j light brown with caliche i 50+5" 1 14;: 1 1F i -�i $ i tan with cemented caliche • ' : H SOW 1 i I;RAVFt S 170. - - -- Yellow Green :e 1 with caliche r = ! Boring Terminated at 176.5 feet ~-� -- -� I Completion Depth: 176.5 Remarks: WELL MATERIAL - Schedule 40. 24rich blank and slotted Date Boring 5tartad: 8/18194 f0.024nchl flush threaded PVC pipe. Groundwater encountered at approximately 160.5 feet BGS. Date Boring Completed: 8/19194 j HDR Engineering, Inc. LOG OF BORING NO. B19 Project Description: West Taxes Region Disposal Facility Lubbock County, Texas Location: N 7362263.295 E 923990.64 o s a 1 :Ground Surface EL: 3374.4 MSL Q! AtiEVFIN'3" 0 1 a$• r�. O i v l J s V 6' l n tO U I w G:Y „INN. {L G E 6' N } N m (ii i Z:� ! MATERIAL DESCRIPTION ,Q � SAdNMLCLAYJW Dark Brown, very I i zg ` , stiff I 10 :, : • L hard 11- L ' Reddish Brown, l t 5 dense with caliche nodules and streaks 20 1 ' - very dense, fine grained 89 1 SlLff SAND_t Ili Reddish Brown to I �^ # Light Brown, dense l f I a01-" i fine grained i a, ! 30 = r'' I I I 33 l -4 I it f l I 50 55 ; E 6071-1 � 1 light brown, hard caliche nodules and M3- ' streaks ' 651 I I r � 1 •!I I � 1 t 56 1 7U I � -fine grained I i 75.� ' so light pinkish brown, with caliche $0 - nodules _ 1 Boring Terminated at 80.2 feet 3 05J 1 1 1 90� � I' :95� I i 80.2 Remarks. Groundwater not encountamd during drifting. Completion Depth: Date Boring Started: 9/26/94 Date Boring Completed: 9/26/94 yI]R Fnaineerina, Inc. f LOG OF BORING No. 820 Project Description: West Texas Region i3isposal Faclky _ Lubbock County, Texas Location, N 7361559.366 I i - i E 924494.733 w� " „o: � �oalm�IrAa'� � � I ro m Ground Surface E1.: 3376,4 11ASL _ "' ` m r r- i a u ►i = c t� E j -JEM c [ moo: a`1 oiCs1� j er — ' MATERIAL DESCRIPTION � � D p � F I I stiff Dark Brown, very. 2a I Bo "`� ze— le to 5 CLAYEY SAS;ems grown, very dense caiiche nodules ! 1 � I I -fine grained 60 I 76 44 '1 11 � f 1 �� is ! 10 20 .�y'�� reddish brown56 j I dense { I 41 '' 37 [ is I 31 19 13 brown, very dense 53 reddish brown, dense 30 I 1 ! 13 26 15 11 medium dense k 27 F ! 5 ( 22 I i - brown 47. 3ILiY9AdiJ�SMI fight Brown to -"� '- —`- E G j ' [' Brown, fine grained with cemented [ ! I caiiche and streaks 40J dense 1 I - brown I 9 NP NP NP 60 , I 36 I ) $5 - light brown ,34 i 70 U 1 i i 6 ) NP ttP 1 NP 75�' I i I I 32 8©.-I pinkish off-white, very dense, fine ! 5013— grained with cemented caiiche 85'�� I 1 I reddish brown with caiiche nodules i 72 90=„cam light brown _ j 67 a i i I I dense i I 41 i ' I ! Completion Depth: 226.0 i Remarks: Groundwater eowuntered at approxlmrtaty 150.E fast 8G3, [rate Boring started: 8/19194 Data Bonne Completed: 8/24/94 ► YL7R Engineering, Inc, Continued Next Page LOG OF BORING Project Description: West Texas Region Disposal Facia Lubbock County, Texas Location: N 7361559.366 E 924494.733 j Ground Surface El.: 3376.4 M$L E MATERIAL DESCRIPTION rn�clsn can wr[n cemenieo caucne i j�_can, very dense J f 1 0510 - reddish brown with caliche nodules I and streaks 15- z_ -�I 1 brown, fine grained ' 2!� 3a i i reddish brown, fine grained with caliche 35 ! tan with cemented caliche j 40-i=i 45 i -- IIIi 6 off-white with cemented caliche 61 Cl AYSTO Yellow Green, hard 9 Completion Depth: 225.0 Date Boring Started., 8/19/94 Date Boring Completed: 8/24/94 11DR Engineering, Inc. NO, B20 ity o }: 0 Ate, ?u U �o.X s .a aIr c+i" , a m :5014', pQws! i 28 8 NP NP NP � ( i ' W2.5a [ i 5414" ' I f • 14.75r i3012.5' 75 i Remarks: Groundwater encountered at approximately 150.5 feet BG5. LOG OF BORING NO. B20 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361669,366 i E 924494.733 x Ground Surface EI.: 3376.4 MSL i ; ' U. a a fq p F G1 ` C7 d C o a; � MATERIAL DESCRIPTION a Z . C o with claystone and limestone Payers�— �A w.�s�.� • ..wr rnntirf. �aai 20 ; 21 LNESTDNE Gray 2120g, [21 € SANDSTONE ©range to Yellow 2 f4.4 - - �. UAYSTDNE Reddish Brown and Gray �- - - t� with silt/sand partings 2c3 I f [22� i Boring Terminated at 225 feet 246 I € 5� 27t3 2764 I 280, I 28Ir• 3 295- i Completion Depth: 225.0 Remarks: Groundwater encountered at approximately 150.6 fiest HOS. Date Boring Started: 8/19/94 Date Boring Completed: 8/24194 HEIR Engineerinq, Inc. LOG OF BORING NO. B21 "'r]R Project Description: West Texas Region Disposal Facility Lubbock County, Texas ^Location- N 7361495 340 I aR E 925746.609 j o N a j ; Ground Surface El.: 3377.1 MSLJr- c'o O [ «u W N Q CC7 ; m I1 C i va CL eo a° ZIP MATERIAL DESCRIPTION SA 0 AY lei Brown, hard -.-� 3.0 30 ' 73 10 33 1& 17 _ r ' CLAYEY SAND fSCI Brown, very dense E� .� 5 1 J catiche = 3 15� 20-' { reddish brown, fine grained ss i #I ; 25-� 30 40 ! brown, fine grained with cemented 1 i 63111.61 j catiche f ; 45-1 f 50 catiche lenses and nodules I as SILTY SANn ISM) Reddish Brown to BO light Brown, very dense with catiche sors.s• 37 6 Na NA NP nodules and slight cementation i iC I i sa 75- ! lI 80-' Boring Terminated at 80.1 feet F $5� g0-4 - I g5= Completion Depth: 80.1 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/29/94 Date Boring Completed: 8/29/94 HDR Engineering, Inc. LOG OF BORING NO. B22/P5 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361453.416 E 927000.918 0 0 X 9 Ground Surface El.: 3374.8 M$L C '2 C, J? EA, C 0 U U— C V a T.O.S.C. Elev..- 3378.06 E M !— 0 0 0 • 6 MATERIAL DESCRIPTION z r I CLAY—= Reddish Brown with caliche Brown, j.. :t ' 25 77 36 12 I dense J very dense, fine grained with •60 1 cemented caliche nodules with caliche lenses -A 20 54 40 13 29 25 eo 30 54 I% reddish brown, dense, fine grained 37 _40 ll-__ . I A medium dense 24 Is 6 NP NP NP dense J 37 -60 1-55 SILTY tn CI AVEV QAUn IQ J ka-01-1 Brown, very dense, fine grain ed Light 33 10 34 d caliche nodules 72 -65 63 70 j, dense f.' 1 42 -75- tan, very dense, fine grained P, 1 57 12 8 0dense, caliche nodules 49 85! 1 f very dense r-': 89 -90 - k brown with caliche streaks and 57 cemented caliche 1: 27 F-- 98,o NAND tn Sill W 10 NP NP NP Completion Depth: 200.0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started- 8115194 (0.024nch) flush threaded pVC pipe, Date Boring Completed: 8/16/94 Groundwater encountered at approximately146 feet SOS. h- Continued Ni HDR Engineering, Inc. 20 25 LOG OF BORING NO. B22/P5 Project Description: West Texas Region Disposal Facility feel Lubbock County, Texas �-�_- ----------- Location: N 7361453-415 . E 927000.918 I c .. d 0 LL $I a+(4- i 1 0 Ground Surface El.: 3374.8 MSL , ~ ! o E (. C T.O. S.C. Elev.: 3378.05 ! 2 c C3 E MATERIAL DESCRIPTION ; i � J very dense, fine grained with caliche ' es nodules S •' 05 SMQ to Sit TY SAND conainued I j Ii [ 1 i3 h-� tan with white caliche streaks € i _ 5aa• I ,4 TIDY CLAY fCLIfCLI Reddish Brown, hardR 2' �• .: ,, �; 16.5'.' € 70 i 14 34 i 21 13 . ib'; -j I 35i i ':4 I 14�Tt' ?f s -€...:. _�, •. - caliche streaks E •,•I 189t8' el 21 58 33 25 CLAYEY to SILK; ANli.lC-S1Sd1 Tang; very dense, fine grained 5 - caliche nodules .; I € I F - - cemented caliche r S - cemented caliche nodules ''' ' :-: sae- 1 ! 17{ CCLAYYEY_R11 Yellow, very dense with i- -- caliche nodules ? 11t2- Ali 17r € $0- ` a7 sg ` 24 ai — 27 is CLAY_I CLAYSIDNE Yellow, hard 1 g L 1iIlI SF IQNF Tan, Weathered, Vugs 200� - s Completion Depth: 200.0 i Remarks: WELL MATERIAL - Schedule 40, 24noh blank and slotted 10.024nehl !lush threaded PVC pipe. Date Boring Staged: 8/15/94 Groundwater encountered at approxlmstely 145 feet BGS. ` Date Boring Completed: W16/94 7 Continued Next Pace MDR Engineering, Inc, LOG OF BORING NO. B221P5 Project Description: West Texas Region Disposal Facility Lubbock County, Texas_ Location: N 7361453.415 E 927000.918 m N+ 0. o= v Ground Surface El.: 3374.8 M5L a E i �° H in C 1 Y d �n _ T.©.S.C. Elegy.: 3378.05 i N m p _ pp e ay au ifIt-y G U 4 P «T U ' y G G Q1 m ry Uis' G d .7 N �. MATERIAL DESCRIPTION ! iam ; J Boring Terminated at 200 feet —-- `�- `- ©!!P i l of ! II € I 1 ! y L2i� I I 1 I 23+ I ► I i 44' sew 8� ( ! I 7i I I ! I 280,f I ' 29W 295 Completion Depth: 200.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Date Boring Started: 8/15194 (0.024nch) Rush threaded PVC pipe. Data Boring Completed: $116194 Groundwater encountered at epproxitnately 146 feet B(3S. -IDR Engineerinq, Inc. LOG OF PEZOMETER NO. P5A Project Description: West Texas Region Disposal Facility h]R Lubbock County, Texas i Location: N 7361453.001 E 927011.004 o - m a o Ground Surface EL. 3374.8 MSL o � ; ;; ( 00 ! r- � w k ; � v� m� � in' 3 = a a N j T.O.S.C. Efev.: 3377.85 F E l o a a E a Z, c f MATERIAL DESCRIP TiON -5� 10-q D, :2o-4 25' 30] 35--! 90i -i ![,Completion Depth: 169.0 Date Boring Started: 8/16/94 Date Boring Completed: 8/16/94 HDR Engineering, Inc. i 1: i , i Remarks: WELL MATERIAL - Schodul• 40, 2-Inch blank and slotted 10.024nchl flush threaded PVC pipe. For material description, rotor to Log of goring 622. LOG OF PIEZOMETER NO. P5A Project Description: West Texas Region Disposal Faulty —TLocation: _ Lubbock County, Texas I N 7361453.001 E 927011.004 ro' Ground Surface El,: 3374.8 MSL ° i °i 73LL mrlI i c [T.0.5.C. 1 Ho o s Elev.; 3377.85 ainmM " i JaEI*�a,;y' °7 y a MATERIAL DESCRIPTION I i i o 11,.`T, i 25-4 J `` 404 14 I.�• •y F yl[ 1 ' f ^171 Piezometer Completed et 169 feet yl 7 &j r I i 19i3 i Completion Depth: 169.0 Remarks: WELL MATERIAL - schedule 40, 24nch blank and slotted Date Boring Started: 8/16/94 10.02-inchI flush threedsd PVC pips. Date Baring Completed: $/16/94 For material dsscrlptlon, refer to Log of Boring B22. YDR Engineering, Inc. LOG OF BORING NO. B23 "q"�R Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361419.201 ; E 928262.07343 W Ground Surface El.: 3372.8 MSL ,C Nam; E C t > O �' a m; G °� T o' �i '3 v = uFLf of e�i 3�m�:aN 'dm' e o ©�! d i Cr N u c`3 Cr o I MATERIAL DESCRIPTION � . ii g a &ANDY CLAY ICLI Dark Brown, very stiff with caliche nodules 3.(3j 2$ - - _ 5 ; i SILTY SAND jTan, very dense --- I 10 [ y.r - cemented caliche504 -.=- CLAYEY SAND ISC3 Reddish Brown_ ! ` Is--, very dense 20 fine grained with cemented caliche and sws-; caliche nodules l 25- I A 30— I dense as 35:1 r . SA Reddish Brawn to 40-�:=BILLY Light Brown, very dense ; I :sas- - off-white caliche . I I 50-k caliche lenses as - dense , i ' 60 ? pinkish tan, very dense, fine grained I 63 l 65 Ij , i f r70 ' : - light brown, dense, fine grained with 40 caliche nodules i -75.-! -� very dense Boring Terminated at 81.6 feet - 85-- - 90- -95- 34 6 i i Completion depth: 81.6 ; Remarks: Groundwater not encountered during driNing. Date Boring Started: 9/1/94 Date Boring Completed: 9/2/94 51DR Engineering, Inc, LOG OF BORING NO. B24 Project Description: West Texas Region Disposal Facility Lubbock County, Texas • Location: N 7361396,025- E 929012.096 ' ' a Ground Surface El.: 3369.2 NISL o CS, -- LL C > : r to r J x a r i o ;� ; o y � 'u �� ' 16i U �' plO�[ ; Sr - rdi� a�q I MATERIAL DESCRIPTION z j .' . SANDY. Cf air cc>t Brown cemented caliche 26 j U AYEY SAND (SC Brown, medium dense with caliche nodules l 22 15 14.1 ! 1 Reddish Brown, hard--- ., with caliche streaks I I jI 52 56 20 I 41 i 26 15 -25� Reddish Brown, dense, fine grained with caliche lenses -TH ! 4130 gg l 34 ► 35 medium dense i 29 {, dense I 31 140 i ,o 22 1 , 5_...i [ F 37 50- ` E 55'i x S11_>rY SAND fS� Brown to Light,{} Brown, medium dense with some clay 22 30 and caliche streaks , 10 J� 1 ; 1 - dense with caliche nodules and streaks ' 37 light brown, medium dense, fine € 27 i I ! grained with caliche nodules { i i # 70F,Z brown, dense with caliche lenses 31 ' ' 75 - light brown, very dense with caliche 57 nodules dense 41 10 4 �85 - pinkish off-white, very dense with 5013" - E caliche and slight cementation ; -o_ light brown, caliche nodules and 173 streaks with slight cementation 1 1 Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 142 feet BGS `--- Date Boring Started: 912/94 Date Boring Completed: 917194 11DR Engineering, Inc. Continuer! Nexr Pa e LOG OF BORING NO. 624 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361396.025 j ' E 929012.096 o x c I Ground Surface El.. 3369.2 MSL E -a c ., ! R G Ih jai uE�4 i MATERIAL DESCRIPTION SILTY SAND continued SANDY CLAY fCLI Reddish Brown, hard i -- with caliche nodules and streaks �s•76 F Tig 1 "VEY SAND (SCReddish Brown, very dense 2 i I sole' 125 SANDY AY 10) Reddish Brown I i '.-.�°� t 3o.a� i are=•�- �` - (SAS Light Brown, very ' W92� j ] dense 3 5�' I 4D fine grained with mincer caliche and i . sare- f y nodules 4EP 5t'F--' pinkish tan with caliche cementation rz•s, 5 5 f f i 6 j pinkish off-white with caliche layers I j sar2 € 65 ! ( I 1 f -4 17 4 . I IIMIES inNE Tan 171,01-1 '•sn�z•. `— CJ AYSMNE Yellow Green — 175_- I 1 IIMES �TO Tan — - -- ~- _ 190.0� 190 Boring Terminated at 190 fleet Tgt= Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 142 feat SGS. Date Boring Started: 9/2/94 Date Boring Completed: 9/7/94 HDR Engineering, Inc. LOG OF BORING NO. B25/P6 'T"R Project Description: West Texas Region Disposal Facility Lubbock County, Texas ! Location: N 7360704.660 on . ' E 928975-793 o ! `' ! n u �, o Ground Surface El.: 3363.4 MSL j t o= : sL. �Z. as � '2F ; ; m C T.Q.S.C. Elev.: 3368.60 N 21 o f d o m _o °� a c b i Q MATERIAL DESCRIPTION I ! CLAY iJ Brown 5CLAM - SAME) f9a Brown, medium` 2e ` t. I dense, fine grained with caliche streaks S ; 1©-i -- and nodules light brown, brown, y orange and oran a �: f[ s3 light very dense r 15-rr - j gray, with cemented nodules r �' ' brown, dense, fine grained with caliche 4 , 45 I ' 20- nodules • _. i , very dense s� ;'(.. 1 i 25Y -I� I . dense I'--• 46 . I[ .T 39 i; very dense with caliche nodules and » 40yjSM1 streaks,: Tan, very dense, fine ; 58 -_ l grained ; ! = I -dense ! i 31 23 ! ® NP NP NP 50 I caliche nodules and streaks 43 I light brown, very dense, fine grained with caliche nodules and streaks 5o!6• . ; ' 60-k i pinkish tan, fine grained with caliche�;, „. a e, € nodules and streaks € dense 3e ,7a� f light brown, fine grained with caliche" 4e 45 NP NP NP - nodules =gc�, pinkish tan, very dense, fine grained - - with caliche streaks ; Sol - light reddish brown, fine grained with _• ' > 3 91 caliche streaks ; Completion Depth: 171.6 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 9/7/94 10.02•inchl flush threaded PVC pipe. Groundwater encountered at approximetoly 137 feat DOS, Date Boring Completed: 9/9/94 Continued Next Pa !DR Engineerinq, Inc. e LOG of BORING No, B25/P6 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360704.660 E 928975.793 cc 6' o � d J W x Ground Surface El.: 3363.4 MSL � � � � - � � o - T.O.S.C. Elev.:3366.60 E 2 v o : ' Y i i U co U w D MATERIAL DESCRIPTION 'a - caliche cementation SiIM SAND cantim-d light brown fine grained with i . cemented caliche nodules I pinkish tan, fine grained with caliche nodules r tine grained with cemented nodules I, F - fine grained with cemented c aliche nodules iM 804 f -t8C4 a sc% Completion Depth: 171.5 Date Boring Started: 917/94 Data Boring Completed: 9/9/94 ineerring, Inc. h and at 171. i I 821V i 0/4.26` I 92 i + .4 I ' �i013.5'� i E I ;Z:3•. ! ^. ...,--y. ' S0l3" � 46 ' 23 NP NP NP F' •�• •� i e � I 1 53 i Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted i0.024nchl flush threaded PVC pipe. s Groundwater encountered at approximately 137 fool SOS. LOG OF BORING NO. 826 Project description: west Texas Region Disposal Facility Lubbock County, Texas Location: N 7360750.311 E 927601.234 ag es w i Ground Surface El.: 3373.8 MSL ' - ia° E i Q.m •� ., 3 MATERIAL DESCRIPTION o ` 1CLlBrown, very stiff 1 5 3.0 CLAYEY SANG Brown, vary dense - with Sandy Clay Layers-10 ; caliche lenses and nodules 52 mottled reddish brown. orange -brown, ` so I ,i light olive green , 1 C..SANi1 ISM lRed dish Brown to Light Brown, dense I -,, 30�`.. j I fine grained I i 36 E p; 35 1 medium dense z$ I -45 I , 50 dense I as .. ��_I 80 ' i light brown, very dense, fine grained so with caliche streaks and nodules 1 I ; B570 i dense I . 42 75T l BO '* pinkish tan, very dense 80. - Boring Terminated at 80.3 feet I € a ..saY, I . 95- r Completion Depth: 80.3 Remarks: Groundwater not encountered during drilling. _ ~ Date Boring Started: 9/21 /94 Date Boring Completed: 9121194 HOR Engineering, Inc. LOG OF BORING NO. B27 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location; N 7360826.460 y E 925095.770 Ito a i - Ground Surface El.: 3376.8 MSL 4 a ` ` "W' 3 o X i 0 y 0. N if N• ?` 3 ce�l a_ Z 0. 1 MATERIAL DESCRIPTION l SANDY CLAY (CE)Dark Brown, very 2.0: - stiff i !` 5 - ` ! • SILTY SAID] (S(ilI► Tam Q=—� -!�-- •; - - Reddish Brown, hard I ` -J 10 I caliche nodules ! 77 ! 85 ' 12 36 20 16 1 CLAYEY SAND MCI Reddish Brown, -' _ very dense i r ff 1 a 20 I r l r r caliche nodules 56 i I I 30-{ •+ i ., dense, fine grained with caliche f 40 modules I pinkish tan with slight cementation and caliche nodules 40� i •- - very dense ; 86 1 40 7 26 16 10 -- SILTY SAND (SI1dl Light Brown, dense 1 1 F 50 n caliche streaks jI I 38 j I 1 I i I li i I 34 I I 11 4 l NP UP UP 65� I; ; I I 70 �• � � •. -very dense with caliche nodules and � � ; �3rs.s' ' I. slight cementation w 75- t j _80 i reddish brown with caliche nodules $0.8 ! Boring Terminated at 80.8 feat '85 ,F _9na -85= -10� - Completion Depth: 80.8 Remarks: Groundwater not encountered during drill". Date Boring Started: 8/26/94 Date Boring Completed: 8/26/94 YDR Engineering, Inc. LOG OF BORING NO. B28 Project Description: West Texas Region Disposal Facility Lubbock County. Texas Location; N 7384857.386 --- m a! ' w _J E 923950.397 10 � y x c o `oI a, -..a, a - a `, I CL I Ground Surface El., 3378.9 MSL c ; �° ih ; o � _ CL �0 a 0 ( F U � i OWF y� I � g1 : m Q ' � 6�] � 'C7 0 o' r4 /�4 ♦�� C'S 14 c E :1 a •"2 II MATERIAL DESCRIPTION z' fi CLAY = Reddish to Dark Brown 3 i . 1 0I —TCalfChe I I 62 12 37 22 15 CIA 'RAND.1Scs Reddish Brown to—�- 15 Brown I ' fide grained with caliche [ j i 25 �• � F � [ � fine grained with caliche nodules and � 1 35-iiStul! streaks Brown to Light Brown 4Q w j caliche nodules and streaks and slight 1 cementation ' 50 55-� 1 I light brown, fine grained with caliche I I 20 4 ! Na NP NP nodules gg off-white with cemented caliche ! r 11 70 light brown, fine grained with caliche j l i nodules and streaks i 3 75-i I t Sol IFI I .$5- -30- ' 2 NP NP NP =95": t�E • Completion Depth: 1S1.5 Remarks: Depth to groundwater not determined becouso of wesh rotary Date Boring Started: 8124/94 drilling. F Date Boring Completed: 8125/94 YDR Engineering, Inc. Continued Next Pa e LOG OF BORING NO. 828 Project Description: West Texas Regions Disposal Facility Lubbock County, Texas i Location: N 7360857-386 E 923950.397 a x �' Ground Surface El.: 3376.9 MSL o �- d ►- I a 3 i e �, r11 E G l7 I 5 u E; MATERIAL DESCRIPTION Z i g pinkish tan, fine grained with caliche =+ nodules and slightly cemented caliche 5jSILTY 1075 1 SAND co 2 SANDY CLAY ICt..! Brown, hard with caliche nodules 122. G 015.25, ) E. SILTY SAND ISM I Light Brown, very I _ E dense i caliche nodules and slight cementation �vrs.y5" 1 , 4v��—'? t 'I fine grained, with caliche nodules and isorz- ' slight cementation 45 i I , 1 601 159.01 CLAY Green and Yellow, hard 74 I 11 Boring Terminated at 161.5 feet a5 I --- is si 2a 33 64 ' I �17E� j 8G- [ J -19V Completion Depth: 161.5 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 8/24/94 drilling. Date Boring Completed: 8/25/94 ' Inc. F- ra3 yr OWMI U 1YV. UZU Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360157.559 r € E 924444.931 € � ¢ u ooi a�I4ia!� Ground Surface El.: 3376.8 MSL a ` LL C � in y°°' -' Z. i w E E Q f3 yO. d" fl.01 �-u.€ € Ri ©13 D 7• U � a as a O .at . I a 2 MATERIAL f7E5CHlf'TIpN to A2 a _ $6dQY.C1 AY lC! 1Brown, hard with , -L + 0 caliche streaks —� 5 - Sll TY_SAbiQ {9MlTan:0;-- +—� -own, -�-- dense j f 4 pinkish caliche € e7 34 5 25 15 10 15i I € ! � 5 I � I ' ! r i fine grained ff 50 25J 30 reddish brown, dense, fine grained 32 �1 r. brown, medium dense, fine grained 4�.q� 26 j with caliche streaks ! : --y----••- - 45� €ILTY�AIQ155)!�1Aj _ Light Srown, dense'. i 50 i i fine grained with caliche nodules40 i k- -60 ! pinkish tan, fine grained with caliche j 40 7 nodules and streaks 65y - light pinkish brown, very dense, fine I j 55 ' grained with caliche nodules and streaks - '- -� •°"""��- , -light brown . g13 4 NP NP NP - - Boring Terminated at 81.5 feet I _ y _S51 100-.—....._•�—.- Completion Depth: 81.5 Remarks, Groundwater not encountered during driNing. Date Boring started: 8/25/94 Date Boring Completed: 8/25194 -fDR Engineering, Inc. LOG OF BORING NO. B30 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360119.490 E 925697.663 2 M A• Goo•. LL �. x 01 Ground Surface El.: 3376.0 MSL ©i m v °u l¢ n;dip t 3 u; U v u Of ct, Q i E IPm_Q a,s0.N�Gai Ef d w_I m n iE i a MATERIAL DESCRIPTION I o = _ .a Dark SANDY "I AY W-1 Dk Bt to i 20 - Brown, very stiff with caliche nodules 1 i 3 l reddish brown hard fine rained with �`"�' caliche streaks and lenses g t Reddish Brown to ; Light Brown, very dense l� a Z -. - fine grained with caliche nodules 57 SILTY SAID![] (So Light Brown, dense caliche streaks and slight cementation i 47 I ! ; r - fine grained with caliche nodules 40 463 { i E pinkish tan with caliche nodules ° 34 j sa light brawn, fine grained with caliche 40 lenses ! rgg� , E I - i -70 . very dense, fine grained, caliche ( : so ' 20 1 4 NP NP " NP • streaks and nodules with slight 76-' 1 cementation ' -80 - � tan with caliche nodules and 80.44_ cementation = f - -85- Boring Terminated at 80.4 feet ; 3 Compteti0n Depth $0.4 _ : Remarks: Groundwetw not encountered during drilling. Date goring Started: 8129194 E I { Date boring Completed: $/29/94 Engineering, Inc. LOG OF BORING NO. B31 Project Description: West Texas Region Disposal Facility Lubbock County, Texas - Location: N 73600$1.420 m J E 926950.395 ' O_ * '�' �, a1, Ground Surface El.- 3373.9 MSL 1 'Z U.a � • S C15 ; C E m sn o ��'�d `�°o a� a 2• t t i 3a Z MATERIAL DESCRiPTIQN c rL SAN1ff Ct, Y-= Dark Brown to t Brown to Reddish Brown, very stiff with E i zs ; 5 = callche nodules i brown, stiff with caliche nodules and 13 '. — cemented nodules ' i 15, JJ ..., 20 — -�: - reddish brown, hard with caliche I 70 l �5 a ao 23 lenses 23.Q1i 17 25- — CLAYEY -SAND Ise l Reddish Brown, ' y l dense -30 t - fine grained with caliche nodules l 42 _ 35- 49 50 - fine grained i ! 3 S2 - 551 '4� I i I MLrL-5MQiSMILlght Brown, dense I 60 F - fine grained 65 70 3 - fine grained with caliche nodules I 3 as ' $7 5 NP NP NP moderately cemented with streaks of — caliche �. 80— - pinkish tan, very dense with 60-01 moderately cemented caliche •85— 90,E _ light brown with well cemented caliche 75 nodules 95— - off-white, fine grained with Completion Depth: 166.5 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Starred: 8/29/94 Date boring Completed: 8/30/94 Continued Next Pa HDR Engineering, Inc. e LOG OF BORING NO. B31 Project Description: West Texas Region Disposal Facility Lubbock County, texas Location: N 7360081.420 j rn F E 926950.395 ; o °a 6 }• mvi: 0d, m c r m _ v Ground Surface El.: 3373.9 MSi m i a �, : m; w: J i IEa a a y C i c 3 IL m �lC•n e°i m IL I E s E MATERIAL DESCRIPTION , cementation SILTY SAND F Sow - pg continuad t� tight brown, fine grained with caliche no sue•; � i and cementation 2E3-' I brown, fine grained with slight i : swa• i I _ I cementation , 2~ 3 light pinkish brown, fine grained with caliche nodules and cementation 3A 40+—� - pinkish tan with cemented caliche i 54J3' • nodules 45P i i 5 - tan with caiiche nodules ' a015.75 ' 60- pinkish off-white with caliche nodules ICA 6 ,. ClAYSIM Yellow to Green, hard i Boring Terminated at 166.5 feet 1" J i 1904 _ J i J Completion Depth: 166.5 Date Boring Started: 8/29/94 Date Boring Completed: 8130/94 11DR Engineering, Inc i Remarks: Groundwater encountered at approximately 144 foot RGS. F LOG OF BORING NO. 832 Project Description: west Texas Regions Disposal Facility Lubbock County, Texas Location: N 7360043.351 - �, ; E 928203.127 x a i u Ground Surface El.: 3363.2 MSL i � n w c �. o � 3 c __ a$r .60 ��u U a v 7 MATERIAL DESCRIPTION 0 - � —~ - SANlY CLAY tW Reddish Brown, very - stiff 23 1 50 8 23 13 10 5 A F' £iAYEY SAND fSCS Brown to Reddish Brown, medium dense ; - fine grained with caliche nodules 22 , J., 20 f - reddish brown, very dense, fine I = Ta J � I i grained with caliche nodules ; dense, fine grained with caliche 3 30 39 s ; - + nodules and lenses 22 14 e .{ 40 � • -E 3 - very dense 52 , r ��SIt1Y -45-- ! SANb Brown too Light Brown, dense f -50 ! f :'c-.- caliche nodules with slight cementation 47 5 5-i -4 € - light pinkish brown with caliche ( l 38 i [ streaks -65 70 _ ; - brown, very dense Fors- 80 - pinkish tan, moderately cemented with SOW - - caliche brown, fine grained �es:ea pinkish tan with caliche nodules and 95- streaks t ov_ , - brown, fine grained_ _ with caliche _ Completion Depth: 150.55 Remarks: Depth to groundwater not determined because of wash rotary - Y Date Boring Started: 8/31194 drflAng. Date Boring Completed: 9/1194 -1DR Engineering, Inc, Canrinued Nexr Pa e LOG OF BORING NO. 832 Project Description: West Texas Region Disposal Facility -^—. Lubbock County. Texas -- •-- T I Location: N 7360043.351 � i � � E 928203.127 a D ; , _ w 5 G, Ground Surface El.: 3363.2 MSL aR C W N •X: m0 1; j d �+ C? • cr E : � ci -` ;a° Z a MATERIAL. DESCRIPTION g nodules 9ers—� i l a ice,. i 92 ll 1 } light brown, fine grained sots- € 12!� 136! I I Sol'' 1 13� P014.S 1 f � 45� I f l j 6tl�i1 - fine grained with caliche nodules 15o.rd ! ; Boring emlinated at 160.5 feet — Sf-4 7 EE • 75- I I SEEP ; go- g Completion Depth- 150.5 Date Boring Started: 8/31 /94 Date Boring Completed: 9/1/94 'CDR Engineering, Inc. rtemaMS: ueptn to groundwater not deterrninad because of wash rotary drilling. I LOG OF BORING NO. B33 Project Description: West Texas Region disposal Facility Lubbock County, Texas Location: N 7360020.168 ! � � E 928963.699 C � O+ W .m a Ground Surface El.: 3351.5 MSL m ` 3 c o E= C 'team CL -_Si i i I GC a� E' a ..r Z w a ii fa a MATERIAL DESCRIPTION ,� SANDY CLAY fCi f , Dark Brownfirm to stiff $ _ hard 53 ; 80 j r 14 32 to as 20�may_ OItVe green 1 47 �' + n��` CLAYEY SAND t5Q Reddish Brown .,-.......2.1 ` -reddish brown, light olive green, white, � I 51 • and black, hard i 35-4 40' ^ ;i - reddish brown, greenish off-white $I a5` 1` _A6,01 ` i SILTY SAND {SM! Reddish Brown to I 54J I Tan, medium dense, fine grained I 24 80 .... -off-whitish tan fine grained 26` ' I Boring Terminated at 61.5 feet ' �_ 70—' BC: r 85— Completion Depth: 61.5 Remarks: Groundwater not encountered during dri%1ing. Date Boring Started: 9/20194 Date Boring Completed: 9/20/94 HDR Engineering, Inc. LOG OF BORING NO. B33A Project Description: West Texas Region Disposal Facility Lubbock County, Texas ' Location: N 7359869.110 E 928886.70 o i � � ge Ica rn °Y Ground Surface El.: 3361.0 MSL := 43 4 a F V , 1 I 1 Tan i ! MATERIAL DESCRIPTION AYJ.Ci1 Dark Brown to greenish tan with caliche nodules licht olive green 16, 20� 25] sod i i I 35--1 I 1 _ I 40— 55:1 i 75� ' 90- W � go-- 95� W I I s Completion Depth: 16.6 Date Boring Started: 9/26/94 Date Boring Completed: 9/26/94 HDR Engineering, Inc. at 16.5 feet I 6 f ' Remarks: Groundwater not encountered during dri".�' rLvu Ur DUMMU NU. 044 "r]R Project Description: West Texas Region Disposal Facility - Lubbock County, Texas ' Location: N 7359271.480 _M � E 928857.35 G ' I Ground Surface El.: 3350.0 MSL I �_ i F, � ' i�i'0 C cc '� MATERIAL DESCRIPTION (� C N - =; l.�ILAYEaC_SA©ID t3C1 Reddish Brown to ' %._ ; Light Brown, dense, fine grained 30 1 a ' ! light brown, fine grained with caliche I I f 31 F streaks � reddish brown, very dense with white I ( [ 73 ;�. caliche nodules ! [ I .. brown with caliche nodules I 74 ; 25" ' dense, fine grained 47 30,- light brown, very dense 1 1 15z 35. brown, dense I i 33 F -40 2, (? 30 ; Light Brown, dense 45 ..: -. , 5 F i _ fine rained with caliche streaks g t 7, 30 60�,l very dense, fine grained with caliche 5014' l I streaks and slight cementation i 1 65� brown, dense, fine grained 45 75 — ` very dense 7fi 23 3 f' ^i f 85— F 90 fine grained with slight cementation and caliche nodules 95, • e`", i' `SANDY ClA]L4frt lReddish Brow•S� hard __T_ — - ab Completion Depth: 130.8 Remarks: Groundwater encountered et approximately 122 feet BGS. Date Boring Started: 9/20/94 Date Boring Completed: 9/21194 HDR Engineering, Inc. Continued Next Pa , �\IW %r7 ■71V• 7✓V-W Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location. N 7359271.480 m E 928867.35 I an o °o dY cQ�� w E t a i Ground Surface B.: 3350.0 MSL , c @" i� 0.i i o g.�z MATERIAL DESCRIPTION g° minor caliche streaking and nodules 102.Q- -4 r SANDY Cl AY r&InGlad1 I 053 (3 - SILTY SAID (SL41 Tan, very dense j �"""'� - pinkish tan, fine grained with slight cementation and caliche 15-: t zo--- _ fine grained, with slight cementation, swa i caliche and caliche nodules 25{ — ' Boring Terminated at 130.8 feet 1 �. 504 �B- 1s i l 180" Rt P 5, f Compretion Depth; 130.8—TRemarks: Groundwater encountered at approximately 122 feet BGS. Date Boring Started: 9/20/94 Date Boring Compreted: 9/21 /94 1 i eering, Inc. 4 LOG OF BORING NO. B35 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359374.461- c, ° E 927552.288 G p LL ' y P r T Ground Surface El.: 3372.1 MSL GI 6S1 = •O O I E N , C C E `. h J E r E o a 11 m �; ma, >u� CP1 n u CL U �• I a7 , d Q I Y 41I�N i �i ii3 Q N .J MATERIAL DESCRIPTION SA CLAY fCLi Brown, very stiff 137 r;�" SANd ISAA1 Tan Brown. dense caiiche lenses I 42 .01 Reddish Brawn, — I very dense j 20-'� I i - fine grained with caiiche nodules and ( 74 i 40 j 12 31 183 - streaks t I 25 I it30-1 dense, fine grained with minor caiiche j 43 1 ; ~-SlE I streaks 33.Q_�^ 35� ' Llf SAND ISMI Reddish Brawn to • Light Brown, dense [ 40 ; I fine grained 43 45- W 5tf-�I 13 i '• 53 I , - very dense j rr brown, fine grained with caiiche 64 31 7 NP NP NP I streaks I ;70 [ - light brown, dense, fine grained with I 137 _III • I nodules, streaks and slight cementation75— �.. µBD-- : very dense, fine grained with some F 50 - -- soft caiiche nodules -85— _90 - fine grained 59 -95 Completion Depth: 150.4 Remarks. Groundwater encountered et opproximetely ISO feet BGS. Date Boring Started: 8130/94 Date Boring Completed: 8131/94 Continued Next Pa e CDR Engineering, Inc_ . .... ..... LOG OF BORING NO. B35 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7369374.461 rA 0 ' E 927552.288 C. 00 I M - Ground Surface EL: 3372.1 MSL Cg U.: C V) U.1 & 13: C i J -J , > - -- ! 0 0: up. ': G - 4)! IT 0 14 ; -2 - C 0 ag MATERIAL DESCRIPTION zri fine grained with small caliche nodules 3 NP NP NP 104a.— i 0ep j Reddish Brown, hard A caliche nodules 5014- SILTY SAND. ISMS Light Brown, very dense, fine grained fine grained with slight cementation by Sots, caliche J4 tan. fine grained with cemented caliche i 00/3-s! nodules 45rJ. 5 fine grained with slight cementation 150A at 1 BorkV Tomdnated 60.4 VeWt 66- 6�] 7(} 7 -J -1 a 0- -4 Completion Depth: 150.4 Remarks: Groundwater ancounterod at approximately 150 fast BGS. Date Boring Staned: 8/30/94 6 Date Boring Completed: 8/31/94 HDR Engineering, Inc. N LOG F BORING NO. B36 *qrm"R Project Description: West Texas Region Disposal Facility Lubbock County, Texas j Location: N 7359412.530 _ W ' E 926299.556 n,m comAl a u Ground Surface EL. 3376.3 MSL'` � (� E I to > v Ci m H' o. a a o x m c"� pia U v n M c Vi i I MATERIAL DESCRIPTION ' SANDY �;i�AY_Irl.I Brown, very stiff, 7.0 T -T caliche nodules 5 —' j SILTY .SAND _(SIM Tan, with caliche t0 ' SANDY CLAY tCLt Reddish Brown, hard 4 with caliche nodules and streaks 1 _- t5:� CLAYEY SAND ISCI Reddish Brown to l- Brown, very dense ; - ' 59 I i j ' z5� _•� 30 I i ! • � i 82 35-� 33.01 SILTY SAND (SMi Brown to Light Brown, dense II Ill -;' 40�� ( [ I I 48 i _ 22 5 NP NP NP ( 45 50 ` E brown with caliche nodules _ ? - very dense I ss 55-a 60 1 - light brown, fine grained with caliche I 72 j nodules and streaks with slight I 85 • i f cementation i cemented caliche 1 fine grained with caliche nodules and streaks j ', so p ' -75 '� _80� - ten with caliche lenses 8t.5i i sa ' _ Boring Terminated at 81.5 -85-1 : g0; »s5-- Completion Depth: 51.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/29/94 Date Boring Completed: 8/29/94 -1DR Engineering, Inc. LOG OF BURIN Project Description: West Texas Region Disposal Fac _ Lubbock County, Texas — Location: N 7359446.744 M f E 925048.40 0Ground Surface El.: 3376.7 MSL O. ea :c I rn m in f; MATERIAL DESCRIPTION SANDY Ci AY U Dark Brown, very Z E stiff 5 -J Tan t CLAYEY SAND tSC3 Reddish Brown, 10 r dense 1 fine grained with caliche lenses to- ` - very dense, fine grained with caliche �. lenses and streaks 25 30" ' r fine grained with caliche nodules TY } ; SILSANG ISO Reddish Brown to 35- € Light Brown, dense fine grained with caliche nodules and - ; i streaks 15-4 I light brown, fine grained with caliche i0 I l nodules and streaks 60 very dense t B5� ' 7a 7 5 g0-� very dense ' f F 90 I caliche nodules 95 - . i Completion Depth: 150.3 Date Boring Started: 9/22194 Date Boring Completed: 9122194 HDR Engineering, Inc. G NO. B37"""]R silty G ml� x ecru c y•� _ t d t pp E m ` dam gE Uzi c l ' . a TX � 3 i • 27 39 3 ; i 22 17 5 3 i70 I �QL-- l sa i48 30 a NP NP NP k 67 1 41 i t 62 so.a Remarks: Groundwater encountered at approximetoly l" feet BGS. A test pit. TP-37, was excavated approximttaN 13 feet east of 037 on 1216194. I LOG OF BORING NO. 837 Project Description: west Texas Region Disposal Facility Lubbock County, Texas Location: N 7369446.744 E 92504�8.40 I i ' 3 i Ground Surface El.: 3376.7 MSL : ° ',J. d �' ` cy,.•.yN �w x € _ c a a m� tfp7. � �0•� a a T MATERIAL DESCRIPTION - - brown. fine grained ....- SILTY SANn apathamW 06 i,€ 1 1(3•w..� i tight brown with caliche nodules 15-: 12 gown, fine grained I 125- light brown, fine grained with caliche streaks 35-; I € . pinkish tan, fine grained with hard caliche nodules - 45� 154I�•� . =1 i Boring Termineted at 150.3 feet 55i i I 1 sox � s� I 70" r i 175, •18( - 186-- 9l}, '195 I 200: - _._._. I Completion Depth: 150.3 Remarks: Groundwater ancoantw d at approximately 1" teat BGS. Date Boring Started: 9/22/94 A test pit, TP-37, was exoeveted approximately 13 feet east of Date Baring Completed, 9f 22194 • 837 on 1215/94. YDR Engineering, Inc. LOG OF BORING NO. B37A Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7369435.910 a� �, ! E 926042.160 ` a UL > � � � m x X , n ' Ground Surface El.: 3376.7 MSL ' `� `i", 3 I r "4 c J J aL > Cr •Y0: W:igQfCLO�� (3 � [ [ i m p N N MATERIAL DESCRIPTION I ( g 1 ' r~ SANDY .CLAY.. = Dark Brown2.5 J 5 .-� Y SILTY SAND 4SUs Tan--...--. Cl AM SAKI] fS0 Reddish Br DWn 10= t . fine grained with caliche nodules 1 s Boring Terminated at 11.6 feet 2i}J i 25: 30— I 35-r i 40-� .4 45- 50 -70: -a _75:; ]i F 3 -80— _ i I -85 M I -95Z Completion Depth: 11.6 Re, i Date Boring Stoned: 9/22194 Date Boring Completed: 9/22194 Inc. LOG OF BORING No. Project description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359485.675 E 923890.73 Q I U Ground Surface El.: 3376.9 MSL to C T.O.S.C. Elev.: 3380.31 MATERIAL DESCRIPTION SAMY CLAY 4CL3 Brown, very stiff luZ I 6 O iJsow y©r _ G F o 1 . 8. _ ; E Vl ©-.,.CLAYEY SAMLLM Light Brown, very - dense, fine grained with caliche nodules — and streaks i F 20-'"" reddish brown, dense fine rained - with some caliche streakinggrained 25 I". •'� { - very dense"• • 3 5 a (' SILiY sANn rS�ut Light Brown, dense, -45--i fine grained with caliche nodules and i ; streaks jrl 50 fine grained with caliche streaks 55-1 ggj F F, .- y -fine grained • � f _65, r I _ � F t 1 }•� _ 70 fine grained with a few caliche nodules ' - y and minor streaking F :751 ! very dense, fine grained with minor — caliche streaking light pinkish brown with caliche streaking and slight cementation { 95_J .., r fine Completion Depth: 161.55 Date Boring Started: 9/12/94 Date Boring Completed: 9/12/94 1DR Engineering, Inc. 27 ,. 65 •`• 45 25 E 7 NP NP NP rg •� 1 J ; i 36 ; 37 I •� i ` F 3 3r 96!7°.fi! I" 9ws.T5� aliche streaking and Remarks: WELL MATERIAL - Schedule 40.44nch blank and slotted 10.024nchl flush threaded PVC pipe. Groundwater encvuntared at approximately 145 feet SGS. LOG OF BORING NO. 8381P9 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7369485.675 E 923890.73 � X ' a i ! Ground Surface El.: 3376.9 MSL L _ °'z C `-A dw W c a I T.0.S.C. Elev.:3380.31 i �a1� ' 0= a c m �;�°NIC` m 72 ! `-' u a i [7 ; a qu E fa° i v i U [ 67. q f in o U MATERIAL DESCRIPTION 7 f a Q tM a I i slight cementation 7Y SANDco:Lsed :• a45" - { a ! 11 a A• t brawn, fine grained with caliche i . ` 50J5• streaks and moderate cementation: - light brown, fine grained with caliche 4 ,,• 01515; I r streaks and slight cementations i 2 moderate cementation and caliche 35 r I i • �. 4�"" 3 i tan, fine grained with moderate ::' �: 15011• i cementation a -14 I' S ! white off-white with caliche nodules t ' 50t2• . 7 OA 18 [ 30 i 22 . 8 iJ� •. I f F :� ! CEAY f CtAYST 1M Yellow Green 161. -i - -- -. Boring Terminated at 16 65 i a 75- 85•, � ' ' I 9E1� Sep Completion Depth: 161.6 Remarks: WELL MATERIAL • Schedule 40, 44nch blank and slotted Data Baring Started: 9112l94 {0.02-inchl flush threaded PVC pipe. Groundwater encountered at approximately 146 feet BGS. Date Boring Completed: 9112194 a H©R Engineering, Inc. LOG OF BORING NO. 839 Project Description. West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358819.601 rn: E 923876, 746 ' n ' Ground Surface EL: 3375.5 MSL o E� Q (;y �po- g .yin � C y�' l: O�y�•I' an ^p'. a° m_ U;`< o y 4 Z o MATERIAL DESCRIPTION I -`�T�, SAAlDV Ci,aY { 6 wn, very stiff,- 5 -'� fine grained 4. 20 5 ' .L Brown to Reddish Qf �- ry 3 Brown, very dense I fine grained with caliche silt and ' 92,1,.J 3E 6 28 ,s ,a nodules 20T _ reddish brown, dense, fine grained ae ? E ~ 25, with caliche nodules J _;• - fine grained 35— 1 4o-17 - - very dense, fine grained with caliche i I i 53 32 a 26 1 15 f, i nodules and streaks i 45 -'� _.. i SIIIrTY SA�t.-�} Br'own to Light Brown 1 I � � � 50- -brown, fine grained with caliche I I `' I -I nodules and streaks - medium dense 1 26 Bo light brown, dense, fine grained with 40 165 caliche nodules and streaks E 70 # tan i 41 I 75 • l � F o I CLAY [GI l Reddish Brown Clay, hard 81,51 with Sand 85-I Boring Terminated at 8 i .5 feet _ �._ Mgo: -95� - I • Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started; 8125/94 Date Boriing Completed: 8/25f94 '1DR Fngineerin4, lnc. LOG OF BORING NO. 840IP8 Project Description; West sexes Region Disposal Facility Lubbock County, Texas Location: N 7368782.698 m E 925023.683 C,y a "w v ' J Ground Surface El.: 3376.9 MSL ` -` a E , T.©.S.C. Elev.: 3380.24 o �' = c c 3 m <v d a 1 m v_ rA � 1 Q _ el { i MATERIAL DESCRIPTION -! SAhM CLAY fCL! Brown —� �AYEY SAi1.fSCiBrown, medium f 24 5T 7 30 17 73 dense, fine grained with white caliche t o j I nodules ;:>• `' j - very dense, caliche nodules and — streaks f5� dense, caliche nodules and lenses i so" i i _ 20 j very dense, off-white caliche streaks ::f l 62 35 i 9 27 16 11 ?5 � - reddish brown, fine grained with 51 caliche nodules - dense 47 ; 35 -y[ SILTY SAND ISirAl grown, very dense, '' '.F 63 144 i 3 NP NP NP fine grained 96 i -� � I i k 45 :,,, • I dense , t 46 25 6 NP NP , NP 50 . i fine grained with caliche nodules and i streaks. 42 , 55-��,�•� very dense 60- E light brown, dense, fine grained with ; ` t ; .y 43 ! ! ! caliche nodules + gs brown with caliche streaks ., I ' •, ` ' light brown with caliche nodules and ;: 4" 70-H. streaks 42 ..:..: - very dense , 56 21 3 NP NP NP so € , pinkish tanfine grained with caliche ' 51 i k streaks light brown, fine grained with caliche ? ' ` 69 streaks 86 pinkish tan with caliche nodules h` ;60l2• Oda- - _ - Completion Depth: 208.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and alotted Date Boring Started: 8/16/94 {0.02-inchl flush threaded PVC pipe. Groundwater encountered at approximetely 147 feet SGS. Date Baring Completed: 8/18/94 ------- ' ...... Continued Next Pave HDR Engineering, Inc. LOG OF BORING NO. B40/P8 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358782.698 I ( T of E 925023.683 1 6 yay , •: _ x Q C 6 i 4A. , Qr dl C a ; ! Ground Surface El.: 3376.9 MSL i d � ; ' �° 1 h : in , w ! C E E m G1 a o J T.O.S.C. Elev.: 3380.24 w z U y 2 cc ZIP" a i MATERIAL DESCRIPTION caliche streaks 1. £'....4— ' SILTY SAND c latinund 105�! 1 i - fine grained with caliche nodules . - SOW, _ 777j f f 12 light brown, fine grained with caliche .� 1pp zs f a i NP NP NP nodules 1 12 i I -'' i 3 t -hard cemented caliche �. •`i l , 4 �'' ::15ots•' 145I t 5'--' i sea• i j 1s zo 32 za e t� i � I I' • i I ' J CLAY I C YST td, A—, 78 i 7EP I A6/10.5, 91 21 65 36 19 189.0 90 µ �tMESTONF Tan, Weathered, Vugs PEI Completion Depth: 208.0 Remarks: WELL MATERIAL - Schedule 40, 24nch Wank and slotted Date Boring Started: 8/16/94 (0.024nehl flush threaded PVC pipe. Groundwater encountered at approximately 147 fe Date Boring Completed: 8/18/94 at BGS. mc, LOG OF BORING NO, 8401P8 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358782.698 _ E 925023.683 e i n .µ w .�, n n ' U .2 o n m y Ground Surface El.: 3376.9 MSL F m ; E c w Q ! T.O.S.c. EIeV,: 33$0.24 C ° , O I �, o ` 6 _ Y Z. r 0 1 a: I MATERIAL DESCRIPTION i LIMESTONE cotttinued }a; i Boring Terminated at 208 feet l 2 i V�! , 304 j j 3 E 4 ` f I i . I . I p � I 285� 2904 I i Completion Depth- 20$.0 Date Boring Started: 8/16194 Date Boring Completed; 8118/94 HDR Engineering, Inc. I I I , Remarks: WELL MATERIAL • Schedule 40, 24neh blank and slotted E0.024nehl flush threaded PVC pipe. Groundwater encountered at approximately 147 teat BGS. l LOG OF PIEZOMETER NO. -P$a Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7368772,098 ; E 926023.58 w 3 ! t s i o o. IL a'°a'i v E .0 V Ground Surface El.: 3376.9 MSL �' ; ►- y C i E I� �� o S }' T.0.S.C. Elev.: 3380.18 iEn c ra i d �, i s i i0 G,m IQ CL m MATERIAL DESCRIPTION t a 10 i 30- `Ek 35 :{ 40 55 i I ' I 60 65 i 70 i 1 j i -75 851 t 3 95-- r: -4 I: ! - : 1 Completion Depth, 158.0 Remarks, WELL MATERIAL - SCheduls 40, 2-inch blank and slotted Date Barrng Started: $/i$i94 10.024ach) flush thraadsd PVC pipe. For materiel dmrlption rsfm to tog of Boring B401P8. Elate Boring Completed: 8/18i94 Continued Next Pa e HDR Engineering, Inc. LOG OF PIEZOMETER NO. P8A Project Description: west Texas Region Disposal Facility Lubbock County, Texas Location: N 7358772.098 E 925023.68 3 E 2 Ground Surface El.: 3376.9 MSL j 5 •$ Uh '� ; c l T.O. S. C. Elev.: 3380.18 cs ; „� Cr o I lad o Eo .. M a .0. I z c Q MATERIAL DESCRIPTION i 05-' 1 f' E 104 20- , i 2 a I f 3f i 4t� 45M = 3 i 5tt� Jjj V I 61 �i 7� 71 8r}: I 1 a53 1 9(jJ 95-i ! -4 j Piezometer Completed at 168 feet Completion Depth: i bu.0 Date Boring Started: 8/18194 Date Boring Completed: 8/18/94 yDR Engineering, Inc. i I I iI I r I I I I i i 3 • i f I 1 • I 1 • 1 x I � I • Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and started 10.024neh) flush threaded PVC pipe. [ For materiel description refer to Log bf Boring 8401P8. I l LUG OF BORING No. B41 /P7 Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location: N 7358701.715 j o E 926903.0266 I a t;u„ I X Ground Surface E#.: 3373, 5 MSL i °' a ° E a a' u ey�i in }�. g T.O. S. C. Elev.: 3376.86 7i C y A, .tF n C i t7 C3 a8� $z ra m i% MATERIAL DESCRIPTION A ( 0 l AYEIf SANE) [So Reddish Brown, -I ( very dense, fine grained with caliche nodules ; 1 •-=- 37 E9 7 24 14 10 very dense, caliche lenses ; 79 I ai a 33 ,a is 5 cemented nodules with caliche lenses ors.s i 2' caliche threads I a3 3s I f • •I i�, :y '• 1 a NP NP NP i _25 °.:•..i I caliche lenses •.' 7e 3© 11 i caliche nodules 58 I 34 7 i1 to 7 dense ; { (. sa I very dense, fine grained 73 q I' •�I t SIily SAQ ISM I Light Brown, very �; ' � �Sa 2. 5 2$-17 a _ ( dense, fine grained with caliche nodules i 50- - i ' and caliche lenses 11 i j 54 55 j off-white with cemented caliche j5015-' 60,r i ; - dense, light brown with cemented I , as nodules fi5 I _ fine grained j. '=' • 'Y 36 f4 P I i 4 N NP NP I 1 I .. 70- j 3 I [ I - very dense, fine grained with caliche I as nodules75 :. .l j 80�.r j fine grained with cemented caliche z, s NP NP NP ! j .• 013.38i' - cemented caliche streaks S0 . " #012,25* -95 ; CLAY (CLI Reddish Brown, hard with I'- i caliche nodules ;: 1ars.7sr i 92 20 48 27 21 Completion Depth: 18910 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted �— Date Boring Started: 8/5/94 40.024nch) flush threaded PVC pipe. .. Date Boring Completed: 8/9i'94 Groundwater encountered et approximately 140 feet BGS. ` 7 Continued Next Pa e HDR Engineering, Inc. LOG OF BORING NO. B41 /P7 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358701.716 ae E 926903.025 Ground Surface Ei.: 3373.5 MSt. I W �' I E a �� ate_ �. i a T.©.S.C. Elev.: 3376.86 1 2 c e ; I ;, 1i 04 i I MATERIAL DESCRIPTION i Z) SAND Ztl db SILT(SP-91110111 Light Brown, very dense, fine grained o '� . 106.� tan with caliche nodules SAh1JVCLAUCU Reddish Brown. hard 1 -caliche nodules 5vr3' ; 69 ! 13 36 1 23 13 Light Brown, very 5.3e ! 1 ! dense, fine grained _ [ i -,CLAM SAND ME Light Brown, Fine .7; 1 Grained -13 €.: _ off-white cemented caliche 1 '•' tz.5 i 50543 i 19 � 41 32 9 -� �' • 1 Z y i € � I off-white with cemented caliche 1:•..K :I5013-i 33 - la 35 28 7 nodules4. j ht brown 145.�- : j _ _ .,,,1e up SKTY SAND ISM I Light Brown S 1 i tan I, of4.5 -off-white with cemented caliche 13.5 33 I 23 38 2e to - yellow -greenish yellow with caliche 1B2•�._••�;..._ � ��,,_ tenses I. ': � —r ' ' 1 2s ,I 25 g { 1 CLAY ICL! Yellow to Blue -Green, hard 11 I','.•rr h 72 - too i 25 53 30 € 23 + I cemented caliche nodules 7Ei cemented caliche i I 1 cemented caliche 1st I j sa LIMES—MM Tan, Weathered. Vugs 18939 �-- -� -- — Boring Terminated at 189 feet I I ' 20 -.-. s Completion Depth: 189.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted ' 10.024nehl hush threaded PVC pipe. Date Boring Started: 6/5194 Groundwater encountered at approximately 140 feat SGS. Date Boring Completed: 819194 i HDR Engineering, Inc, LOG OF BORING NO. B42 Project Description. West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358759.060- m. E 92876,9.99 I I o w X o Ground Surface El.: 3353.6 MSL s c . ' �° - - a i ; y o ' ; Cl N. R ( U _ lam tj E.z.L r r MATERIAL DESCRIPTION 0 , SANDY CLAY [CI} park Brawn, hard with caliche streaking 2.534 Tan 6.01i Sa Reddish Eirown, -- - 3 very dense ! - fine grained with caliche nodules and 53 - streaks I -20 5223.0 , _25 iill TY SAKI[] (SMt Brown to Light Brown, dense g i i fine grained with caliche streaks ( [ i Al ; r _3A _35`1 �0 r very dense i ss ' 45 50�' 1 fine grained dense i I � i 60 _ - light brown, very dense, fine grained 51 with caliche nodules, streaks and slight 81' -i 164 65- cementation goring Terminated at 61.5 feet 75-J 85^ i 90- 95 -4 ! Completion Depth: 61.5 Remarks: Groundwater not eneauntored during drilling. Date Boring Starred: 9/21 /94 Date Boring Completed: 9121 /94 HUR Engineering, Inc. LOG OF BORING NO. 843 Project Description: West Texas Region Disposal Facility Lubbock County, Texas I Location. N 7358032.810 I aQ of E 927503.342 i g a' U.: F z m a w Ground Surface El.; 3368.5 MSL a wrn: © �- : �'- I ' z Z a� rni t7 ac [ moY.. a ! [ & MATERIAL DESCRIPTION SANDY CLAY fC1-1 park Brown, very 3 rg stiff —I —4-_ -- 5 CLAYEY SAND 1,9 Reddish Brown i 70 - very dense, fine grained with caiiche 1 sa nodules and streaks 13.Q SrLTY SAND ISMReddish rown, dense 20-4 fine grained with a few caiiche nodules ; 39 22 I 9 j NP NP NP 251 i� 27.0 1 CLAYEY SAND ISC1 Brown, very dense i i 30 fine rained with caiiche lenses,32.011 77 I + -, nodules and streaks i E I - I 35-4 SILTY SAND ISM Reddish Brown to F k Brown, medium dense -404 ,; 1 I fine grained F ! 24 ' , 1 brown, fine grained with caiiche 50 I I nodules and streaks and with Some clay i 46 F I ! I dense I I i i -60 - =1 ` sz -pinkish tan, very dense, fine grained [ ' I l with caiiche nodules I [ B5 I I I E -70 i ht brown, fine grained i [ 64 1 -75- 58 I I i :S5 pinkish tan, fine grained with slight 64 ` cementation Completion Depth: 193.0 Remarks: Groundwater encountered at approximately 135 feet BGS. Date Baring Started: 9/27/94 Dare Boring Completed: 9/27/94 i Continued Next P. VDR Engineering, Inc. ` LOG OF BORING NO. B43 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358032.610 i o — ? E 927603.342 a m ¢ Ground Surface EL: 3368.5 MSL a ,° : m ~ vi X E I m or '2 MATERIAL DESCRIPTION j 5i1 TY SAND cwthund i 05J. ! i 161 I - reddish brown, fine rained with sli 9 ght I i cementation 12� �!11 ! - light brown, fine grained with catiche ' streaks li�l 125-4 j 13 - pinkish off-white, fine grained with i I I hard catiche nodules and moderate 35 cementation tan, fine grained 4&- 1 tI _� j f 1 50-1 ! - pinkish tan, fine grained with slight cementation jl Yellow Green, hard ss� Yellow Green Claystone with Limestone layers Bs- g 4 I.IMESID Gray 95:; I Boring fermi Completion Depth: 193.0 Date Boring Started: 9/27194 Date 80nng Completed: 9/27194 R Engineering, Inc. at 193 Remarks: Groundwater encountered at approaimatalY 135 feet BGS. LOG OF BORING NO. 844 Project Description: West Texas Region Disposal Facility Lubbock County, Texas _ j Location: N 7358071.200 E 926250.609 Ground Surface El.- 3370.0 MSL 1 ' w ca A`�: 1.y`�! �-; •• Z 18.?�( U a Y ma J Z C I H MATERIAL DESCRIPTION ' T SANDY CiAY IClI Dark Brown, very 1. stiff with caliche nodules 3 ----- 5 SILTY SAND (SSW Tan i Brown to Reddish Brown [ 10 `.�` ' dense, fine grained with caliche 42 streaks and nodules 20 reddish brown, fine grained with 33 ! _ I caliche nodules261 ; 3 rI i SILTY SAND ISM) Brown to Reddish j _ Brown, medium dense 3 30 i fine grained I 27 1 40 i I 39 40 ` 10 23 r7 s 45 - brown, fine grained with caliche nodules and streaks - very dense light brown, dense, fine grained with I some caliche nodules is 32 i3 j 54 { 75� i Boring Terminated at 72,5 feet I 80 - ; so— F ' l t00i— Completion Depth: 72.6 Remarks: Groundwater not encountered during drHOng. Date Boring Started: 9/28/94 i Date Boring Completed: 9/28/94 I HDR Engineering, Inc. LOG OF BORING NO. Project Description: West Texas Region Disposal Facility Lubbock County, Texas B45 Location, N 7358093,200 0 J E 925621.1 Ground Surface El.: 3371.0 MSL A a go co MATERIAL DESCRIPTION 0 AY U) Dark Brown, stiff 1 , Sil ZG�Ilii1 Tan with caliche 5.01 nodules CLAYEY SAND ISO Reddish Brown to I' Brown, very dense fine grained with caliche nodules and 61 streaks I j -20d -� i fine grained with caliche nodules and jjI I 3 I i caliche lenses 25-4 brown, medium dense, fine grained 31. 23 -40 with caliche lenses 35 SILTY SAND I --►- -Brown to Lfg—hi— 1 I Brown, very dense fine grained with caliche streaks and -4 nodules 50 Pinkish brown, fine grained with caliche streaks slightly cemented caliche f 60 light brown and pinkish tan, dense, 44 I fine grained with slight cementation -6 :=-q i light brown, very dense, fine grained 54 dense —SAH&!�� 0 Reddish Srown, hard with caliche nodules and streaks 92.Q 0 '5' SlQff(:Q�11 Tan Completion Depth: 150.6 Remarks: Groundwater encountered at approximately 141.1 foot SOS, Date Boring Started- 9/28/94 Date Boring Completed: 9/28/94 Fneering, Inc. LOG OF BORING NO. B45 Project Description: West Taxes Region Disposal Facility Lubbock County, Texas -- Location: N 7358093.200 ! ' E 926621.1 a a 6 IV M CS N. 6i _ C Ground Surface El.: 3371.0 MSI. m r.dNl is m cn d `do gi m c " t� aC�m Z�"s MATERIAL DESCRIPTION g fine grained a 200' = S11_TlC SAND contintted, dense 1 Q5p* pinkish tart, very dense, fine grained € I 504" � i{ i with moderately cemented caliche I 4 i j I tan, fine grained sore' ' i I �125✓- I I � I 3�[ fine grained with slight cementation �of5.75! F - --4 f i �35-, i _ G I � I ! € i 5 fine grained 150. Boring Terminated at 150.6 feet 1 l F i 75J _ y t 9(4i = i •185•- " 20t) ComP lesion Depth: 1506 Remarks: Groundwater encountered at approximately 141.1 fast BGS. Date Boring Started: 9/28194 Date Boring Completed: 9128/94 CDR En_7ineerin9, Inc. LOG OF BORING NO. B46 Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location: N 7358112.800 E 924997.877 ! b x a I j Ground Surface El.: 3369.5 MSL c a �' a o -J U a m n I a I` w ^ .a �o `aF�O ��• C] a 0 � N L J MATERIAL DESCRIPTION I 2 I q. : E , VlrL SANDY 'I AY (Cl Dark Brown, very 1.5 +.._-� ___-_�; I stiff µSFY 5 I TY SAND tSM1 Tan with small g.a I �j" r caiiche nodules �---� —-- t o Reddish Brown, very dense ! s I fine grained with caiiche streaks and 55 f ; 35 8 23 18 7 nodules ©Z - dense, fine grained with some caiiche._ 145 i T25- y,.� . streaks _ ' # ' SMY SANDSMI ( Reddish Brown to 1 Brown, medium dense 1 ss 30 fine grained i 26 I 1 35:1 40 I ! dense, fine grained with caiiche I 33 nodules and streaks 45-4 501 ! - light brown, fine grained with caiiche € j streaks and nodules [[ ff 34 i l l Bo r fine grained with caiiche 44 I 11 3 NP NP NP .. 70...s 1 reddish brown, ve►y dense with caliche70.3; streaks and nodules j —'5074', ' Boring Terminated at 70.3 feet € 75_ 85_ -go- Completion Depth: 70.3 I Remarks: Groundwater not encountered during ddwng. Date 8oring Started: 9/29/94 1 Date Boring Compieted: 9/29/94 HDR EnQineerinq. Inc. LOG OF BORING NO. B471P10 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7357405.859 E 924247.038 o 1 '� x i ' ; Ground Surface El.- 3364.3 MSL _ I- ; 'q z u a a . i0. i.Q.S.C. Elev.. 3367.4 m a i 3 • yt £ a ; c ! , 0. ID o � i CLAYEY SAND ISC! Reddish Brown, very dense 1 ° fine grained with caliche tenses 15 —a F 20 a dense, fine grained with caliche 22. € . streaks 25 i I Reddish Brown to ti y+ so I 31' To 27 i 22 5 36 Brown, dense ; 30� fine grained 73 i 40- I very dense .. . : 6915, i 34 5 t 22 Is 4 45, 4 J. ` F•' i f • I F , 5°W light brown, fine grained 39 dense t 60J } medium dense �•, , -� 29 - very dense, fine grained with caliche ' ' 6014- I nodules and streaks 75_1 off-white moderately cemented with ;' ; - 503 i caliche a 5:i I 90 [ light brown, fine grained • " i 51 11 5 NP NP NP � pinkish light brown, fine grained with t n Completion Depth: 171.5 Remarks: WELL MATERIAL • Schedule 40, 44nch blank and slotted Date Boring Started: 10/19f94 f0.02•lnch? flush threaded PVC pipe. Groundwater encountered at approximately 136 feat BGS. Date Boring Completed: 10/20194 Continued Next Pape HDR Enaineerina_ Inc. LOG OF BORING NO. B471P10 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7357405.859 E 924247.038 I a 1 >" r! X m y' • r' a i Ground Surface El.: 3384,3 MSL .R � 1 C F ` in " C 1 z i T.0.S.C. Elev.: 3367.4 ;, °'. a �: ❑ 3 p 61o.Y�Ir?! a m H U m o i a i 0- o a MATERIAL DESCRIPTION I _ ! i i slight cementation by caliche i a - 50)3` 1--- "-- .. •;sore• 2t} = light brown, fine grained with some j F caliche bonding • , J ! 2 1I F pinkish off-white, fine grained with 5013'' some caliche bonding :...�013.54 a45 light brown, fine grained with mild . I: �:• . sore• caliche bonding and hard nodules 155j _ S caliche nodules and cemented portions 61 •Q,1:-:-.--. -- r �s rl&t CNrIF Yellow Green, hard ! - light olive coring i ern i75; 180i Completion Depth: 171.E Date Boring Started: 10/19/94 Date Boring Completed: 10/20/94 YDR Engineering, Inc, i l i i 171. ' 77n* ! at 171.6 feet Remarks: WELL MATERIAL • Schedule 40, 4-inch blank and slotted (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feat SGS. LOG OF�BGR1NG NO. B48 Project Description: West Texas Region ©isposal FacHity Lubbock County. Texas Location: N 7367367.790 I ! a� t E 926599.77 I [ c o.° cL ` >! s C W .� x m p Ground Surface El.: 3366.6 MSL'y o o• acoi c-�..� •I 0 1 ; C • L i G Q ¢ N `y I d p T V! C $ d yl U B M J a a 21 a ! a. ! I MATERIAL DESCRIPTION �+ ri AYEY SAND (SQ Reddish Brown, —_ dense 10 • ' i • r - fine rained with minor caliche streaks 12,0 ! 31 ! ! _ Sll_iY SANG IS Reddish Brown to 15-J Light Brown, medium dense - fine grained I ; 29 I 33 7 20 1$ 2 a0 » very dense, fine grained with caliche 74 - streaks and nodules ' -35—' 40 1 - brown, dense, fine grained with caliche C f 34 , streaks and nodules ` [ 45-a ; 1 50� I light brown, fine grained 35 I 55J I I I E 80 I j ! [ 1 31 10 ! 4 j NP i NP NP 9 i 654 E, y; Reddish Brown, very dense, fine grained with caliche 71.ltj 1n1.er _ t . streaks and nodules ! T 757. ° Boring Terminated at 71.5 feet ! I -80— , E35� 90— I 95:t f 00— - Completion Depth: 71.6 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/19/94 Date Boring Completed: 10119/94 HDR Fnaineerina_ Mr. LOG OF"BORING NO. 849 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7357329.720- E 926852.502 o „ X h s I mC j Ground Surface El.: 3367.5 MSL ? ; C O *' U. I 0 0 .L-- E .m in }}°' ii I ar c Q lC ' D Q. ar 0 l y, y � U i7 U A I i m ism. c E!�Z..� s MATERIAL DESCRIPTION a ii : ,j _--- ---- Dark Brown - " Cl AYEY SAND 11-Cl Brown to R widish ' 5 Brown, dense -� brown, fine grained with caliche I i 3e 1 ; ' nodules i I` zo� y< reddish brown 35I 1 _25� i SILTY SAND {5M! Reddish Brown to.._.�_T Light Brown I I 1 I f I reddish brown, fine rained with ' 33 ! i as i NP 5 j NP NP - ' caliche streaks and a few nodules F i 35-y I I � I brown, very dense, fine grained with J = caliche nodules and streaks with slight ! i 45- cementation ' 50�I I - light brown, fine grained with caliche nodules and streaks ar I i ! dense ! I i 60 ! ! 44 ' 65-A 70.'I 3 3 light pinkish brown, fine grained with caliche nodules and streaks with slight -i---So I----,—�-- i cementation ' 754 _ Boring Terminated at 71.5 feet ' 80 i -'B5- F 90-� I -95-" Completion Depth, 71.5 Remarks. Groundwater not encountmod.during drilling. -- Date goring Started: 10117/94 Date Boring Completed: 10/17/94 VDR Engineering, Inc. LOG OF BORING NO, B501P12 Project Description: West Texas Region Disposal Facility Lubbock County, Texas I Location: N 7356622.7619 F 927454.395 00 muLLii m d! c 0- Ground Surface El., 3365.5 MSL I ; - ` = C'�3 a ` ; 'a CD o y (T.O. S. C. Elev.: 3368.29 , = c, Q ' � N : o u„ 22 z } M U ! MATERIAL DESCRIPTION i U&M SAND ISCI Reddish Brown, dense,• 10 red, orange, light olive green with r, -, 48 caliche nodules and streaks 3 55-i SO . •,I) 'ill65 70� ] , 751 85� soy } 95� !. - reddish brown, fine grained with A^ 48 caliche nodules and streaks 23. SILTY SAND (SM1 Reddish Brown to E; Light Brown fine grained ., 43 1 35 a cur NP medium dense, fine grained with 3 2e caliche streaks - light pinkish brown i [ - dense l 34 I I 3 - very dense, fine grained with slight at ; cementation i - fine grained with caliche nodules and I 5014- i streaks t i f i ! 1 light brown-.•s.l '- 62 7 2 23117 81 .i 3 ' .r I •'- r light pinkish brown, fin_ a grained with Completion Depth: 161.5 Remarks: WELL MATERIAL - schedule 40, 44nch blank and slotted 10.024nch) flush threaded PVC pipe. Date Boring Started: 10/18/94 Depth to groundwater not determined because of waxh ratery Date Boring Completed: 1 d/19/94 dri fang. Continued Next Pa, Engineering, Inc, NR LOG OF BORING NO, B50/P12 Project Description: West Texas Region Disposal Facility Lubbock County, Texas ! Location: N 7356622.7619 - �, ]" .4: N J € E 927464.396 Ground Surface El.: 3365.5 M5L p C �• �• C w d .Y 1. ;n •: °' "E 0 r' i o l T.O.S.C. Eiev.: 3368.29 �; I ! E 3� ; m Q t3 0.! mid Gd 0i Srq O ... 2 _ MATERIAL DESCRIPTION aE .:S a z:VL F �Q caliche nodules and sil ht cementationSOM .• ! F $013.5 a -- _ 1" — I I.. light brown with moderate cementation ) 5013" i f 2 fine S 1 grained with caliche nodules .l5013' ! ! i 2rO [. I W i light pinkish brown, fine grained with:_:;�so�e-� caliche nodules J ! 35 t 4 i !. :1 I I .f l light brown, fine rained I $ g With Caliche I :': M3' I 22 75 ' no and sli ht cementation d f 145-1 5 pinkish off-white, fine grained with j caliche nodulesJEEI ors.si ( i F (•• 55r i I I 1•;: •�; • I ; � � l CLAYSTJNE Yellow Green, hard 67 Boring Terminated at 161.5 feet 6 ! 70 75J , 1 L. Completion Depth: 161.5 1 Remarks: WELL MATERIAL - schedule 40. 4-Inch blank and slotted � Date Boring Started: 10/18194 (0.02•Inch) ffush threaded PVC pipe. Depth to groundwater not deterrmdned because of wash rotary Date Baring Completed: 10/19/94 driilling. YDR Engineerinq, Inc LOG OF BORING NO. B61 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location, N 7366642.323 E 926824.887 0 E Ground Surface El.: 3365.2 MSL m z ; Z MATERIAL DESCRIPTION CLAYEY SAND Brown, very dense yellow brown, fine grained with caliche 63 streaks and nodules 20 reddish brown, dense, fine grained 41 with minor caliche streaks SILTY SAND IBM) Reddish Brown to ! � ! i ; -25� i Light Brown i -30 very dense, fine grained with caliche 61 lenses -4 40j:f medium dense. fine grained with 24 l ! i caliche streaks 45--� -J 5 0 light brown, fine grained with caliche nodules and minor caliche streaks 30 28 dense -60::�-}r pinkish light brown, very dense, fine grained with slight cementation by caliche -70 SANnY 0 AY (0 Reddish Brown, hard 6.51 23 - f, grained with caliche nodules and fine grai 72. 64 10 30 15 r streaks -75 4 SJL1Y SAND Light Brown, very Ism t dense -80 fine grained 8 5_. [ I( I I -90 i fine grained with minor caliche streaks 014* and slight cementation by caliche 951 E light pinkish brown, fine grained with Completion Depth: 141.5 i Remarks: Groundwater encountered at approximstaly 137 feet SGS. Date Boring Slatted: 10/17194 Date Boring Completed: 10/17194 Continued Next Pace HDR Enaineerina. Inc. LOG OF BORING NO. 851 Project Description: West Texas Region Disposal Facility Lubbock County, Texas J Location: N 7356642.323 I i E 926824.887 CA>OLL��mJ �G ..(413 i J Ground Surface El.: 3365.2 MSL f r-I s F 4 Wp Y a Y i ea H 2 i MATERIAL DESCRIPTION M � slightly cemented caliche `l 1 SANDY CLAY 1 1 Reddish Brown, hard i i - fine grained with caliche streaks Light Brown, very t t dense ! J I J light pinkish brown, fine grained with f I �5or4• ! slightly cemented caliche nodules I 12 i light brown, fine grained with caliche 76 I nodules 3 i 1 Ir i I F 1 fine grained with caliche nodules and 141; caliche streaks with slight cementation Mooring 4s� Terminated at 1A1.5 feat r 901, Completion Depth: 141.5 1 Remarks: Cuoundweter encountered at appro xlmst* 137 feet SOS. Bate Boring Started: 10/17194 Date Boring Completed: 10/17/94 4DR Engineering, Inc. LOG OF BORING NO. 8521P11 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356657 900 u a it 926199.70 ' m ° 4_ a Ground Surface Ell.: 3364.1 MSL ; m'� ° a ` T. O.S. C. Elev.: 3367.97 U D Z-.�.� •Q MATERIAL DESCRIPTION j I i Dark Brown, very stiff with caliche nodules r-� Zs - — 15 = :- SIM SAND {SUI Tan J i CLAYEY $,AND ISC1 Brown to Reddish Brown, very dense caliche streaks, nodules and lenses , 54 -20 fine grained with some caliche I;;' ,, t ' 35 ; 25 i9 7 -25n i V. •.a I i -30 , 5z fine grained31 SANG (S Reddish Brown to 35� I Light Brown, medium dense -40 fine grained I 27 ! ' -45� - 50 ' light Brown, fine grained with caliche I t I � I nodules and streaks ,.� 31 dense 60 light pinkish brown, very dense with �� 5&4'1 - � • slight caliche cementation with nodules i I -65 -7 • "l 0 YEY SANQ ISM Reddish Brown, very dense with caliche nodules and 73. j 5013• : " I'SILTY streaks` 75 y SAND Light Brown, very 1 dense f + -fine grained E� i ' ., I aqw ! 21 NP NP fine grained caliche streaks and small , ' . `ISM j nodules , .95- J ; Iight pinkish brown, fine grained with Completion Depth: 161.5 Remarks: WELL MATERIAL Schedule 40, 24nch blank and slotted 10.02•inch) flush threaded PVC pipe. Gate Boring Started: 10/3/94 ; Depth,to Groundwater not determined because of wash rotary Date Boring Completed: 1014/94 dANmg. Continued Next P HDR ,Engineering, Inc. 3IM LOG OF BORING Project Description: West Texas Region Disposal Faci Lubbock County, Texas Location: N 7366657.900 E 926199.70 Ground Surface El.: 3364.1 MSL " c I T. ©. S.C. Elev.: 3367.97 MATERIAL DESCRIPTION SkIY SAND matinued 1t1•_. l ! reddish brown, fine grained with F caliche nodules and streaks z ' light pinkish brown, fine grained with ! hard caliche nodules and slight caliche z5 13 cementation 1 I pinkish tan, fine grained with caliche l ; = nodules _ 39 - 4 ! I light brown, fine grained with caliche ' ? nodules 4 ;(I 5 ,---JJiJJJ I 7 15 I � � 1B^'� C. A]!S?IME Yellow Green, hard 6 Boring Terminated at 1611 feet '�-.....-----•--- Boring reamed toe 16f"s feet to install we 171 j 7� so--' I sy -I 9C, -9 951 Completion Depth: 161.55 Remarks: WELL # Date Boring Started: 1013/94 i Depth 1 Date Boring Competed: 10/4194 ' drilling. YDR Engineering, Inc, NO. B521P11 lity 0 i . cey;oo:mu�'c d z'� • ••� �•. • Sol6" t .. : • 5ors• � I ! 10 NP NP NP 5ors-' ! I i 1 i ! AL • Schedule 40, 2-Inch blank and slottad (0.02-inch} flash threaded PVC pips. ndwater not determined because of wash rotary i f LOG OF BORING NO. 853 "T""R Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356689.316 m a I E 925578,748ej a4 F a o; d� md:-g' m c m ;Ground Surface El.: 3364.0 MSL W cs , F -y `�' 3 — - o L J n i C 't m eJ 6 c i W i yF* ICI 7: d ? S QLI U V 'j u -� U! d�•� uu E c R 3 eE s 2; c � H -a MATERIAL DESCRIMON Reddish Brown, - dense _ fine grained with caliche nodules and 12.01 50 streaks 7Y SAME] ISM Reddish Brown to Stt ' light Brown, dense , -20 i - fine grained with caliche streaks and 32 i -1 I nodules I i fine grained with caliche nodules 41 I 1 - � I light brown, fine grained with caliche ! sg " and slight cementation [ �45� I i fine grained with caliche nodules and _50_p'::>j ! streaks ! _6,� very dense, fine grained with slight _€ i caliche cementation 65 i T -4 F -70� - reddish brown, fine grained with 71. _ �= - 4 ' caliche nodules _75� , I Boring Terminated at 71.5 feet - 7! ! I =so F ! I ! 1 954 I F I I t Comptetion Depth: 71.5 i Remarks: Groundwater not encountered during drilling. : Date Boring Started: 10/5/94 Date Boring Completed: 1 Q/5/94 YDR Engineering, Inc. . 7 i 22 17 5 LOG OF BORING NO. B64 Project Description: West Texas Region disposal Facility Lubbock County, Texas i i Location: N 7356736.900 i o i E 924948.931 ; , Z;: no � a f Ground Surface EL: 3363.7 MSL .¢ � l � � i � in i � � aGi � E E c ri m ar N I a i V 3 tr 0.mF c"i — r „ MATERIAL. DESCRIPTION Z, is m Brown, dense --- 5 �.. J E 1 J . fine grained with caliche nodules, i 3e E. j streaks and lenses I 20 ' i � reddish brown, very dense with caliche i 1 I as , . nodules and streaks I l 25 I j . 30iij dense, fine grained with minor caliche 32A I 42 I � E2 za 18 j io r(: nodules and streaks - 1•,•,I � 35 j ! 5ILTY SANG] ISM) Reddish Brown to ! I ' ! Light Brown, dense I ' I 1 40 fine grained with minor caliche nodules and streaks _45� 54 : 1 light brown, fine grained with caliche nodules and streaks 1 , 40 l 3a e j NP j NP NP 60j--;:J I pinkish tan, very dense with slightly i cemented ! so caliche and a large hard j nodule ( i 69. 7 0 ! SAY Cu►Y..fS3.i Reddish Brawn, hard, fine grained with caliche nodules j ! sora'1 82 I a 31 2E to and streaks 1 i 76 ] r I 3 80 Tan, very dense 85� i gp-ate 1 Off-white pinkish with slightly cementer! caliche 95� Do- Re' rMarks: Groundswr�rtar encountered at a� Completion Depth: 183.0 pproxlmstaly 138.4 fast 8G5. Data Boring Started: 10/5/94_ Date Boring Completed: 10/7/94 Continued Next Pa e HDR Engineering, Inc. LOG OF BORING NO. B64 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356736.900 ? I O l: 924945.931 f be ! G O d I C mv7' d j Ground Surface EL: 3363.7 MST. m ! © I a� �,- �cn•3`: o � �, Nita. 14m L7 C7 ME I i u E o'r a 2` 2 � � C E: MATERIAL DESCRIPTION SILTY SAND cnntfued 1 v �JkYEY SAND_ISQf Brown, very dense k- fine rained with caliche streaks and i g sINa- slight cementation 1 13.0� .- 1 SILTY SAND ISM light Brown, very , tj i j dense 2Q"""� ( light pinkish brown, fine grained with I4 si 1 ` t nodules and slightly cemented caliche 25-. So- I light brown, fine grained with slight 5013• - 1 I cementation 35 4 ; I - fine grained with slight caliche i3' cementation and hard caliche nodules ; k -14 [I SINS` 15013"1AA Al Tan with Cla stone Layers y I ' 7 I k - ' - C1AYSTO Yellow Green , 7 I I l IMESTDNTan183.01 I Boring Terminated at 183 feet 85 oo- Completion Depth: 183.0 Remarks: Groundwater encountered at approximately 138.4 feet SGS. Date Boring Started: 1015/94 Date Boring Completed: 1017194 HDR Engineering, Inc. LOG OF BORING NO. 856 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356052.111 E 924300.525 O m•� x I a2 3 Ground Surface El.: 3364.5 MSL c o u. c w rn ®ice a in i : a J 'E —` Z n m o aac m y m mil av' V n u 1 Cr MATERIAL DESCRIPTION L Z SANDY ,i;I.gY JU) Dark Brown, very 22 ' ;•. stiff ! to -hard, fine grained with caliche nodules ao j 61 11 29 15 14 and streaks ! _y 20: ` fine grained with caliche I : 64 ! 26 16 10 25- }" r Reddish Brown "r=a . caliche lenses, nodules and streaks 75 ; 34 s 29 1 is 14 i 35�. Reddish Brown to i ! I Light Brown, very dense I ' 40� fine grained with caliche nodules and i ' 55 -r streaks 457, i; I ( � i 50 --1 ! i I fine grained with some caliche nodules I 1 ! 51 ! i • 49 11 27 16 1160 .. 55-1 Ii light brown, fine grained with caliche I 9518- 1. i F! nodules and streaks 65-4 • JJ Boring Terminated at 70.5 feet -75 r [ -J0- ' 85- i Completion Depth: 70.5 i Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/21194 Date Boring Completed: 10/21 /94 HDR Engineering, Inc. LOG OF BORING NO. B56 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355991.940 E 926650.824 a 10: %6" 2 I Ground Surface EL: 3363.4 MS I& C Z -J C as J 14-30 0 . r4! 0.0 13 " CJ a. C' r z 0 MATERIAL DESCRIPTION SANDY C1 Dark Brown to Brown, very stiff 24 i 69 16 29 16 13 -10 brown with caliche nodules, lenses and 12. 01 36 streaks ri AYEY SAND 10 Reddish Brown, -4 very dense fine grained with caliche nodules and J streaks -25-1 304---4 A 61 --35 -40 fine grained 41,QL S11 TY qAND MW Light Brown, medium 45 dense -50 fine grained with caliche nodules - - 23 -60- very dense, fine grained with caliche 67 nodules and streaks -4 70 fine grained 71.5 79 Boring Terminated at 71,6 feWt— i f � � I :90 .95- 401 Completion Depth: 71.5 Remarks- Groundwater not encountered during drilling. Date Boring Started* 10/21194 Date Boring Completed: 10/21/94 VDR Engineering, Inc. LOG OF BORING NO. 857 Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location: N 7355953.870 1 E 926803.556 I R, o m Ground Surface El.: 3364.5 MSL c.340. v IU2, -a w I i a g� n 3 ,o o rC � m 2- Q Y yy N' 0` I m 7 "y U pQ, µ Z . C .Q a MATERIAL DESCRIPTION y_ Dark gown to 17•-, 7p 12 I Reddish Brown, very stiff 27 15 12 reddish brown, hard with minor caliche 12.04 37 nodules. 15- + CLAY $p,Nn i"10 Reddish Brown, j' very dense 20�• i fine grained with caliche lenses and 1 ss 1 minor caliche streaks I ! ! r. J fine gained 59 41 ' j 12 I 26 18 i 8 F € 3 ' I , , 35— 40� fine grained _ _ ! I SILTY SAND ISM i Light Brown. medium 45 ' dense Reddish Brown to Light Brown I light brown, fine grained with caliche 50- ' 1 I I nodules and streaks = 27 ! i 20 I 5 NP NP Np 1 55 I i j I l I i J E 1 C 1 I � i • 60 1 i i dense, fine grained with caliche ! 33' nodules 1 70 - light pinkish brown, very dense, fine 71, ' ed with Terminated u 7 and streaks � ,mac rained with caliche nodules •_ 75� i.4 feet I I I 80 , 85"-; � I 90� ( ! Completion Depth: 71.4 Remarks: Groundwater not encountered during drilling. W..� A teat pit, TP-57, was excavated approximately 8 feet south of Date Boring Started: 10/14/94 $57 on 1215194. Date Boring Completed: 10/14/94 I HDR Engineering, Inc, LOG OF BORING NO. B58 Project Description- West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355332.100 4M E 927407.026 . 6 -0-i -, 43 Ground Surface El.. 3364.3 MSL : M *I C V 2 AM 0."Q - r= L . * 6 2 CL MATERIAL DESCRIPTION z :5 X SANM MAY-= Dark Brown to Reddish Brown, very stiff 22 71 9 30 17 13 5-V CLAYIEV SANn ISC Reddish Brown, dense -10-A caliche nodules 48 X .1 5-J -4 very dense, fine grained with caliche 53 lenses and streaks -4 25-4 dense, fine grained f 43 35 a 22 1 15 43.0 SILTY SAND ISMI Reddish Brown to Light Brown, dense -50 fine grained 55-1 j -60 29 light brown, medium dense with -65-i I j caliche streaks (i dense, fine grained with minor caliche 34 i streaks z very dense, fine grained with caliche 1W5.75r 14 5 nodules and streaks it j -90 brown, fine grained with caliche nodules, streaks and with slight 95:::i I cementation 001 Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 136 feet BGS. Date Boring Started: 9/29/94 Date Boring Completed: 9130194 Continued Next Page 14DR Enainaarinc- Inc. LOG OF BORING NO. B58 Project Description: West Texas Region Disposal Facility Lubbock County, Texas ' 1 'Location: N 7355332,100 j E 927407.026 Ground Surface El.: 3364.3 MSL c01 sz mm:.w _u y r I '0 a R:z r- I CC 'va' m:a� t J r 3:1Y Ix MATERIAL OESCRIPTION M I SIM SAND cpG igxim jI sor5-' ,- l 05 j light brown, fine grained i j j5a3.1 15J, 1 1 3 5o13. I 8 E ¢ 25 I fine grained with caliche nodules and i Sow j t slight cementation I I 3 35 J � j j 77 4'CJ i 1 ( 5013• F j 80t i -dense, moderately cemented i 1 50 -4 CLAY3T[7NF YeAow Green, hard with Limestone Layers 82 I 4e 1 26 60 i 32 j 28 E E Sol 9AN()S1QM Light Brawn , q 8�' UAAEST-()M Gray �'_.-w—'-•. -- �- i 1 S(} 190,01 � Boring Terminated at --feet —' _ j 1 i I ' ! 95�200. r _ Completion Depth: 190.0 ! Remarks- Groundwater encountered at approximately 135 feet BGS, ` Date Boring Started; 9/29/94 1 Date Boring Completed: 9/30/94 i -+DR Engineering, Inc. LOG OF BORING NO. B69 Project Description: West Texas Region Disposal Facility Lubbock County, Texas j Location: N 7355351.400 w E 926782.131 n i e; •= C O�iLi pi?. rA C r k N Ground Surface El., 3364.7 MSL '_ ;• cs - LL ' �`-, c i r m a d enl m` mom• r�� U a u z o. MATERIAL DESCRIPTION - �—l• SANDY CLAY iCL1 park Brown, stiff- with caliche nodules and streaks-- 5 - CLAYEY SAND ISC1 Reddish Brown to i Brown j -110�.� dense, fine grained with caliche lenses f 47 -_ and nodules 5-1 +1 I I ` I [ fine grained with caliche nodules, 49 _ streaks and lenses =z5- i I j i 1 fine grained 33 33 s 22 14 r B -35 45_• I i - J =50 - brown, fine grained with caliche nodules and streaks ~SILTY SAND ISM i Reddish Brown to 55 '• I Light Brown 11 , - _60u. l - very dense, fine grained with caliche k 52 i I ^65 ; streaks, nodules and slight camentation i _70,r fight pinkish brown, dense 71. ( ' -4 i Boring Terminated at 71.5 feet -90-1 -95-1 I •i0U I. --. _ t i - _ __ Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. I Date Boring Started: 10/3/94 Date Boring Completed: 10/3/94 € i HDR Engineering, Inc, LOG OF BORING NO. 1360 Project Description: West Texas Region Disposal Facility I Lubbock County, Texas • T� Location: N 7355284.980 i - 3 i E 926162.717 ai w m ae Ground Surface El.: 3364.2 MSL ! c ° y E E ' a �.a md' U• U v e= I o_ � 'a a m co MATERIAL DESCRIPTION G i _ Brown, dense I , . L ; I - caliche streaks and nodules 3473 f ! , t5� !' Reddish Brown I x - I I - medium dense, fine grained ? J j i 23 [ 24 7 NOR NP NP 1 F I ( I Reddish Brown - dense, fine grained with caliche f , 47 ; I ? I, streaks and nodules i [ 35 i I 40�,i F 3 I fine grained with caliche nodules j ! F 37 ` 45 5© 1 fine grained with caliche streaks I 1 rJ2. I I I F f ND 1;6A1 Light Brown, very dense fine grained with caliche streaks and s7 i- nodules I 70y ' - light pinkish brown, fine grained with as I I caliche nodules and slightly cemented ? j ( 75 I 1 caliche ( ! ! 80�ij -• caliche nodules I 5ars-!-90 � ' reddish brown, fine granted with 58 5B to 23 19 4 z caliche nodules and streaks ! i - li ht brown, fine grained with caliche 1 Completion Depth: 141.3 Remarks: Groundwatar onaountemd at approximately 137 foot SOS. Date Boring Started: 10/7/94 Date Boring Completed: 10110/94 HDR Engineering, Inc. Continued Next Pa e LOG OF BORING NO. 860 Project Description: West Texas Region Disposal facility Lubbock County, Texas Location: N 7366284.980 � F E 926152.717 o w a oo myCP i , Ground Surface EL: 3364.2 MSi. � mu}3 � a "� � � �- .N �' " 3 � ' o C N y: EOM _>C�.1' oiy u`� C.} ; 41 C� p• t3 o t o 3 S? It 4 ZI C M y ! MATERIAL DESCRIPTION ! � nodules SILTY SANG! cnntinuati 3 i i i 5UI3• I i _ 1 Q rJ-: • 1..Q9'Of CLAYEY SAND fSCt Reddish Brown _. w - fine grained with caiiche streaks 113.91 SILTY SANn ISMf Brown t EP C 12 fine grained with slightly cemented i caiiche and small nodules f25j i I 13E3 I -fine grained with some clay, slight ` caiiche cementation and some caiiche 135� ,I nodules ; I fine grained with slight cementation 141.„ € Boring Terminated at 141.3 feet 45y 1 i 5W I y G 604 1 6q I 1 j 71� I 7fr SOW I [ I • , I I ' I • � ` J I 804I I J 851 I i 95 Completion Depth: 141.3 Date Boring Started: 1017/94 Date Borina Completed: 10/10/94 Engineering, Inc. Remarks: Groundwater encountered at apprOxlmetely 137 foot BGS. LOG OF BORING NO, 061 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355323.049 ! E 924899.986 , Ground Surface EL: 3364.4 MSL a i c ' .r _ - c m d m, i Q iNut�dlOU? °'rvina U n i " U C N �ay m a J ' MATERIAL DE5CRfPTEON gE,*6 Q iC ' SANDY CLAY limit Brown to Reddish-'�- ;' ' Brown10 �'-:I:q , '_• hard, caliche nodules and streaks I i ao y 20 reddish brown with some small caliche ` nodules and some streaks 23. 49 i ', l . 25-4 Brown to Reddish :4 r Brown, medium dense 30 fine grained with small caliche nodules i 2r, -3 1 t f ! i J _ very dense, reddish brown with small I� caliche 3 97 I i as ! , [.[ 2e ! 17 9 45 tElfine grained I H�. , - dense as 55� ; S11IlLSANi�.(SAIt! Reddish Brown. idense I 65-�{ 70� 35 i ! -� Boring Terminated at 71.0 feet 80� _90' 'i 95� ; E ll00— E • i J I Completion Depth: _ 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/7194 i Date Boring Completed: 10/7/94 HDR Engineerinq, Inc, LOG OF BORING NO. B62 Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location: N 7364680.114 ' i E 924250.069 r a ; ! Ground Surface EL: 3365.7 MSL Z r E Z k $�O'QQ! i J m y '�0; o Z C MATERIAL DESCRIPTION SAN13Y CLAY ICU Brown, very stiff �� , - • caliche nodules I t8 74 E is 1 36 22 18 20-��---I•. minor caliche nodules 21. l ' _—,2 W iSM SAM MU Tan 220 i i ! _ rown to Dark 3 Brown, very dense ! ; -So_�= fine grained with minor caliche nodules _ t and streaks i -40� i t 78 52 ` ! 8 31 t8 13 -45 -so s4 i =� k l SILTY SAND {SMi Brown to Light = Brown, very dense ( -so i - fine grained with caliche nodules and se i streaks -I -70 light pinkish brown, fine grained with , 75 I j caliche nodules, streaks and slight ' _75 cementation i SO-t k `• � i - caliche i ; I 85 light brown, fine grained with small caliche streaks, nodules and slight ( ' cementation i Completion Depth: 187.0 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Baring Started: 1113/94 Date Boring Completed: 1113/94 ! Continued Next Paoe YDR Engineering, Inc. LOG OF BORING NO. 862 Project Description: West Texas Region Disposal Faculty Lubbock County. Texas Location: N 7364680.114 E 924250.069 ! � = i � ;Ground ! Surface El.: 3365.7 MSL �• ❑ , �� � . � � .�'N, 3 � � ? E € a N N a F cc dGl MATERIAL DESCRIPTION CL �r i fine grained with caliche nodules - f 9e�aI8e - ad „...Reddish Brown, her �.. ----.f•.•...- -i— — '` i Light Brown, very "��`�--�- �- t 5 dense I i 2 [ (� fine grained 610-1 1 I i 30--i ! hard caliche nodules with slight 32 50r2• { ! cementationt 3t - SANDY CLAY fCl! Reddish Brawn, hardJI 4� i. .• k € � � j caliche steaks 141 � i � j 1 € ' den SAND (SIt�t1 Light Brown, very ? ! tas i (f i 60- ' fine grained with caliche nodules and ' i I streaks 50f6'1 A e I fine grained with caliche nodules and ' 50J21_ slight cementation € - fine grained with a few caliche nodules J €j € _ ; • LIA&EST JME Tan 187. g� _ _ Boring Terminated 77 at 1 €eet _ -t9!p Completion Depth: 187.0 , Remarks. Groundwater encountered at approximately 144 feet 8GS. Date Boring Started: 11/3/94 Date Boring Completed: 11/3/94 11DR Engineering, Inc. LOG OF BORING NO. B63/P14 "rl Project Description: West Texas Region Disposal Facility _ Lubbock County, Texas Location: N 7364631.702 ' E 925504.097 a I Ground Surface El.: 3364.7 MSL .a o m" i 3 c4 T.O.S.C. Elev.: 3367.86 E-2�, m a�'00 ° u u m ui a v 0-�' Cr _ j ° MATERIAL DESCRIPTION I I _SAN CLAY 10 Brown, hard fine grained with caliche nodules and 12. `. •, 36 76 I 12 �31 17 14 streaks— t g ! CLAYEY SAND fSCI Brown, dense - -20'` fine grained with caliche lenses, t' x:' 35 nodules and streaks ; t •' k :2 5 4 SANDY CLAY X Brown, hard 1 i I 0 - •. minor calicfe nodules and a smaEt . 71 13 38 25 13 caliche lens :35y , CLAYEY SAND ISCf Light Olive Green 1 ' to Reddish Brown, very dense �•' 4• ? 40 75 43 [ 9 ; 28 18 10 y 1,. '- 50- reddish brown, fine grained with a few ; ; caliche nodules '' 52 54-Ohri k 55 SILTY SAND (SU Light Brown, very I (j I dense 80 fine grained with caliche streaks andX 67 I I nodules 70_ dense '•� 40 f 24 I 4 80,--► -very dense V E [ 90 •• 95:1 I , - brown, dense, fine grained with minor -t `" 1 so i caliche nodules. Completion Depth: 181.b Date Boring Started: 10/13/94 Data Bor!no Completed: 10/14/94 �7gineering, Inc. Remarks: WELL MATERIAL - schedule 40, 24nch blank and slotted {0.024nchl flush threaded PVC pipe. i Groundwater encountered st approximately 138 feet 80S. t LOG OF BORING N4. B631P14 Project Description: West Texas Region Disposal Facility Im. Lubbock County, Texas Location: N 7354631,702 ? 1 _ Vl i CA 0 E 92564.097 I 0C L� Surface EL: 3364.7 MSL � Z �Ground i o 3 r v ' T.O.S.C. Elev.:3367.88 is 3; ;, °' aH; = I ", IQA_i mA1 0 ro o G �2 c v��i i n � Z � MATERIAL DESCRIPTION - fine grained with slightly cemented :" I5016-1 ` 05 i caliche SILTY 5AdL1,L11tJLtLIl9fd, very dense - € fine grained I . ' ! ! 5016--42 fine grained with a few caliche nodules , + ISOM*I 1 251 I � n= • f 1 reddish brown, fine grained with minor € ;ors• ; ! caliche streaks 140 I_ '� ; -brown, fine grained with one caliche j;•;. .' 1013- 1 nodules .� € 45 5 1 I fine grained with a few caliche nodules .g 5l10.5r E7 20 ] NP NP NP � 5 -4 1 i I 1111 I . i light brown, fine grained I' : sard- 1) �7EP, _ e CLAYSItZW Yellow Green, hard € 1 Boring Terminated at 181.5 feat 21_j_49 f 2fi 2! y 85 1 40 ^ € ~_-- Completion Depth: 181.5 1 Remarks: WELL MATERIAL • Schedule 40, 24nch blank and slatted Date Boring Started: 10/13/94 i 10.02. nch1 flush threaded PVC pipe. Groundwater encountered at approximately 138 feet SOS. Date Boring Completed: 10/14/94 1 YDR Engineering, Inc. LOG OF BORING NO. 864 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354590.999 ' a� f E 926755.038 ° r _ . c a y. w m m Ground Surface El.: 3364.5 MSL ' -A w 0 ; Cc-J - � m ris' °a c3lmQ:aw€LiO{ m v ' mt� � Z! 5r MATERIAL. DESCRIPTION �� o 0 CLAYEY SAND ISC1 Reddish Brown to Brown, medium dense 5- fine grained with minor caliche nodules t 29 20� ? ' - brown, verydense, fine rained with I se 48 113 32 ! €s 14 �-- -I caliche nodulesi and streaks i 25� € l _ i f reddish brown, fine grained 52 1 I f fine grained with caliche lenses and ( I 55 i 37 tt 30 Ie i 14 :1 �..• . minor caliche streaks4401' 457: ` I SILTY SAND ISM) Reddish Brown, very 1 I dense, fine grained 50 fine grained 59 l i i 55� j •,- �.� Reddish Brown, 56,Oi �• € -T-- ' � - 60~ j dense, fine grained -, - fine grained [ 49 I Is 13 [ 79 i €7 tx 63..01 65i K, i SILTY SAND ISM l Brown, dense 70-- t € slight caliche streaking 5 Boring Terminated at 71.6 feet 75 1 I , -85:: -4 00 Completion Depth_ 71.5 Date Boring started: 10120/94 Date Boring Completed: 10120l94 'ngineering, Inc. l € I � . 1 I I i Remarks: Groundwater not encountered during drMing. f E t LOG OF BORING NO. B651P13 Project Description: West Texas Region Disposal Facility Lubbock County, Texas --------------------- Location: N 7353871.061- � i al IE 927356.503 a c o: u. a' Cf C 5 �l Ground Surface El.: 3364.6 MSL lop, ; - ° - a °' Z E T.O. S. C. Elev.: 3367.04 N d d a a 40 s3 i 0. V E ci !�. : i N 0 MATERIAL DESCRIPTION CL , _•_5 o [ i Dark Brown 5 - CLAYEY SANS') fS['1 grown, dense TO fine grained with caliche steaks, nodules and lenses (i .-'•j I 45 59 13 31 17 14 { l ! medium dense, fine grained with25 2s j caliche nodules and lenses f: b►awnn, orange, yellow very dense with caliche odules lenses 31 • F , streaks and � ' I: � � � f 35 i r.:ti• h•t � gg i i i 145:j # dense, fine grained with caliche ^ ;:. 4E - nodules and steaks k—• '. t 50 - fine grained with caliche nodules JJj Very dense 68 40 IU j 27 1 15 i I I I -55 r52 € 1 II �SHXT�YV-SAMNE�DLILRSAUNbight Brown. dense 7(i i - fine grained •,+; 1 ( [ 1 -7� 1 IN. ' SU j F f light pinkish brown, fine grained with`•;•, -4 ( 85-+ caliche nodules •- i I SANQDark very { Brown dens grained caliche nodules f 92.Q#, 1' ( I SILTY SAND ism 1 Light Brown' 'a Completion Depth: 172.5 I Remarks: WELL MATERIAL - Schedurs 40, 44nch blank end alerted I _ Date Boring Started: 10/21/94 ` Groundwater 10.02-inch) ffush threaded PVC pips. encountered at approximate)y 139 feet SOS. ; Date Boring Completed: 10/21 J94 j HDR Engineering, Inc, Continued Next Pa a :. LOG OF BORING NO. B651P13 Project Description: West Texas Region Disposal Facility Lubbock County, Texas f Location: N 7353871.061 I ae [ E 927356.503 c _ i 01 p G O G O I ply n ' [Ground Surface El.- 3364.E MSL i c 8 •_ ! m 3 '' ` F : ' A : -` r LL c 0 E T. O. S. C. Elev.: 3367.04 �°�, A c 3 a! o a m` 4 R MATERIAL DESCRIPTION 3 a fine grained with caliche nodules —�- 5It SANn rnntimind ItO�y� i I :1 sa I 12 126� [ 0 light brown and reddish brown with 5015•. I caliche nodules 13�I 4 I fine grained with some caliche nodules I :: .. sore• 114 55i � { 1 •�" .� I i 70' _ _ `��z J - ri AYSTONE Yellow Green, very dense 7 i Boring Terminated at 172.5 feet R I j , I Completion Depth: 17Z.5 Date Baring Started: 10/21 /94 Date Boring Completed:: 10/21194 F Remarks: WELL MATERIAL - Schedule 40, 4anch blank and slotted i0.024nchl flush threaded PVC pipe. Groundwater encountered at approximately 138 feet SOS. r i LOG OF BORING NO, 866 1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353909.130 i E 926103.77 ! U ' Ground Surface El.: 3363.5 MSI. 1 w y€ & CL y i o! m €� y api T4 u O I (� m ivo�u�• N'p ° w = S m MATERIAL DESCRIPTION I CLAYEY sM� . rs park Brown ,o i j �-- Brown, dense 5 . - fine grained with caliche nodules and streaks 20 brown, very dense, fine grained with I ( sore• f caliche nodules and streaks 25 I i y J - reddish brown, dense, fine grained j i 42 sa ra Zs 1 Iy ! e ¢o� . brown, very dense, fine grained with 42,p caliche nodules, streaks and lenses""--- 45 i SELTY 5u4d� tSllrft Eight Brown 501 € i - fine grained with caliche nodules and '-� 1 streaks i.. - dense I 55 -sod.. I - � very dense, fine grained 85 70 "-� very dense, fine rained with caliche as I i streaks g ( I ( i € I '• 7 51- 80 got$• 80- fine grained with a few caliche nodules ; sors•: ! and slight cementation J I 0 Completion Depth: 230,0 o Remarks: Groundwater encountered st approximately 138 feet BGS, Date Baring Started: 10/10/94 ; Date Boring Completed: 10/13/94 j Continued Next Pa e HDR Engineering, Inc, LOG OF BORING Project Description: West Texas Region Disposal Facili Lubbock County, Texas Location: N 7353909.130 i E 926103.77 a i Ground Surface El.: 3353.5 MSL E I MATERIAL DESCRIPTION • irgnx pintgsn crown, Tine graFnea I 0 5 1 �a- brown, fine grained with caliche nodules and streaks 115� 12(3* light brown, fine grained with Trainor caliche streaks and slight cementation 125� I, 30 i E brown, fine grained with caliche nodules and streaks VP l i 4� light brown with slightly cemented 1 nodules 451 1 l i 5 [ i i - caliche nodules 65� I j 7 an Completion Depth: 230.0 Date Boring Started: 10/10/94 Date Boring Completed: 10113/94 VDR Engineering, Inc, NO. ty 066 .ey m.: E E c J .3 Ek Qloa[ L 0. I j Z i C en 3 I 5014- �OtS-5; 28 7 NP NP N I i I I I E j i50/6•i j I i : 50l4• , E i { i ' I I j � • i SEX4. 1 I i � i i � �so;s•I � ; I I � i 6E I 97 ' 18 69 28 21 j i I f Remarks: Groundwater encountered M approximately 138 last BGS. r I i LOG OF BORING NO, 866 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353909.130 , E 926103.77 I r ,: Ground Surface Ef.: 3363.5 MSL a �, AW CL I��JoC,�� F MATERIAL DESCRIPTION ' 0. D o 20 GLAY5T01 Dark Gray —-204-OJ20R r 0. � t a lluFrnerF Gra y - - I t VLAYSTONF Dark Gray with Limestone J I and Sandstone Seams i I Dark Gray with limestone I 2 seam 220. 51 1 GLAYSTCIN� Blue with si /sand partings 2 - Red and Gray i 23 Boring Terminated at 230 fleet 24 '4f� I � I f ( � I • 2 5 1 111 26 I - I 3 2654 Ij I IiI i f i I I � f I 1 285-i 1 2943� 1! F � 295d w Completion Depth: 230.0 ; Remarks: Groundwater encountered at approximately 138 feet 8as. Date Soring Started: 10/10/94 Date Boring Completed: 10/13/94 HDR Engineering, Inc. LUG OF BORING NO. B67 Project Description: West Texas Region Disposal Facility Lubbock County. Texas Location: N 7363947.200 °I � . E 924851.038 F i Ground Surface El.: 3363.9 MSL .A � w c o i'a �- o r E ; t m vs _m U 3 m o jz myl�C4.p�i �s w .v t MATERIAL DESCRIPTION Z q � �. SANDY CLAY ICU Brown, very stiff with caliche nodules I � �s . I j 71 14 1 31 14 17 1 a few caliche nodules and caliche 12.011s i I i ; streaks. wy� -15 ' 37 9 27 ! 16 it SILTY SAND 1Stil[i Reddish r1rown to Brown, dense, fine grained with caliche nodules and streaks - medium dense ! ; 22240 ; _ i l 1 -254;2Tlei } Reddish Brown, hard i ! with caliche nodules 7o -30 , -• caliche nodules and streaks ! ! 70 t I [ I I ! ----{{{ i"""' ! Reddish Brown dense, fine grained � =35 I 39.01 1 a 38 32 13 NP I NP E NP -40 SILTY SAND ISM Licht Brown to i I 1 - I Brown, very dense with some sandy ' 74 26 1 1� 17 i ' -45 ! , clay layers I € 1 1 � i 50 1 i - fine grained with caliche nodules 7kl1A i I SILTY SAND continued I [l I ! _55 I light pinkish brown, fine grained with 1 I 79 - ; caliche nodules and streaks I F i �80 s. light brown, dense, fine grained I 33 i f f -65 I light pinkish brown, fine grained I i 39 2e e I 1 � � � I _ light brown, fine grained with slight 71.5,_ _ l 35 E I -t I cementation _75 Borinj Terminated at 71.5 feet _95 I Completion Depth: 71.5 Date Boring Started: 10/31/94 Date Borinq Comoteted: 10/31/94 rigineering, Inc, Remarks: Groundwater not encountered during drilling. i A teat pit, TP-67, was excavated epproximateiy 10 foot north of 667 on 121SI94. Lvu ur numiNu NO. 368/P15 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353966.506- m E 924227.968 c ' a ; _ x a ' �, I Ground Surface El.: 3365.1 MSL y . • W 3 o ! Q E T. O. S.C. Elev.: 3368.04 o d y' 401 i c� p n ar�:�D m u a ci o.m! MATERIAL DESCRIPTION ( SgNbY C1 �tY tr_�) Dark Brown to Reddish Brown, very stiff • ' ' ; catiche nodules 20 - - e , reddish brownhard with calichj $3 i ss I E1 nodules and streaks [ , I 10 28 I 1r 25 f .'f i I I e dish Brown, btb�•'' :351 f i dense : - i �. '' ! ! fine grained with catiche nodules , so 31 , 1 10 NP NP ' NP 45�' 50 �-{ fine grained very dense 52.0 _ 51 1j I 55 I i ight Brown, very dense i - fine grained 70 dense ff) ; .I40 ; I 75� aoI I I = ' 1 i very dense, slight cementation with ' Sou- catiche nodules and streaks 1 ; :''� i I , 'I. 'r :r--� fine grained .• •i. -! 6fi i00'- i light inkish brawn, fine grained with _- Completion Depth: 190.5 Remarks: WELL MATERIAL - Schedule 40. 44nch blank and slotted Date Boring Started: 10/31/94 I0.024nehl flush threaded PVC pipe. Date Boring Completed_ 11/3/94 Groundwater encountered at approxtmateiy 143 feet SOS. ; Continued Next Page 1DR Engineering, Inc. LOG OF BORING NO. B681P15- Project Description: West Texas Region disposal Facllity Lubbock County, Texas ! = Location: N 7353966.606 i a� E 924227.958 ' 1 Ground Surface El.: 3366.1 MSL i d a a { T.O.S.C. Elm:3368.04 o 87 , >�; ^+ � O . c 3i m m�°'�°pa, u :: 3 L m .. O aag o •- Vo 7' Z = MATERIAL DESCRIPTION caliche nodules and slight cementation SIi.IY SAND mill nued 1OS�•: ! ' I � � 2C} t " pinkish tan, fine grained with caliche nodules -12 � 30----1 { ' pinkish off-white, fine grained with moderate cementation 135j i 40a light brown with caliche nodules 454 light pinkish brown, fine grained with caliche nodules 7 v. F �• ; 1 i f`Y.4 SOW i is l _ ; ssrs• � � j l fff I 1 sops• � i LIME5TONF Tan and Gray i Boring Terminated at 190.5 feet 951 aov i e Completion Depth: 190.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted #0.024nchl flush threaded PVC pipe. Date Boring Started: 10/31/94 Groundwater encountered at 4PProxlmetely 143 feet BGS. Date Boring Completed: 1113194 I� I light brown, fine grained with caliche i I nodules 4 ` [ HDR Enaineerina, Inc. CITY OF LUBBOCK INVITATION TO BID FOR TITLE: CELL THREE EXCAVATION AT WEST TEXAS REGIONAL DISPOSAL FACILITY ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 06-707-BM PROJECT NUMBER: 241-91136 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE 11►1p7`/ 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 1 BID SUBMITTAL - BID FOR UNIT PRICE CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT S. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #06-707-BM Sealed bids addressed to Bruce MacNair, Interim Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Interim Public Works Contracting Officer, Municipal Building, 1625 13th Street, Suite 102, Lubbock, Texas, 79401, until 3:00 P.M. on July 25, 2006, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "CELL THREE EXCAVATION AT WEST TEXAS REGIONAL DISPOSAL FACILITY" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Interim Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Interim Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 P.M. on July 25, 2006, and the City of Lubbock City Council will consider the bids on August 10, 2006, at the Municipal Building, 1625 Ath Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on July 12, 2006 at 9:00 A.M., in the Municipal Building Training Conference Center L01, 1625 13" Street, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, http://pr.thereproductioncompany.co , Phone: (806) 763-7770. Additional sets of plans and specifications may be obtained at the bidder's expense. 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 Interim Public Works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write P.O. Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK 66M %iGrGR . BRUCE MACNAIR, INTERIM PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish CELL THREE EXCAVATION AT WEST TEXAS REGIONAL DISPOSAL FACILITY per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 P.M. CST, July 25, 2006 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #06-707-BM, CELL THREE EXCAVATION AT WEST TEXAS REGIONAL DISPOSAL FACILITY" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Bruce MacNair, Interim Public Works Contracting Officer City of Lubbock 1625 13th Street, Suite 102 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandatM pre -bid meeting will be held at 9:00 A.M., July 12, 2006 in the Municipal Building Training Conference Center L01, 1625 13'h Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at hq://www.RFPdepot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Interim Public Works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Interim Public Works Contracting Officer prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Interim Public Works Contracting Officer before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize IocaI resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. I 1 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibilfty to advise the Interim Public Works Contracting Officer if @Lny language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, INTERIM PUBLIC WORKS CONTRACTING OFFICER City of Lubbock 1625 13`h Street Lubbock, Texas 79401 Fax: (806) 775-3326 Email: bmacnair@mylubbock.us RFPDepot: hqp://www.RFPdoot.com 13 14 15 16 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 30 31 29A Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 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). (c) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects•for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 8 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items ONE through TEN plus the sum of any Alternate Bids the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act; Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 9 BID SUBMITTAL ***REVISED*** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: t..y Z S Zyd (L- PROJECT NUMBER: #06-707-BM - Cell Bid of n B# 06-707-BM, Addendum # 3 Excavation at West Texas Regional Disposal Facility JAI)4 To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: called Bidder) The Bidder, in compliance with your Invitation to Bid for the construction of a Cell Three Excavation at West Texas Dispq§al Facility having carefully examined the plans, specifications, instructions to bidders, notice to bidders "ns and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated - _ - Item Quantity No. & Unit Description of Item Total Amount I LS Mobilization/Demobilization including insurance, performance bond, payment bond and trove-in/move-out related. MATERIALS: $- r /LS( LABOR: A)! A) v 5l �it 7fp-�AA&A $-&=�'ALS( TOTAL ITEM #1 4AIPC4 5/- X D ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wo shall govern.) 2. 1,649,928 CY Excavation: Provide for 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 and ditches, but not for miscellaneous excavation relating to structures or utilities. MATERIALS: LABOR: 6A-,e,, . -;;rl $ f ..c _ /CY(Z� „2*Z TOTAL ITEM #2: L�N �A44 ASt-C, $ �• �3 ICY 9-- (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Nb-- Bidder's Initials rFB# 06-707-BMAd1 2 No. & Unit Description of Item Total Amount 3. 24,362 CY Install embankment fills, including ditch embankments, all labor, equipment, and superintendence necessary as shown on the plans and required by the specifications. MATERIALS: $ /CY LABOR: ®A J 15 ��7hhL�L►9-7t/ $_ /CY( , 34,_ Z �) TOTAL ITEM #3: diL3e, C.1C� LL,-- $ /CY Z� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1 LS Provide all labor, material, equipment, and superintendence as necessary to implement the Storm Water Pollution Prevention Plan required under National Pollution Discharge Elimination System regulations described on the plans and required by the Specifications. MATERIALS: $ — /LS LABORS�UCOO YfIOUMM F,1 V C 7. ,r-m --- n ci-7-1-19n TOTAL ITEM #4: V %h&Lu � $ l 2S p (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 1,727 SY Provide all labor, material, equipment and superintendence as necessary to Install an asphalt road, including subgrade preparation and basg installation, as shown on the plans and required by the specifications. MATERIAL : o `�� ISY LABOR: %A)l/)L d_b ��..I�1 e3 5 / (`e .� e ��i/_ �� Jevs / 7 (�:twZ�Q ✓. TOTAL ITEM /SY (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 14,364 SY Provide all labor, material, equipment and superintendence as necessary to Install a caliche road, including subgrade preparation, as shown on the plans and required by the specifications. OD MATERIALS $ S� ISY ry � LABOR: /150 1 J, 6a -Ald ty� C2.• 5 $ ISY TOTAL ITEM #6:_Z ,._t $ ISYeero (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) r Bidder's Initials ITB# 06-707-BMAdt 3 n'B# 06-707-BM, Addendum # t Estimated Item Quantity No. & Unit Description of Item Total Amount 7. 1 LS Provide all labor, material, equipment and superintendence as necessary to install the litter control barrier fence, including remove and re -locate e ' ing fen as shown on the plans and required by the specifications, MATERIALS. F 1 7�p71� 2sr -72d 727 LABOR:�iPo�'•,.�,�r�JTi,r s►�a n s(�'D?.53y TOTAL ITEM #7. b t��0 ►l 'p /'�lr�,u� ��j� ILSt �,_ Y�1.7� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 8. 1 LS Provide all labor, material, equipment and superintendence as necessary to Install barbed wire fence with steel posts as shown on the plans and required by the specifications. This item will include removing and reusing the existing barbed wi fence as necessary for the construction of the new fence. MATERIALS: a /LS( �Zoz)b T A TOTAL ITEM #8: �' `'',g f (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 1 LS Provide all labor, material, equipment and superintendence as necessary to Install seeding on all areas disturbed outside of the excavation including soil stockpiles as required by the speci cations. MATERIALS:4s —W V /Ls R ✓� LABOR:dl, TOTAL ITEM #9 (Unit Price Amounts shall be shown in Bath words and numerals. in cast of discrepancy, the amount shown in words shalt govern,) TOTALS BID, ITEMS 1- #9: ,�i St+�Y i�Ci c3 �L�1L� fvlk y 9/ MATERIALS:I I IdWrooKoLo,,tfo ,s IUe sue .� Giro s1�c 2 LABOR:�id �bc.LA-,cr�v c, TOTAL 11-D � ► h � a (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wa shall govern.) fv Bidder's Initials rrB# 06-707-BMAd 1 4 rT9# 06-707-13M, Addendum # 1 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. 1. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 200 (TWO HUNDRED) calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 2$ of the General Instructions to Bidders. bidding. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the The Bidder agrees that this bid shall be good for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ __ _ w. 1 or a Bid Bond in the sum of Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder's Initials rT8# 06-707-BMAdi 5 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S) or a Bid Bond in the sum of Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include'alI contract documents made available to him for his inspection in accordance with the Notice to Bidders. ' Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Sea] if Bidder is a Corporation) ATTEST: 1 ecretary Bidder acknowledges receipt of the following addenda: Addenda No. Datej�- Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature V �C �,�� m. (Printed or Typed Name) Com - 043 4t.3 AFr�s�� T� JJ II Cites Comity State i Coe O Telephone: $1_- 7-t� Y-) Fax: SL'2 - l — MIWBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other f S eci 5 Y ITB# 06-707-BM, Addendum # i Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) EST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date t-' I� U Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: ITB# 06-707-BMA41 6 E— A i ler- goif 4 ,u e (Printed or Typed Name) IM I. 2. 3. 4. 5. 6. 7. 8. 9. 10. LIST OF SUBCONTRACTORS Minority Owned Yes No/ Cow AA41 r- J iJ E 0 C. J C r THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. 5 Ju1.17. 2006 10.38AM TIME INS Tw" a--ZWW6 01 :36 AM No.1669 P. 2/2 P . ►12 CM OF LUBHOCR INSURANCE REQUHtEITT AFFMA'VU To Re Compieted by At Attached to Bid submittp i, the u4dersipad Bidden certify thet the insmnce requiram=ts contmined in this bid document hrev my with the below identified Insurance AgerttlHrok er. )f l om ewarded €his contrirCt by the City of Lubbock, ave been bbock, t will b Icwed to, within ten (14j buciress days after being notified pf such awl by the City of Lubbock, `umish v by certificate to the City meating ali owe requir is defined in this bid/proposgt. a slid a able insurnn; e h -A, kL-&dz4L-7& Contractor (Print) C:011TRACTOR,s FlpM NAME. I. D Kemp Excaystj ng, Inc. I,1] Kemp WrMt or Type) CONTRACTOR'S FIRM ADMESS. 5409 Denton. Hwy Fort Worth, Tx. 761.49 Name of AganyBroker: Time Insurance Agency, inc. 5igMUM of Agent/Broke Address of Ag&WBrok,., ehY'aMWLip: Austin, TX. 78741 AgenVBroker Telophone Number: (_ S i.2 ) 447--7773 Date: 07-14-06 If the tuns r uirement , 1VOTX TO CoN'I'imcwR mi pali'iext ribnvr is not met, the City hAe the might to rejmt this bidtgraposal &ad evrard the cantraet td another eontr%etar. If you have nny que$tiorta conternle theee mvmmwft�Interim Pub1lc Works Contracting Cfi'Bcer for tite City of Ltebbo et (8p�'�75-2�� ulrements, Akan¢ costaot tare BID #0b-7D7-BM — CEU THREE EXCAVATION AT WF ►%T TEXAS REGIONAL DWOSAL FACILI" , CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I. the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock. I will be able to. within ten (10) business days after being notified of such award by the Cite of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. \• ..... - . J Y"1 CONTRACTOR'S FIRM ADDRESS: D.JL/.IIJ4) fYW y -oof' Wea- - irn& :7 6 Z ]dame of Agent/Broker: M I k67 giziscoE 1)v G% " Signature of AgentBroket Address of Agent/Broker: City/State/Zip: T 7 h Agent/Broker Telephone Number: 49d O Date: ! Q v NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Interim Public Works Contracting Officer for the City of Lubbock at (806) 771!-2163. BID #06-707-BM — CELL THREE EXCAVATION AT WEST TEXAS REGIONAL DISPOSAL FACILITY SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspensionlrevocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred. type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have 1 withhe] formation in my statements and answers to questions. I am aware that the information given by this estionnaire will be investigated, with my full permission, and that any misrepresentations r omissions ma au my id to be rejected. Signature Title SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25.000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25.000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: L� QV V Signature of Company TL' cial: Date Signed: L y Printed name of company official signing above: 10 PAYMENT BOND Bond No. 6322129 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that L.D. Kemp Excavatina. Inc. (hereinafter called the Principal(s), as Principal(s), and Safeco Insurance Com an of America (hereinafter called the Suret%,%&r%nadedl= I *,,dur ousa a�wrod unto the City of Lubbock (hereinafter called the Obligee), in the amount of Hknrlmd oFinhty Thraa Dnliam and 84100's Dollars ($ 3 �44,2a3.s4) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 10th day of August 20 0.6 , to Bid #06-707-BM - Cell Three Excavation at West Texas Regional Disposal Facility and said Principal under the law is required before commencing the worst provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 23rd day of August 2006 . Safeco Insurance Company of America Surety I ® By: (Ti John W. Schuler, Attorney -in -Fact �s 1 L.D. Kemp Excavating, Inc. (Company Name) By:e..Q Y (minted N me) (Title) 0 The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby designates Howard Cowan Bond Agency an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Safeco insurance Company of America Surety * By: (Ti e)John W. Schuler, Attorney -in -Fact Approved as to form: City of Lubbock By�[�� Ci 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 pact, we must have copy of power of attorney for our files. 2 PERFORMANCE BOND Bond No. 6322129 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) L.D. Kemp KNOW ALL MEN BY THESE PRESENTS, that Excavating, Inc. (hereinafter called the Principal(s), as Principal(s), and Safeco Insurance Company of America (hereinafter called the Surety%eal o � nar e o y o r ,ou anc wo unto the City of Lubbock (hereinafter called the Obligee), in the amount Of Hundred Fight, Threp Dollars and R4JQ01- Dollars ($ 3,244,283.84 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 10th day of August , 2006 to Bid #06-707-BM - Cell Three Excavation at West Texas Regional Disposal Facility and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 23rd day of August 2006 Safeco Insurance Surety of America L.D. Kemp Excavating, Inc. (Company Name) * By: Byili�i''C'.j �' (Ti John W. Schuler, Attomey-in-Fact (Printed me) (Signature) � /J iJ (Title) They undsi ne sjrety company represents that it is duly qualified to do business in Texas, and hereby designates AAnnaz on an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Safeco Insurance Company of America Surety *By: { e) John W. Schuler, Attorney -in -Fact =' Approved as to Form City of Lubbock By: i Attorney * Note; If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Band Number. 6322129 S A F E C (7 POWER sAFEoa INSURANCE COOMPA of AKIE Ca, C�ENl:RAI.OSSURAIJCE Cp1APWiY OF AMERIQA f OF ATTORNEY HOME OFFICE: SAMOO PLAZA 9EATME, WASI-KNOTON 98185 No. 105N KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMINUCA, each a Washtn¢on corporation, does each hereby apooint « «+�asaaa«rsaa�a«avw+i«r««««sus«+«*sssss«Iid W. SCEfiIIER: flu�tm. iamr*««'rats►s«++assaswaasr«s«s«sa«a«««ss«ss«i«usu«►ssssss*«« b hue and IewU attorray(s)-in-fad, with fiAl authortty to wa cute on Its beW Sddty and surety borxis or tndertakkrga and other documents of a sh*m character Masted to the course of its badness, and 10 bind the respective company thereby. IN WITNESS WHEREOF, SAFECO wsMANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each sxearted and atb eted twee preserhts this 77th day of Id . 2001 R.A. PIERSON, SECRETARY MIKE W YICK, PIZQSI�B+IT CERTIFICATE Exhad from the Bylaws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF ANOWA: "Artfda V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice Preen appotrded for that purpose by the otticer In dharge of w my operations, shay ear*h have audwdty to appokht khdividusta as aftonwyw k}fact or under odwr appropriate Was wth aulho* to eweaAs on behdf of tihe compeer fideitly and surety bonds and O#W docu nets of skrWiar c wm*sr Issued by ttw oompany in the oam of Its buskw m.. On any huburnent making or evldenciny such appolrOnent, Uw slgnahm may be allxed by facable. On any kwkwnent conf wit such atAhodty or on any bond or tntny daWft of the compa, fha Beal, or a facsimile thereof, may be knpressed or ifmred or In any obw manner reproduced: provided, however, that the a" W not be necessary to the v%W of any such inahument or urW*ftWv* Extract from a R soksdon of tits Board of Directors of SAFECO INSURANCE COMPANY OF AMEWCA - and of GENERAL INSURANCE COMPANY OF AMERICA adopted J* 20. 1970. "On any cattlbate sxsated by the Seastory or an astabbrit eemetary of the Company seittng out, (D The provhions of Anse V, Seclfon 13 of Ute By -Laves, and (R) A copy of the power-okftmey apWWdMent, sweated Pu xr't t *n9O. and (I) CeM"V that said power-opattorray appohhtewnt is In Adl force and elfsd, the signature of the oertf#V oftloer may be by faoalm0e, and the seal of the Company may be a hodniYe thereof.' I, RA. Pierson. Sea wy of SAFECo INSURANCE COMPANY OF AMERICA and Of GENERAL INSURANCE COMPANY OF AMERICA, do hereby ow* that the fontyoktg wftcts or the eyAAws and of a Resolution of Uw Board of Diredora of these corporations, and of a Power of Attorney Issued pur@LWA ttwreto, are true and corned, and fled botih fhe By -Laws, the R"a&n and the Power of Attorney are stil in ftR force and eft ed. IN WITNESS WHEREOF, I have hereunto set my hand and coxed the f eekn➢e seal of said aorporatlon this 23rd day of August 2006 - EC#�AIp'� SEAL SEALS x� g, atWl6p• R.A. PERSON, SECRETARY S-oD "ALF 2101 ® A mgidwsd UWoh e[k d SAFE00 C:o PM&n C 71210M PDF .J — IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America. General Insurance Company of America, First National Insurance Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circum- stances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. tosses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. 5-6248 3/03 CERTIFICATE OF INSURANCE Aug•25. 2006 8:51AM TIME INS No.2756 P. 1/1 CERT.TFICATIR OF INSURANCE TO: CITY OF LUBBOCK DATE;_.... 0817 •Ob P.O. BOX 2000 kai Thrm ExciC:Lon T.Tii3ROC1x) TX 79457 TYPE OF PROJECT:: t cut . xur� ,y�On".. THIS IS TO C 11:lt'I'Ik X 'I'lrlA'E L. I) E„ t� y_a t ion , Ixle.. Kc? .Clortha _V9ame an Address o lnstlrtrtl} is, at the date of this certificate, insured by this Company with respect to tht; bt,sincss cIpc126011S heMiffliRcr, described, for die typed of insurance and in accordance with the provisions of the standard policies used by this company, the further livreilTmAur dt=ribul, ExuQplions to standard policy Voted hereon. —TYPE OF INSURANCE POLICY sNUMOM r FECf'fVZ EFFECTIVE r WITS DA'IT', DATK — GENERAL'WILli1 — -- -•-.� � L Cuiumcwhit Gum- ill l.41bilily flonarnl A�,1sErs�ltte S , _ :'1 al'is Mladu nrr sets-L:r,:npH?i. AL;v' $ «. Oce:Immoe !�4ESUlIRI &!SAY, ttlJlily�`,.. ..• . - •,) {,lt4E1eY`S & ('.nnrrssii:nrt 1'mtCCiiVC 1 1:ac1E l7tt:arre;nc:s: S. , iJ tl � � Fire I3mtt Ae fitly ono Fire) $ g _ Med Eqp (Any some Perm) AUTIOUOTIVE LIABILITY i Any Ilatu Combined Singla t.imtt T 1,000,000 rl All Owned Autos OLBA4019302 07/22/06 07/22/07 Bodily lnjory (Per Porsm)� !X NOWL11od Autos Bodily Injury (Per Accident) S,,,,,,, _ Hired Autos Prupolty I lsstnssgu 5 __.. ? ,ton-Gwncd Autos GARAf ill" 1.1A1111f77 n Any Anto Auto Only -Midi Accidcssi $ - -- p Other than Auto Qdy: HAch Accident $ AWC8(tro _ !J D1fILGGR'S RISK I 1gfi%oftins'Cot MAMiradPTico n INS7ii1.1A77f1NH'IfJA7hR �... �-_-- l�,Xl'istii'l.IA1Jlf.f'!Y n Umbrella harm kushD4iutrellCc $ AgWrgi tC ' _- .. 01W Thali t.ltt brclln Form ........ WORKERS {:OMPENSA77ON AND KmP1.0YER,S' 1.1AR11.1'1'Y The Proprietor/ Cl Included titatutury l.bnits PartimsmXecutiYe is LxcUldcd i oah Accident ofrCCiS um: I) OMM ROliCy Lhnll S Diseame-1 ach Cmployeo 5 OMER 'i'he above policics cithcr in tiro body thc;rcuC or by appmprim, t;rnlom mmit provide that they May not bu changed or canc;cled by the imurer in less than the legal tilrte required after lllc insurul has r000ived written notice or sueh u1iltnge or crtn"llatiun, or in me there is no legal r quire:lnetlt, in less alum ftvc days in advarlee of cancellation. FIVi. COPIES OF TIIt CRRTIFICATE OF INSURANCE Amp.of Texas (Mimi: of hisurer MUST BE SENT TO TIE CITY OF LUB13OCK Tame Insurance Agency, Inc. f3y:—' • John W.-Acfrt}ler The Insurance Certifi.WCs Furliisiiecl shall Ratite the City of Lubbock as a Prii ami Additional Insured on General Liability and Aulorttoltile Liability and provide a Waiver of Subrogation In fRvor of the City of Lubbock. OP ID ACVRD CERTIFICATE OF LIABILITY INSURANCE Lti,�-�1 DATE IMWDDIIYM 08/24/06 PRODUCER Time Insurance Agency, Inc. 1405 East Riverside Dr Austin TX 78741 Phone:512-447-7773 Fax:512-440-0989 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED L D Excavating, Inc. 5409 ton HW Fort Worth TX 6148 INSURERA. American States of Texas 19712 INSURER B INSURER C. INSLRERD: INSURER E: COVERAGES THE POL CiES OF INSURANCE LISTED BELOW RAVE 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 CONDFT€ONS OF SUCH POLICIES. AGGREGATE OMITS SHOWN MAY HAVE BEEN REIDUCED BY PAID CLAIMSEXPIRATION TYPE OF INSURANCE POLICY NUMBERDATE IMDr-; YI DATE (MWDDAY) LIABILITY [ EACH $ -- $ r7GENERAL COMMERCIAL GENERAL LIAW ITY �OCCURRRRENCE PREMISES (Ea occureroca) CLAIMS MADE OCCUR MED EXP [Any one person) $ $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER $ PRODUCTS - COMPIOP AGG POLICY JPER4 LOC A AUTOMOBILE LIABILITY ANY AUTO j 01BA4019302 01/22/06 COMBINED SINGLE LIMIT 07/22/07 (Eeacclden) � 1000000 $ I ? X ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ X j HIREDAUTOS NON-OMEDALTOS RODILY INJURY [Peraccident) $ PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHERTHANEA ACC $ AUTO ONLY. AGG $ EXCESSNMBRELLA LIABLITY 3 EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND € EMPLOYERS' LIABILITY € ANY PROPRiET£#�iPARTNEWEXECUTiVE i TOATU-JOIH RY L'€€MITS ER E.L. EACH ACCIDENT $ $ CFFICERrMEMBEREXCLUGED7 E.L. DISEASE - EAEMPLOYE£ A yes, describe under SPECIAL PROVISIONS bG,, w E.L. DISEASE- POLICY LIMIT $ OTHER E ` [ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS City of Lubbock is shown as a Primary Additional Insured on the Automobile Liability policy and a Waiver of Subrogation applies in their favor as respects project ##ITB##06-707-BM Contract ##7057 Cell Three Excavation At West Texas Regional Disposal Facility. CERTIFICATE HOLDER CANCELLATION CITY LU SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS wRiTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL City of Lubbock P.O. BOX 2000 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, rrS AGENTS OR Lubbock TX 79457 REPRESENTATIYEs. A OTDATM �R�EP{RESS ACORD 25 (20011081 WACORD CORPORATION IUHU `.;.......,>:''==�;_._<_:::::::::::<::::>:;::_:::::::::>::>::___::>::>::>::>::;<:s:>:::::�::. DATE ACC .:T"'......I.:..:.:::.:::.::.:::.::::.:: 1p PROlDU EFt THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MIKE BRISCOE INSURANCE ($17 4 2 8 - 2 2 95 } ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR mbi4@mindspring.com (FAX 428-5834) ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O BOX 162747 COMPANIES AFFORDING COVERAGE FORT WORTH, TEXAS 76161 COMPANY A EVEREST INDEMNITY INSURACE COMPANY INSURD COMPANY L.D.KEMP EXCAVATING,INC. B TEXAS MUTUAL INSURANCE COMPANY COMPANY 5409 DENTON HIGHWAY FORT WORTH, TX 76148 C COMPANY D x:v,:,;ca{::x{.x,;;::oxt;.,}:,:;.,;k{.,•{n-,�c:-,k.... kxsarawxa-.hw.,lo-xrrxoh::a xr.::--Y....m ...,:::.w.'...„nYxw:.vxa�wz^ktii::::r.'kN:xk{.`:^^itf^'•�i"^.?:t:'r,;%;c�k �;}.x ::.,q..:t...:.. }o: }^..5:....Y............t.,- .f'.:.,ww•rxcx,:%axn,};nx.w....,c::.......c.,�?:^iyrvnw+v x ":-- ..•:.::::. ,:,.w-:....:.,.::,:.:::.:..,:{w:::.:{.w:»x..}.-r..x{.x..}xx,;;oxx�;;..�x{,-:::.:xa;,.r;.,w:,:.;:,iax�nwc:::ox.:v,::.._�vrn;;rrivwrs:a n:: n:•-•{.:. Ad" :�:-}x ... .. . .. .... .... . .. .... . .. :-:.:..: .-:- :w:., m'�iiriJi%4'Yif/f.-}}A'!f!/.:fifn}:3.\.{.}.^^:i:•::!n%'}}Iri.:}Cwit:{vA::�n:g%tiijri}�Y.:.Yj]^?.......... .......:: -..:.:-:.:..,v.:.::-}...},[.. •.-:.. [.::. r.:v.} .. . - :-.. .::..v. ..:},:: .:..{•,:.:M4 ..:;.:. ....... .....:.-. - :.:.....- :...:,:-.-:.:.:vi,:: ..^?'%[^:...;..x.. 14Y tt.,.: J.`:h: ^; n::l'^l.C: i}:r:.ilhtix }.:,Y.:::.:. wv 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 POUCY NUMBER P POLL LIMBS GENERAL LIABILITY GEL* AL AGGREGATE s 2 0 0 0 0 0 A X comMERa&L GENERAL umuw 4 0 0 0 0 0 4 2 8 0- 0 51 0 8/ 11 / 0 6 0 8/ 11 / 0 7 PRCDUCTs - COMPIoP Am s 2 0 0 a 0 0 71 CLADS MADE FXI OCCUR PERSONAL & AIN N&W s 1 000 0 0 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE s 1 000 0 0 X FIRE DAMAGE M om nm) $ 100,000 HEAVY EQuipmEnrr X CONTRACTUAL MED EXP (AiW one ) s 5000 AUTOARMLE LIABILITY ANY AUTO COMS04ED SINGLE LIMIT $ BODILY INJURY r- P—) s ALL OWNED AUTOS SCHEDULED AUTOS BODILY � $ HFIED AUTOS NOD AUTOS N-OYYNE PROPERTY DAMAGE $ GARAGE LAJ NUTY AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY. ANY AUTO EACH ACCIDENT i AGGREGATE S i EXCESS LABILITY EACH OCCURRENCE s 5 0 0 0 0 0 A X ummaLAFORM 40UM000422-061 01/23/06 09/11/06 AGGREGATE s 5 000 00 3 OTHER THAN UMBRELLA FORM I WORKERS COMPENSATION AND B EMPLOYERWLABILITY TSF-20060405 04/05/06 04/05/07 EL EACHAcwENT $ 1,000,00C EL DISEASE - POLICY LIMIT $ 1 0 0 0 0 0 i THE PFIDP""OF' X INCL PAJTMERSIEXECUrvr OFFlCERS ARE: EXCL EL DISEASE - EA EMPLOYEE S 1 0 0 a a s OTHER A DESCRIPTION OF OPERATION S1LOCJIT[ONAIVEHKXE SPECIAL ITEwRS RE:CELL THREE EXCAVATION AT WEST TEXAS REGIONAL DISPOSAL FACILITY j ITB#06-707-BM BM CONTRACT#7057 **WAIVER OF SUBROGATION APPLIES WHEN REQUIRED BY CONTRACT** SEE ATTACHED ENDORSEMENTS t: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL. ENDEAVOR TO MAIL CITY OF LUBBOCK C/O PUBLIC 1Q_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, WORKS CONTRACTING OFFICE BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LLABUM 1625 13 TH STREET S TE 102 OF ANY KIND ON E COMPOW, ITS AGENTS OR REPREME NTATIUEB. LUBBOCK, TX 79401 AUTHORIZED REPR N ,.: I:..,.:at.::.t....,..,:N,:: M::•::::-::::..�::::::t::t::::::t::::.::Aw :.:::A:t:.::::::., :::.::::.:::t::.::.:::.: M.,::::.:::.:..:::::..�::::t:::t:.::::t:. . .�.................. �.. ..��...�....:...............::: :,::::::::.:::.:::.v:::.x:.::.::-::0::-}:;•::-::v::tS.:i::Lt•:::tit.ri.:i:::.:i::ii:.:.::.::::.:::.::-::-::t+..: }::4: Y. t+.::' .. r{-:: t;.::ti ::':::::?O;Y::::tiCt{iCth}.;n:;.•:::::........t............................................................ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number 1 POLICY NUMBER POLICY CHANGES COMPANY EFFECTIVE 4000004280-061 08/17/06 Everest Indemnity Insurance Company NAMED INSURED AUTHORIZED REPRESENTATIVE L.D. Kemp Excavatinmg, Inc. NECC COVERAGE PARTS AFFECTED Commercial General Liability CHANGES IN CONSIDERATION OF THE ADDITIONAL PREMIUM OF $550.00, WHICH IS FULLY EARNED AT ATTACHMENT, IT IS HEREBY UNDERSTOOD AND AGREED THAT, CITY OF LUBBOCK, ITS OFFICERS, AGENTS AND EMPLOYEES, IS NAMED AS AN ADDITIONAL INSURED UNDER THE TERMS AND CONDITIONS OF FORM, CG 20 10 10/01, ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION, WHICH IS HEREBY ATTACHED TO AND MADE PART OF THIS POLICY, IT IS FURTHER AGREED THAT FORM CG 24 04 10/93, WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US, NAMING CITY OF LUBBOCK, ITS OFFICERS, AGENTS AND EMPLOYEES, IS HEREBY ATTACHED TO AND MADE PART OF THIS POLICY. IT IS ALSO AGREED THAT FORM ECG 24 512 05/00, PRIMARY PROVISION -YOUR OPERATIONS FOR NAMED PERSON, NAMING CITY OF LUBBOCK, ITS OFFICERS, AGENTS AND EMPLOYEES, IS HEREBY ATTACHED TO AND MADE PART OF THIS POLICY. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. Authorized Representative Signature cmy 8/17/06 IL 12 01 1185 Copyright, Insurance Services Office, Inc., 1983 Page 1 of 1 Copyright, ISO Commercial Risk Services, Inc., 1983 POLICY NUMBER: 4000O04280-061 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Lubbock, its officers, agents and employees c/o City of Lubbock Public Works Contracting Office 1625 13th Street, Suite 102 Lubbock, TX. 79401 (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section It — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed, or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 O ISO Properties, Inc., 2000 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Lubbock, its officers, agents and employees c/o City of Lubbock Public Works Contracting Office 1625 13th Street, Suite 102 Lubbock, TX. 79401 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 No Text COMMERCIAL GENERAL LIABILITY ECG 24 512 05 00 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY PROVISION - YOUR OPERATIONS FOR NAMED PERSON This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Paragraph 4., Other Insurance of Conditions (Section IV) is amended by the addition of the following: If insurance similar to this insurance is held by a person or organization named below, this insurance is primary to that other insurance for liability arising out of your ongoing operations performed for that person or organization under a written contract. However, this does not apply if you did not receive a specific written request from the person or organization named below: a. That this insurance be primary insurance, or b. if that request was not received by you prior to the date that your operations for that person or organization commenced. SCHEDULE Name of Person or Organization: City of Lubbock, its officers, agents and employees C/o City of Lubbock Public Works Contracting Office 1625 13th Street, Suite 102 Lubbock, TX_ 79401 ECG 24 512 05 00 Copyright, Everest Reinsurance Company 2000 PAGE 1 OF 1 Includes copyrighted material of Insurance Services Office, Inc. used with its permission Copyright, Insurance Services Office, Inc., 1997 No Text CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (S 12)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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._ 3 CONTRACT CONTRACT #7057 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this I01h day of August, 2006 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and L.D. KEMP EXCAVATING INC. of the City of Fort Worth, County of Tarrant and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #06-707-BM — CELL THREE EXCAVATION AT WEST TEXAS REGIONAL DISPOSAL FACILITY - $3,244,283.84 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. L.D. Kemp Excavation, Inc.'s bid dated July 25, 2006 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: Company[»! Address City, State, Zip o ATTEST: rporate Secretary CITY OF LUBBOCK E S (OWNER): MAYOR ATTEST: ,Q a 4=�. � \— .— r— sty ecretary ..I►"M� � i.%� t ''�� i 1� GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit L.D. KEMP EXCAVATING, 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 JOHN COBB, LANDFILL MANAGER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may he authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4, CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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. 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. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13, LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its, Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. W. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications " and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all tithes be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or 4 consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes -or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the Iatest 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 malting written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(I). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (S) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR`S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury With Heavy Equipment Coverage B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability insurance with limits of not less than; Bodily Injury/Property Damage, 50$ _ _0,000 Combined Single Limit, to include all owned and non -owned cars (Any AUTO) including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. UmbreIla Liability Insurance — NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 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- 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 10 G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no Iater 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 II coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 8001372-7713 or 5121804-4000 (htt.11www.twcc.state.tx.usltwcccontacts.himl to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 12 (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31, PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 13 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 $25 aWENTY-FIVE_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. 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ 15 somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be 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 enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work 16 performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 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 Iaw or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor .shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. 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. 17 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (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 18 business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. 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, 20 disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 21 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -.tourney Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Asphalt Heaterm:an 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS - Project Manual City of Lubbock, Texas West Texas Region Disposal Facility Cell 3 Construction TCEQ New Permit No. 2252 June 2006 PSC Project #: 01448006 Dlo/2 3/06 Parkhill, Smith & Cooper, Inc. 14 Engineers ■ Architects ■ Planners TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00805 Supplementary General Conditions............................................................................................6 DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work......................................................................................................................2 01019 Contract Considerations.............................................................................................................1 01025 Measurement and Payment........................................................................................................3 01039 Coordination and Meetings........................................................................................................2 01090 Reference Standards...................................................................................................................2 01300 Submittals..................................................................................................................................3 01400 Quality Control ........................................ .................................................................................. 2 01500 Construction Facilities and Temporary Controls........................................................................2 01560 Environmental Protection...........................................................................................................5 01600 Material and Equipment.............................................................................................................2 01700 Contract Closeout.......................................................................................................................2 DIVISION 2 - SITE WORK 02200 Excavation and Earthwork......................................................................................................... 6 02500 Roadway Construction...............................................................................................................6 02820 Barbed Wire Fence with Steel Posts..........................................................................................3 02900 Seeding......................................................................................................................................6 02905 Litter Control Barrier Fencing....................................................................................................3 DIVISIONS 3 - 16 Not Used APPENDIX A Storm Water Pollution Prevention Plan 01448006 TABLE OF CONTENTS PAGE - 1 06/06 SECTION 00805 SUPPLEMENTARY GENERAL CONDITIONS PART 1-GENERAL The following paragraphs identify and describe changes to specific paragraphs in the General Conditions. 1.1 ADDITIONS, DELETIONS, AND REVISIONS 1.1.1 General Conditions "11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE", delete the entire paragraph and replace with the following: The Contractor will be furnished five (5) sets of the full-sized drawings and five (5) sets of the specifications for use during construction. This shall include all plans and specifications furnished to material suppliers and subcontractors but does not include executed contract copies. Plans and specifications for use during construction will be furnished directly only to the contractor. 1.1.2 General Conditions " 13. LINES AND GRADES", add a second paragraph as follows: All lines and grades (field surveys) furnished by the Owner's Representative are for initial construction layout and final construction verification. If a portion of the work fails and requires additional work by the Contractor, additional surveys will be provided by the Owner's Representative at Contractor's expense. The Contractor shall be billed directly for additional surveys by the surveyor at the rates being paid by the Owner. Failure of the Contractor to pay for additional surveys will result in a reduction of that amount from the final payment. 1.1.3 General Conditions "2 1. OBSERVATION AND TESTING", add a fourth paragraph as follows: The Contractor shall pay all costs for pre -construction testing called for in the Technical Specifications and for all failing tests during construction. The Owner shall pay for all construction testing expect for failed tests. The Contractor shall be billed directly for failed tests by the testing laboratory at the rate per test being paid by the Owner. Failure of Contractor to pay for failed tests will result in a reduction of that amount from final payment. 1.1.4 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT", delete the first paragraph of this section. 1.1.5 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC", modify as follows: Delete the fourth sentence of the first paragraph, i.e., "The Contractor, his sureties... including attorney's fees." and replace it with the following: "The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents, including Engineer, and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and project which is the subject matter of this contract, on account of the failure of the Contractor or any subcontractor to provide necessary 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 1 06106 barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, including Engineer, or employees including attorney's fees." L 1.6 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows: A. Add the following paragraph after the first paragraph: "All insurance, as hereafter specified, shall include a waiver of subrogation against the Owner, the Owner's agents, and the Owner's Engineer." B. In addition to the City, the Engineer is to be named as an additional insured on the Comprehensive General Liability Insurance, the Owner's Protective or Contingent Public Liability and Property Damage Liability Insurance, the Comprehensive Automobile Liability Insurance and the Excess or Umbrella Liability Insurance policies, and a copy of the endorsement doing the foregoing is to be attached to the Certificates of Insurance for such policies. C. The Engineer is to be named as an additional insured on the Builder's Risk Insurance Policy, as its interests may appear. 1.1.7 General Conditions "39. PROTECTION OF ADJOINING PROPERTY", modify as follows: Delete the last sentence of the paragraph, i.e., "without limiting, in any way, manner and form, the idemnity provided.. .out of the performance of this contract." and replace it with the following: "The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any adjacent or adjoining property arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work." 1.1.8 General Conditions "53. SPECIAL CONDITIONS", modify as follows: Delete the paragraph and replace it with the following: "In the event any special or supplementary general conditions that are a part of the contract documents conflict with any of the general conditions contained in this contract, then in such event the special or supplementary general conditions shall control." 1.2 ADDITIONAL PARAGRAPHS 1.2.1 General Conditions 56. CONSTRUCTION PROCEDURES AND SAFETY:" Owner's Representative and the Engineer shall not specify construction or service -related procedures and shall not manage, control or have charge of construction, nor shall Owner's Representative or Engineer implement or be responsible for health or safety procedures. Owner's Representative and Engineer shall not be responsible for the acts or omissions of Contractor or other parties on the project and shall not be responsible for construction means, methods, techniques, sequences, or procedures, nor for precautions or programs. All of these matters shall be responsibility of the Contractor. Owner's Representative's and Engineer's monitoring or review of portions of the work performed under any construction contracts shall not relieve the Contractor from its responsibility for performing the work in accordance with the applicable contract documents." Contractor shall defend, indemnify and hold harmless Owner, Engineer, their officials, officers, directors, consultants, agents 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 2 06/06 and employees from and against all claims, damages, whether direct, indirect or consequential, losses and expenses (including but not limited to attorney's fees and court costs) connected with any illness, injury or loss to the person or property of Contractor, its subcontractors, suppliers, their employees and at., or any other person, arising out of or resulting from Contractor's responsibilities under this paragraph; the foregoing shall apply notwithstanding the negligence of any person or entity indemnified hereunder. Not withstanding the above, the Contractor will not be required to indemnify the Owner's Representative or the Engineer to causes arising out of the Engineer's negligent acts, errors, or omissions. 1.2.2 General Conditions 57. RESIDENT PROJECT REPRESENTATIVE (RPR): General: RPR is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. A. Duties and Responsibilities of RPR: Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents, and assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on -site operations. b. Assist in obtaining from Owner additional details or information, when required for proper execution of the Work. B. Shop Drawings and Samples: 1. Record date of receipt of Shop Drawings and samples. Receive samples which are furnished at the site by Contractor, and notify Engineer of availability of samples for examination. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the Engineer. 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 3 06/06 C. Review of Work, Rejection of Defective Work, Inspections and Tests: 1. Conduct on -site observations of the Work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. 1 Report to Engineer whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 3. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that Contractor maintains adequate records thereof; and observe, record and report to Engineer appropriate details relative to the test procedures and startups. 4. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to Engineer. D. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Engineer. Transmit to Contractor decisions as issued by Engineer. E. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor decisions as issued by Engineer. F. Records: 1. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. 2. Keep a diary or log book, recording Contractor hours on the job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. 3. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment. 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 4 06/06 G. Reports: 1. Furnish Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 2. Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. 3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from Contractor and recommend to Engineer Change Orders, Work Directive Changes, and Field Orders. 4, Report immediately to Engineer and Owner upon the occurrence of any accident. H. Payment Requests: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values. Work completed and materials and equipment delivered at the site but not incorporated in the Work. 1. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forwarding to Owner prior to final payment for the Work. J. Completion: 1. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. 2. Conduct final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be completed or corrected. 3. Observe that all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance. K. Limitations of Authority: Resident Project Representative: I. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by Engineer. 2. Shall not exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's superintendent. 01448006 SUPPLEMENTARY GENERAL CONDITIONS 06106 00805 - 5 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or sample submittals from anyone other than Contractor. 7. Shall not authorize Owner to occupy the Project in whole or in part. 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by Engineer. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 6 06/06 SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.2 RELATED SECTIONS A. Section 00700 - General Conditions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas, West Texas Region Disposal Facility, Cell 3 Construction." B. Location: Lubbock, Texas, West Texas Region Disposal Facility, TCEQ MSW Permit No. 2252. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: l . Earthwork excavation and grading as shown on plans below existing grade. The topsoil from the excavated area is to be stock -piled on a site located southeast of the proposed cell. The area is shown on the plans. Contractor must segregate all clean topsoil from soil containing caliche or other materials into individual stockpiles. 2. Subgrade preparation to the lines and grades shown on the plans. 3. Construction Testing. 4. Erosion protections. 5. HMAC road. 6. Caliche road. 7. Seeding. 8. Relocation of 2,414 LF of litter control barrier fence. 1.4 CONTRACTOR USE OF SITE A. Limit use of site to allow one Owner occupancy. B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. 1.5 OWNER OCCUPANCY A. The Owner will occupy the site during construction for the conduct of normal operations. B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. C. Schedule the Work to accommodate this requirement. 01448006 SUMMARY OF WORK 01010 - 1 06/06 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION O1448006 SUMMARY OF WORK 01010 - 2 06/06 SECTION 01019 CONTRACT CONSIDERATIONS PART1-GENERAL 1.1 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.2 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. B. Section 01600 - Material and Equipment: Product substitutions. t .3 APPLICATIONS FOR PAYMENT A. Submit four copies of each application to the Engineer. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. 1.4 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. C. All Change Orders must be approved and signed by Owner. Do not commence with work included in a Change Order until it has been approved and signed by the Owner. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 CONTRACT CONSIDERATIONS 01019 - 1 06/06 SECTION 01025 MEASUREMENT AND PAYMENT PART 1-GENERAL The unit price or lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made such as, but not limited to, mobilization, clean up, and other incidentals, shall be included in the bid prices on the various items. See Section 01025 ALTERNATES for descriptions of the alternate bid items. 1.1 MOBILIZATION/DEMOBILIZATION Payment will be made for mobilizing and demobilizing all equipment, tools, insurance, bonds and all other job -related items to and from the job site. Price will be on a lump sum basis and shall include all equipment, labor, materials, superintendence and all incidentals necessary to become fully mobilized at the start of the project and demobilized when work is complete. Mobilization related expenses include Contractor's cost for the following: obtaining a construction staging area; obtaining storage areas for equipment and construction office facilities; obtaining and setting up construction office facilities; obtaining and paying for electric power required for construction; providing sanitary facilities for construction personnel; obtaining and paying for water needed for construction; providing and maintaining dust control over the project working area; and all other incidentals required for Contractor to complete mobilization. This bid item shall not exceed 3% of the contract price. 1.2 EXCAVATION Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to excavate the cell to the elevations and grades shown on the plans, and to prepare the areas to receive the lining system. Payment will be made for the total excavation on a per -cubic yard of excavation. CONTRACTOR must provide survey control and surveyed measurements to verify amount of excavation for payment purposes. 1.3 EROSION CONTROL Payment will be made for providing, installing and maintaining erosion control measures as shown on the plans on a lump sum basis and shall include the following: preparation of a formal SWP3 Plan; submitting and obtaining approval of the formal SWP3 Plan from the required governing agencies; furnishing, installing, and maintaining the approved SWP3 Plan complete for the duration of the project; implementing and maintaining best management practices and good -housekeeping for control of drainage run-off over the project area; silt -fences; soil stabilization; hay -bales; and all other incidentals required for Contractor to complete and implement the SWP3 Plan requirements. 01448006 MEASUREMENT AND PAYMENT 01025-1 06/06 1.4 EMBANKMENT FILL Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to construct the embankment fill areas as shown on the plans. Embankment fill to include the embankment necessary to construct ditches at the elevation and grades shown on the plans. Payment will be made for the embankment fill construction on a per -cubic yard basis. CONTRACTOR must provide survey control and surveyed measurements to verify the amount of embankment fill constructed for payment purposes. 1.5 ASPHALT ROAD Payment will be made for providing all labor, equipment, and material necessary to construct asphalt road to the elevations and grades shown on the plans. Payment will include the grading and compacting activities required to construct the asphalt road according to the specification requirements. Payment will be made on a square yard basis of asphalt road required. 1.6 CLAICHE ROAD Payment will be made for providing all labor, equipment, and material necessary to construct caliche road to the elevations and grades shown on the plans. Payment will include the grading and compacting activities required to construct the caliche road according to the specification requirements. Payment will be made on a square yard basis of caliche road required. 1.7 LITTER CONTROL BARRIER FENCE Payment will be made for providing all labor, equipment, and material necessary to construct the litter control barrier fence as shown on the plans. Payment will include removing and re -using the existing fence and appurtenances as much as possible for the new fence. Payment will also include providing new fence as necessary to complete the fence according to the specifications and as shown on the plans. Construction activity required to drill post holes, implant guy -anchors backfill with concrete enforced material, and all other incidentals required for installation are include in this pay item. Payment will be made on a lump sum basis of Litter Control Barrier Fence required. 1.8 BARBED WIRE FENCE WITH STEEL POSTS Payment will be made for providing all labor, equipment, and material necessary to construct the barbed wire fence as shown on the plans. Payment will include providing new fence and hardware as necessary to construct the fence according to the specification documents. Also included will be connecting to the existing fence and any other incidentals necessary for installation according to plans and specifications. Payment will be made on a lump sum basis of Barbed Wire Fence required. 1.9 SITE SIGNAGE Payment will be made for providing and installing site signage as shown on the plans on a lump sum basis. Price shall include all material, labor, supplies, equipment and superintendence necessary to install the signage as specified. 01448006 MEASUREMENT AND PAYMENT 01025 - 2 06/06 1.10 SURVEY No separate payment will be made for construction survey as required for the project. This item shall be considered incidental to all other bid items. 1.11 CLEANING The project shall be returned to pre -construction conditions. No additional payment will be made for cleaning. This item shall be considered incidental to all other bid items. 1.12 SEEDING Payment will be made for providing and installing seeding as specified. Payment will include all labor, materials, equipment and superintendence as necessary to install the seeding. Payment will be made on a lump sum basis of seeding used. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 MEASUREMENT AND PAYMENT 01025 - 3 06/06 SECTION 01039 COORDINATION AND MEETINGS PARTI-GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. C. Site mobilization conference. 1.2 RELATED SECTIONS A. Section 00700 General Conditions. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. 1.4 FIELD ENGINEERING A. Control datum for survey is shown on Drawings. 13. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.5 SITE MOBILIZATION CONFERENCE A. Engineer will schedule a conference at the Project site prior to Contractor occupancy. B. Attendance Required: Engineer and Contractor's Project Manager and Jobsite Superintendent. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. 8. Procedures for testing. 9. Procedures for maintaining record documents. 01448006 COORDINATION AND MEETINGS 01039 - 1 06/06 1.6 BI-WEEKLY MEETINGS A. Biweekly meetings will be held at the work area on a day agreeable to all parties. At minimum, the meeting will be attended by the Contractor and the Engineer. The purpose of the meeting is to: I. Review the work activity and location for the week. 2. Discuss the Contractor's personnel assignment for the week. 3. Review the previous week's activity. 4. Review the work schedule. 5. Discuss the possible problem areas and situations. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 COORDINATION AND MEETINGS 01034 - 2 06/06 SECTION 01090 REFERENCE STANDARDS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. 1.4 SCHEDULE OF REFERENCES AASHTO American Association of State Highway and Transportation Officials 444 N. Capitol St. NW Washington, DC 70001 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 CFR Code of Federal Regulations U.S. Government Printing Office Washington, DC 20402 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 130140 Ann Arbor, Michigan 48113-0140 01448006 REFERENCE STANDARDS 01090 - 1 06/06 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 TCEQ Texas Commission on Environmental Quality Box 13087 Austin, Texas 78711-3087 USCOE U.S. Corps of Engineers P.O. Box 17300 Fort Worth, Texas 76102-0300 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used eI)XIIall MONI(`ol\I 01448006 REFERENCE STANDARDS 01090 - 2 06/06 SECTION 01300 SUBMITTALS PART1-GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Construction progress schedules. D. Proposed products list. E. Proposed Equipment List F. Shop drawings. G. Product data. H. Manufacturers' instructions. I. Manufacturers' certificates. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Manufacturers' field services and reports. D. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractors stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required identifying all changes made since previous submittal and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 01448006 SUBMITTALS 01300 - 1 06/06 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Revise and resubmit as required. C. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. Submit in a reproducible form. B. Submit the number of reproductions which Contractor requires, plus three copies which will be retained by Engineer. C. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 24 x 36 inches. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. M Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. L9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. 01448006 SUBMITTALS 01300 - 2 06/06 PART 2 - PRODUCTS _r Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 SUBMITTALS 01300 - 3 06/06 SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01090 - Reference Standards. D. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. E. Section 01600 - Material and Equipment: Requirements for material and product quality 1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Perform work by persons qualified to produce workmanship of specified quality. 1.4 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing if deemed necessary. B. The Contractor or the independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. C. Reports will be submitted by the Contractor or the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. D. Retesting required because of non-conformance to specified requirements shall be performed by the either the Contractor or the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor. PART 2 - PRODUCTS Not Used 01448006 QUALITY CONTROL 01400 - 1 06106 PART 3 - EXECUTION Not Used END OF SECTION 01448006 QUALITY CONTROL 01400 - 2 06/06 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1- GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, water, and sanitary facilities. B. Temporary Controls: Barriers, water control, protection of the Work, and security. C. Construction Facilities: Progress cleaning and removal of utilities. L2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY ELECTRICITY A. Contractor shall contact electric company to provide service for temporary power. B. Owner will not pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required by Contractor's operations. Provide flexible power cords as required. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. 1.4 TEMPORARY WATER SERVICE A. Contractor shall provide temporary water service for all purposes (potable and nonpotable). B. Owner will not pay cost of water used. Exercise measures to conserve water. C. Contractor will be required to treat surface water by mixing 0.6 ounces of HTH calcium hypochlorite granules for every 1,000 gallons of water taken from the source. D. Contractor must provide a means at Contractor's expense to pump the water from the source and load water transport vehicles. 1.5 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.6 BARRIERS Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. 01448006 CONSTRUCTION FACILITIES 01500 - 1 06/06 AND TEMPORARY CONTROLS 1.7 STORM WATER CONTROL A. Grade site to drain. Maintain excavations free of water. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.8 PROTECTION OF INSTALLED WORK Protect installed Work and provide special protection where specified in individual specification Sections. 1.9 SECURITY Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in aclean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose on existing working face at intervals as required to maintain clean site. 1.11 REMOVAL OF UTILITIES Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 CONSTRUCTION FACILITIES 01500 - 2 06/06 AND TEMPORARY CONTROLS SECTION 01560 ENVIRONMENTAL PROTECTION PARTI-GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910-SUBPART G Occupational Health and Environmental Control CORPS OF ENGINEERS (COE) COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management 1.2 DEFINITIONS A. Sediment I. Soil and other debris that have eroded and have been transported by runoff water or wind. B. Solid Waste l . Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish 1. Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris I. Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Wastes I . This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes 1. Sewage G. Wastes characterized as domestic sanitary sewage. I. Garbage a. Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. H. Oily Waste I. Petroleum products and bituminous materials. 01448006 ENVIRONMENTAL PROTECTION 01560 - 1 06/06 1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noise pollution. A. Storm Water Pollution Prevention Plan (SWPPP) l . The Contractor shall implement and maintain storm water pollution prevention measures shown on the drawings and specified in the Storm Water Pollution Prevention Plan (SWP3). B. Preconstruction Survey I . Perform a preconstruction survey of the project site with the Engineer, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. 1.4 EROSION AND SEDIMENT CONTROLS A. General I . Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWPPP and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. 2. In all cases, Contractor shall ensure that any soi I tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms I . The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags I. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. 01448006 ENVIRONMENTAL PROTECTION 01560 - 2 06/06 E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures to be implemented by the Contractor may include any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer stips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES Preserve the natural resources within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. A. Land Resources Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Engineer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Engineer. Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 1. Protection a. Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. 2. Replacement a. Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Engineer's approval before replacement. 3. Temporary Construction a. Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. B. Water Resources I. Oily Wastes a. Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. 01448006 ENVIRONMENTAL PROTECTION 01560 - 3 06/06 C. Fish and Wildlife Resources 1. Do not disturb fish and wildlife. Do not alter water flows or otherwise significantly disturb the native habitat adjacent to the project and critical to the survival of fish and wildlife, except as indicated or specified. 3.2 HISTORICAL AND ARCHAEOLOGICAL RESOURCES A. Carefully protect in -place and report immediately to the Engineer historical and archaeological items or'human skeletal remains discovered in the course of work. Stop work in the immediate area of the discovery until directed by the Engineer to resume work. If historical and archaeological resources such as artifacts (stone tools), features (stone walls), deposits (sea shells and charcoal stained soil), human bones and other cultural remains are encountered, stop that portion of work and notify the Engineer immediately. Within thirty-six (36) hours the Owner will determine if a change pursuant to the Contract should be issued or to direct the Contractor to proceed without change. No adjustment in contract price or completion time will be allowed for delays that do not exceed thirty-six (36) hours from the time the Contractor is notified to stop work. The Owner retains ownership and control over historical and archaeological resources. 3.3 STORM WATER POLLUTION PREVENTION PLAN A. Stormwater Pollution Prevention Plan (SWP3) will be provided by Engineer. Contractor must keep a copy of the SWPPP on site at all times. B. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites will be prepared by the Contractor. C. The SWPPP shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. 3.4 EROSION AND SEDIMENT CONTROL MEASURES A. Bumoff 1. Burnoff of the ground cover is not permitted. B. Borrow Areas 1. Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils I. Immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils I. Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 01448006 ENVIRONMENTAL PROTECTION 01560 - 4 06/06 3.5 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris I . Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. Rubbish may be disposed of in current landfill provided all rules for disposal are followed. B. Garbage Disposal 1. Place garbage in approved containers, and trove to a pickup point or disposal area, where directed. 3.6 DUST CONTROL Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. END OF SECTION 01448006 ENVIRONMENTAL PROTECTION 01560 - 5 06/06 SECTION 01600 MATERIAL AND EQUIPMENT PART 1- GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS Products mean new material, components, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage l . Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Store loose granular materials on solid fiat surfaces in a well -drained area. Provide cover to stockpile to prevent windblown contaminants from mixing with the stockpile. Granular materials shall not be stored on bare ground or asphalt surfaces. 01448006 MATERIAL AND EQUIPMENT 01600 - 1 06/06 C. Handling I . Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. 1.6 EQUIPMENT LIST Submit in accordance with Section 01300 Submittals. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 MATERIAL AND EQUIPMENT 01600 - 2 06/06 SECTION 01700 CONTRACT CLOSEOUT PART 1-GENERAL - 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Project record documents. D. Warranties. 1.2 RELATED SECTIONS Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities as directed by Engineer. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Submit documents to Engineer with claim for final Application for Payment. 01448006 CONTRACT CLOSEOUT 01700 - 1 06/06 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Submit prior to final Application for Payment. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 CONTRACT CLOSEOUT 01700 - 2 06/06 SECTION 02200 EXCAVATION AND EARTHWORK PART 1- GENERAL 1.1 RELATED DOCUMENTS The following documents apply to the work of this Section A. Project Drawings B. General Conditions of the contract for Construction, and Supplementary Conditions. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation, title or are used to establish criteria. The latest publication in use at the time of the executed contract shall be the one used on this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 698 1991 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft (600 kN-m/m)) ASTM D 2216 Moisture Content ASTM D 2922 1991 Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 1984 Liquid Limit, Plastic Limit, and Plasticity Index of Soils TEXAS COMMISSION ON ENVIRONMENTAL QUALITY TCEQ, 31 TAC Chapter 330 Texas Natural Resource Conservation Commission, Municipal 1.3 SECTION INCLUDES A. All earthwork, including but not limited to excavating for landfill cell, ditches and berms to the grades shown on the project documents. B. Work also includes all operations in connection with excavation, borrow, construction of fills and embankments, rough grading, fine grading, and disposal of excess materials in connection with the preparation of the site for construction of the proposed facilities. 01448006 EXCAVATION AND EARTHWORK 02200 - 1 06/06 1.4 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 — Supplementary General Conditions. C. Section 02500 — Roadway Construction 1.5 DEFINITIONS A. Backfill - A specified material used in refilling a cut, trench, over excavation or other excavation, placed at a specified degree of compaction. B. Compaction - The process of mechanically stabilizing a material by increasing its density at a controlled moisture condition. "Degree of Compaction" is expressed as a percentage of the maximum density obtained by the test procedure described in ASTM D 698 for general soil types abbreviated in this specification as "95 percent ASTM D 698 maximum density". C. Embankment - A "fill" having a top that is higher than adjoining ground. D. Excavation - Excavation consists of the removal of material encountered to subgrade elevations and the reuse or disposal of materials removed. E. Fill - Specified material placed at a specified degree of compaction toobtain an indicated grade or elevation. F. Hard Material - Weathered rock, dense consolidated deposits or conglomerate materials, (excluding manmade materials such as concrete) which are not included in the definition of "rock" but which usually require the use of heavy excavation equipment with ripper teeth or the use of jack hammers for removal. G. In Situ Soil - Existing in place soil. H. Lift - A layer (or course) of soil placed on top of a previously prepared or placed soil. I. Rock - Solid, homogeneous, interlocking crystalline material with firmly cemented, laminated, or foliated masses or conglomerate deposits, neither of which can be removed without systematic drilling and blasting, drilling and the use of expansion jacks or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers; also large boulders, buried masonry, or concrete other than pavement, exceeding I cubic yard in volume. Removal of "hard material" will not be considered rock excavation because of intermittent drilling and blasting that is performed merely to increase production. J. Soil - The surface material of the earth's crust resulting from the chemical and mechanical weathering of rock and organic material. K. Subgrade - The material in excavation (cuts) and fills (embankments) immediately below any subbase, base, liner, or other improvement. Also, as a secondary definition, the level below which work above is referenced. L. Topsoil - In natural or undisturbed soil formations, the fine-grained, weathered material on the surface or directly below any loose or partially decomposed organic matter. Topsoil may be a dark -colored, fine, silty, or sandy material with a high content of well decomposed organic matter, often containing traces of the parent rock material. Gradation and material requirements specified herein apply to all topsoil references in this contract. The material shall be representative of productive soils in the vicinity. M. Unauthorized excavation consists of removing materials beyond indicated subgrade elevations or dimensions without direction by the Engineer. Unauthorized excavation, as well as remedial work directed by the Engineer, shall be at the Contractor's expense. 01448006 EXCAVATION AND EARTHWORK 02200 - 2 06/06 N. Unsatisfactory Material - Existing, in situ soil or other material which can be identified as having insufficient strength characteristics or stability to carry intended loads in fill or embankment without excessive consolidation or loss of stability. Unsatisfactory materials also include man-made fills, refuse, frozen material, uncompacted backfills from previous construction, unsound rock or soil lenses, or other deleterious or objectionable material. O. Working Platform - A layerof compacted crushed rock or natural stone that replaces the in situ soil to provide a stable, uniform bearing foundation for construction equipment to facilitate further site construction. 1.6 DELIVERY AND STORAGE Deliver and store materials as needed in a manner to prevent contamination or segregation. 1.7 QUALITY ASSURANCE Codes and Standards: Perform earthwork complying with requirements of authorities having jurisdiction and as specified in Section 3.9 — "FIELD QUALITY CONTROL" of these documents.. 1.8 CRITERIA FOR BIDDING Base bids on the following criteria: A. Surface elevations as indicated. B. The character of the material to be excavated or used for subgrade is as indicated. Hard material shal I not be considered as rock and removal of such material shal I not give cause for a claim for additional compensation regardless of hardness or difficulty in removing. Rock as defined in the paragraph entitled, "Definitions," will not be encountered. C. Suitable backfill and fill material in the quantities required is available at the project site. D. Blasting will not be permitted. Remove material by drilling and use of expansion jacks or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers, or as approved by the Engineer. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Protection and Restoration of Surfaces I . Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations or grades and restore surface construction prior to acceptance. Protect existing streams, ditches and storm drain inlets from water -borne soil by means of straw bale dikes or filter fabric dams as needed. Conduct work in accordance with requirements specified in Section 01560, "Environmental Protection." B. Stockpile of Excavated Material I. Stockpile excavated material where shown on plans. 01448006 EXCAVATION AND EARTHWORK 02200 - 3 06/06 3.2 SURFACE PREPARATION A. Clearing 1. Brush, refuse, stumps, roots, and unmerchantable timber shall become the property of the Contractor and be removed as directed by the Engineer. Conduct work in accordance with requirements specified in Section 01560, "Environmental Protection." B. Stockpiling Topsoil I. Strip approved topsoil from the site where excavation or grading is indicated and stockpile separately from other excavated material. Locate topsoil as shown on plans so that the material can be used readily for the finished grading. Protect and store in segregated piles until needed. C. Unsatisfactory Material 1. Remove organic matter, sod, muck, rubbish, and unsuitable soils under the limits of construction. Typical depth of removal of such unsuitable material will not be less than 12 inches. D. Protect structures, utilities, pavements, and ether facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. E. Provide erosion control measures to prevent erosion or displacement of soils. 3.3 DEWATERING A. Prevent surface water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. 3.4 GENERAL EXCAVATION A. Excavate to the indicated slopes, lines, depths and elevations. The Engineer will verify that the excavation has been performed in accordance with the Project Drawings. Stockpile excavated material in the area indicated on the Project Drawings. B. In the process of excavating over the existing lining system, it is unlikely that waste will be encountered. If waste is encountered, Contractor to dispose of this waste on the active working face, as directed by the Owner, and coverany remaining exposed waste with a minimum of six (6) inches of clean soil of the same type as that used for the protective cover. C. Unclassified Excavation: Excavation is unclassified and includes excavation to required subgrade elevations regardless of the character of materials and obstructions encountered. D. Keep excavations free from water while construction is in progress. Notify the Engineer immediately in writing in the event that it becomes necessary to remove rock, hard material, or other material defined as unsatisfactory to a depth greater than indicated. Refill excavations cut below required subgrade elevations. 3.5 PREPARATION OF COMPACTED BERMS A. Construct berms to the grades shown. Use suitable fill materials from on site as directed by the Ownerand compact to 90% standard proctor density (ASTM D698). Control the development of rills, repairing any that occur, and maintain the side slopes for the duration of the project. B. The top 12-inches of all berms shall be constructed of topsoil compacted no more than 75% standard proctor density (ASTM D698). 01448006 EXCAVATION AND EARTHWORK 02200 - 4 3.6 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavations as directed by the Engineer. 33 MOISTURE CONTROL A. Uniformly moisten or aerate backfill layer before compaction to optimum moisture content or higher. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry satisfactory soil material that is too wet to compact to specified density. a. Stockpile or spread and dry removed wet satisfactory soil material. 3.8 GRADING A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. Provide a smooth transition between existing adjacent grades and new grades. Correct and control wind and water erosion. B. Site Grading 1. Grade to finished grades indicated within 0.10 foot. No rock will protrude above the finished grade elevation. Rock that protrudes will be removed below grade and the void backfilled and compacted to ASTM D698 (95%). Grade areas to drain where possible. Existing grades which are to remain but are disturbed by the Contractor's operations shall be restored to preconstruction condition. C. Protection of Surfaces I . Protect newly graded areas from traffic, erosion, and settlements that may occur and as required in the Section 01560, "Environmental Protection" and as specified in paragraph 3.1.13 of this Section entitled "Protection and Restoration of Surfaces." Repair or reestablish damaged grades, elevations, or slopes before work will be accepted. 3.9 FIELD QUALITY CONTROL A. The Contractor will allow the Engineer to inspect and test each fill or backfill layer. Do not proceed until test results for previously completed work verify compliance with requirements. l . Trench Backfill: In each compacted initial and final backfill layer, perform at least one field in -place density test for each 150 feet or less of trench, but no fewer than two tests. B. When test results report that fills, or backfills are below specified density, scarify and moisten or aerate, or remove and replace soil to the depth required, recompact and retest until required density is obtained. 01448006 EXCAVATION AND EARTHWORK 02200 - 5 06/06 3.10 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and re-establish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace material to depth directed by the Engineer; reshape and recompact at optimum moisture content to the required density. C. Settling: Where settling occurs during the Project correction period, remove finished surfacing, backfill with additional approved material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. D. Protect existing surface and subsurface features on -site and adjacent to site as follows: 1 _ Provide barricades, coverings, or other types of protection necessary to prevent damage to existing items indicated to remain in place. 2. Protect and maintain bench marks, monuments or other established reference points and property corners. If disturbed or destroyed, replace at own expense to full satisfaction of Owner and controlling agency. 3. Verify location of utilities. Omission or inclusion of utility items does not constitute non-existence or definite location. Secure and examine local utility records for location data. a. Take necessary precautions to protect existing utilities from damage due to any construction activity. b. Repair damages to utility items at own expense. C. In case of damage, notify Engineer at once so required protective measures may be taken. 4. Maintain stockpiles and excavations in such a manner to prevent inconvenience or damage to structures on -site or on adjoining property. S. Avoid surcharge or excavation procedures which can result in heaving, caving, or slides. 3.11 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory soil to designated storage areas on the Owner's property. Stockpile or spread soil as directed by Engineer. l . Remove waste material, including unsatisfactory soil, trash, and debris, and dispose of it on the active face as directed by the Engineer. END OF SECTION 01448006 EXCAVATION AND EARTHWORK 02200 - 6 06/06 SECTION 02500 ROADWAY CONSTRUCTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this section. 1.2 SUMMARY A. The Contractor shall furnish all labor, materials and equipment necessary to perform the work as specified and in the locations shown on the drawings. It shall consist of grading and compacting necessary to bring the surface of the finished grade to the cross sections and grades shown on the plans. 1. Grades shall be established and maintained by the Contractor. In establishing the grades, due allowances shall be made for existing improvements, proper drainage, and adjoining property rights. 2. Paving work shall not begin until all related excavation work has been completed. 3. Paving work shall consist of asphalt pavement or caliche surface as shown on plans. 4. The same material used as flexible base under the asphalt pavement shall be used for the caliche roads. 1.3 APPLICABLE PUBLICATIONS A. The publications listed below for a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. l . American Society for Testing and Materials (ASTM) ASTM C131-87 Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D 698 Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures. ASTM D1559-89 Resistance to Plastic Flow of Bituminous Mixtures using Marshall Apparatus ASTM D2027-86 Cutback Asphalt (Medium -Curing Type) ASTM D2172-88 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D2950-91 Density of Bituminous Concrete in Place by Nuclear Methods. ASTM D2999-90 Density of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM E329-90 Practice for use in the Evaluation of Testing and Inspection Agencies as Used in Construction. 01448006 ROADWAY CONSTRUCTION 02500 - 1 06/06 2. American Association of State Highway and Transportation Officials (AASHTO) AASHTO T180 Moisture -Density Relations of Soils AASHTO T230 Determining Degree of Pavement Compaction of Bituminous Aggregate Mixture AASHTO T30 Mechanical Analysis of Extracted Aggregate 3. Texas Department of Transportation (TxDOT) "Standard Specifications for Construction of Highways, Streets and Bridges, 1993." 1.4 TESTING A. Subgrade Testing: l . Each 6-inch lift of compacted subgrade material will be tested in accordance with ASTM D 698, and shall meet or exceed 95% density (± 2% optimal moisture). 2. The top of the subgrade shall be of such smoothness that when tested with a 16-foot straight -edge, it shall not show any deviation in excess of 2 inches, or shall not be more than 0.05 foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected as directed by the Engineer. B. Flexible Base/Caliche Surface Testing: I . Material used in the construction of the flexible base course for asphalt paving or as a caliche surface course will be tested in 6-inch lifts per ASTM D 698, and shall meet or exceed 95% density (t 2% optimal moisture). 2. Owner's testing agency shall take one test for each 500 square yards of each 6-inch layer, using nuclear methods as defined in ASTM D 2922. 3. Thickness Tests: Measure thickness of base course at intervals such that there will be a depth measurement for at least each 500 square yards of completed base or surface course. Make depth measurements by test holes, at least 3 inches in diameter, through the base or surface course. Where base course deficiency is more than 1/2-inch, correct by scarifying, adding mixture of proper gradation, reblading, and recompacting. Where the measured thickness is more than 1/2-inch thicker than indicated, consider it as the indicated thickness plus 1/2 inch for determining the average. The average thickness is the average of the depth measurements and shall not under -run the thickness indicated. 4. Smoothness Tests: Test with a straight -edge, applied parallel with and at right angles to the center line of the paved area. Correct deviations in the surface in excess of 3/8-inch by loosening, adding or removing material, reshaping, watering and compacting. The smoothness requirements specified herein apply only to the top layer when multiple courses are constructed. C. Asphalt testing shall be performed by a qualified independent testing laboratory to be selected by the Owner. 1. Testing for asphalt conformance shall be done in accordance with ASTM E329. The following tests shall be performed and results submitted to the Engineer: a. A temperature check on the surface course for each load of asphalt during paving by a technician from a qualified testing laboratory. Temperature during placement shall be in the range of 260' to 325' F. b. Density on compaction, 97% of laboratory compacted density. C. Thickness corings for every 1800 SF of pavement. d. Extraction test of two corings from the surface course for each 250 tons. e. Marshall stability of not less than 1300. Test for each 250 tons of bituminous concrete. 01448006 ROADWAY CONSTRUCTION 02500 - 2 06/06 D. Only passing tests as required under this section shall be paid for by the Owner. The Contractor shall pay for all other tests. Results of the tests shall be forwarded in report form to the Architect. All paving disturbed as a result of corings shall be replaced and repaired by the Contractor at his expense. 1.5 ASPHALT DESIGN MIX A. The job mix formula together with the test data shall be furnished to the Engineer for approval not less than 10 days in advance of the placement of the material. Testing shall have been accomplished not more than one year prior to date of material placement. The job mix formula shall indicate the percentage passing for each specified sieve size and the percent asphalt to be used for each asphalt concrete mixture. B. Mixture Properties Gradation of mineral aggregate shall be specified. Percentage of bituminous material provided in the bituminous mixtures shall be within the limits specified. Mixtures shall have the following physical properties: TEST PROPERTY VALUES Stability (50 Blows) Not less than 1300 pounds Flow (0.01 inch) Not more than 16 nor less than 8 Percent Air Void Not less than 3 nor more than 8 for binder course; not less than 3 nor more than 5 for wearing course. Percent Voids in Mineral Aggregates See TxDOT Item 340 C. Quantity of Bituminous Material Mix asphalt cement with aggregates or corresponding mixes in the following proportions: TABLE II ASPHALT CEMENT PERCENT BY WEIGHT OF TOTAL MIX Binder Course Wearing Course 4to8 4to7 D. Asphalt pavement must generally comply with TxDOT requirements as noted in this specification section 1.03.A.3, as noted below: 1. Wearing Surface, Type C mix, TxDOT Item 340. 2. Asphalt Stabilized Base, TxDOT Item 340. (No reclaimed asphalt allowed.) 01448006 ROADWAY CONSTRUCTION 02500 - 3 06/06 1.6 WEATHER LIMITATIONS A. Apply prime and tack coats only when ambient temperature is above 50' F., and when temperature has not been below 35' F. for 12 hours immediately prior to application. Do not apply during rainy weather or when base is wet or contains an excess of moisture. 1. Construct asphalt concrete surface course only when atmospheric temperature is above 40' F. and base is dry. 2. Base course may be placed when air temperature is above 30' F., and rising. PART 2 - MATERIALS 2.1 FLEXIBLE BASE/CALICHE SURFACE A. The flexible base orcaliche surface course aggregate shall consist of sound, durable particles of crushed stone, crushed gravel, or caliche. It shall be the responsibility of the Contractor to obtain materials that will meet the grade and smoothness requirements specified herein after ail compaction and proof rolling operations have been completed. Coarse aggregate shall be angular particles of uniform density. The coarse aggregate shall have a percentage of wear not to exceed 45 when tested by ASTM Test Method C-131. The fine aggregate shall be angular particles produced by crushing stone that meets the requirements for wear and soundness specified for coarse aggregate. Caliehe shall comply with the requirements of TxDOT as defined in, Section 1.3.A.3 of this specification. Caliehe shall meet TxDOT Item 247.2 - Flexible Base, Type "C", Grade 4. The gradation of the flexible base shall be of the following; Sieve Designation Percentage by Weight Retained Square Mesh Sieve 1-3/4" 0 No. 4 40-75 No. 40 60-85 2. The portion of the aggregate passing the No. 40 sieve shall be either nonelastic or shall have a liquid limit not greater than 40 and a plasticity index not greater than 12. 2.2 ASPHALT STABILIZED BASE A. Asphalt Stabilized Base (ASB) shall consist of aggregate and asphalt cement mixed hot in a mixing plant in accordance with TxDOT requirements defined in section 13.A.3 of this specification. ASB shall meet TxDOT spec Item 340. Reclaimed asphalt pavement will not be allowed in the mix. 2.3 ASPHALT A. All paving work and materials shall conform generally to all requirements of this specification section 1.3.A.3. 01448006 ROADWAY CONSTRUCTION 02500 - 4 06/06 2.4 BITUMINOUS PRIME COAT A. The specifications for the bituminous materials are: I . Cutback Asphalt MC-30. 2. Blotter Material (Sand). 2.5 BITUMINOUS SURFACE (ASPHALT) A. The asphaltic materials shall be: 1. Asphalt cement, viscosity grade AC-10. 2. Emulsified asphalt, grade RS-2h. 3. Cationic asphalt emulsion, grade CRS-2h. 2.6 BITUMINOUS TACK COAT A. Tack coat shall be Grade MC-70, or SS- I asphalt, emulsion asphalt. Emulsified asphalt shall comply with the requirements of this specification section 1.3.A.3. PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall verify that the subgrades have been shaped to true line and elevations and that all drainage facilities and underground utilities are complete. 3.2 SUBGRADE A. Paving shall be done in dry weather when subgrade is stable. Ground moisture shall not be sealed under paving. B. Scarify all cut areas and areas to receive fill material to a minimum depth of 6 inches, and disc or blade until material is free of large clods. The scarified soil will then be moisture conditioned to not less than 2 percent below optimum moisture content and then compacted and tested as specified in section 1.4. The pavement subgrade shall be reworked and recompacted immediately prior to placing the pavement system. C. All boulders, organic materials, soft clay, spongy or yielding material shall be removed and replaced with material which will provide the specified compaction. All submerged stumps, roots or other perishable matter encountered in preparation of the subgrade shall be removed to a depth of not less than two feet below subgrade. D. After the subgrade has been compacted to the specified density, the area shall be fine graded to a tolerance of 0.1 foot from the grades shown or indicated on the drawings. E. The Paving Contractor shall verify that the subgrades have been shaped to true line and elevations and that all drainage facilities and underground utilities are complete. 3.3 BASE COURSE/CALICHE SURFACE COURSE A. The base shall be constructed in accordance with all terms included in these Specifications. B. The mixed materials shall be placed on the subgrade or subbase in layers of uniform thickness. The spreader shall contain a hopper, an adjustable screen and be so designed that there will be uniform, steady flow of material from the hopper. The spreader shall be capable of laying 01448006 ROADWAY CONSTRUCTION 02500 - 5 06/06 material without segregation across the full width of the lane to a uniform thickness and to a uniform loose density. Each compacted layer of material shall be 6" or less in thickness. If the material thickness exceeds 6", it shall be placed so that when compacted they will be true to the grades required with the least possible disturbance. Where the base course is constructed in more than one layer, the previously constructed layers shall be cleaned of loose and foreign matter by sweeping with power sweepers, power brooms, or hand brooms, as directed. The water content of the material shall be maintained during the placing period at the optimum percentage (+ 2%) as determined by AASHTO T-180. Such adjustments in placing procedures or equipment shall be made as may be directed to obtain true grades, or minimize segregation and degradation, to reduce accelerate loss or gain of water, and to insure a satisfactory base course or caliche surface course. C. The surface of the base course shall be finished by blading or with automated equipment especially designed for this purpose and by rolling with a steel -wheeled roller. In no case shall thin layers of materials be added to the top layer of the base course or caliche surface course in order to meet the grade. D. After construction is completed, maintain the base course or caliche surface course throughout, except where portion of the succeeding course is under construction thereon. Maintenance includes drainage, rolling, shaping, and watering, as necessary, to maintain the course in proper condition. Correct deficiencies in thickness, composition, construction, smoothness, and density, which develop during the maintenance, to conform to the requirements specified herein. Maintain sufficient moisture by light sprinkling with water at the surface to prevent a dusty condition. 3.4 BITUMINOUS PRIME COAT A. Apply primer to base course at a minimum rate of 0.25 gallons per square yard and not more than 0.35 gallons per square yard. B. Allow prime coat to cure 48 hours without being disturbed. 3.5 ASPHALT PAVEMENT A. Construct asphalt concrete surface course only when atmospheric temperature is above 40' F., and when base is dry. 1. The required density shall be attained before the plant mix, after having been placed at 260' - 325' F., reaches a temperature of 150" F. 2. Rolling shall start as soon as the hot -mix material can be compacted without displacement. Rolling shall continue until thoroughly compacted and all roller marks have disappeared to 97% of laboratory -compacted density. On areas too small for the roller, a vibrating plate compactor or band tamper shall be used to achieve thorough compaction. 3. Construct hot -plant mix bituminous concrete surface course over prepared base course in accordance with this specification section 1.3.A.3. 3.6 CLEANING UP A. Remove all surplus materials, rubbage, cartons, and other debris. Remove asphaltic materials from adjacent surfaces and leave job in neat, clean condition. END OF SECTION 01448006 ROADWAY CONSTRUCTION 02500 - 6 06/06 SECTION 02820 BARBED WIRE FENCE WITH STEEL POSTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Fence framework, barbed wire and accessories. B. Excavation for post bases and concrete foundation for posts. 1.2 RELATED SECTIONS A. Section 03300 - Cast -in -Place Concrete: Concrete anchorage for posts. 1.3 REFERENCES A. ASTM A121 Standard Specification for Zinc -Coated (Galvanized) Steel Barbed Wire B. ASTM A585 Standard Specification for Aluminum Coated Steel Barbed Wire ASTM C. ASTM F 567 Standard Practice for Installation of Chain -Link Fence 1A SUBMITTALS A. Shop Drawings and Product Data B. Provide data on barbed wire, posts, accessories, fittings and hardware. 1.5 QUALITY ASSURANCE A. Manufacturer Company specializing in manufacturing the products specified in this section with a minimum of five years experience. 1.6 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the shop drawings. PART 2 - PRODUCTS 2.1 MATERIALS A. Coating requirements: 1. Zinc Minimum weight of 0.80 oz. per square foot of wire surface on No. 12-1/2 gauge wire and 0.60 oz. per square foot on the No. 14 gauge barbs. 01448006 BARBED WIRE FENCE WITH STEEL POSTS 02820 - 1 06/06 2. Aluminum Minimum weight of 0.30 oz. per square foot of wire surface on No. 12-1 /2 gauge wire and 0.25 oz. per square foot on the No. 14 gauge barbs. 3. Barbed Wire Strands a. Number: 2 b. Type: twisted C. Gauge No.: 12-1/2 4, Gauge Barbs a. Points: 2 b. Spacing: approximately 5 inches C. Gauge No.: 14 d. Shape: Round 5. Line Post a. See Construction Drawings for shape and size. 6. Corner Posts Existing bracing - see Construction Drawings for shape and size. Corner posts shall be of the same configuration including bracing. Utilize existing bracing components for the new corner posts. 7. Posts Set corner posts at the beginning and end of each continuous length of fence and at abrupt changes in vertical and horizontal alignments. Set all corner posts in concrete in a vertical position, plumb and in line. Backfill concrete into the excavation and extend 2 inches above grade, trowel finish and sloped to drain away. Set posts in concrete holes a minimum 3 feet in depth. PART 3 - EXECUTION 3.1 INSTALLATION A. Clearing Fence Line The fence line shall be cleared to a minimum width of 5 feet on each side of the centerline of the fence. This clearing consists of the removal of all stumps, brush, rocks or other obstructions which will interfere with proper construction of the fence. B. Install framework, wire, and accessories in accordance with ANSI/ASTM F567, manufacturers recommendations and as follows: I . Set corner posts in concrete PER ASTM F567. 2. All line posts may he either driven or set in dug holes for penetration of 3 feet. 3. No extra compensation will be made for rock excavation. 4. Place the barbed wire on the side of the posts, at the height indicated on the plans. The barbed wire shall be stretched and each strand shall be parallel and drawn uniformly taut. Stretch and hang the wire without sag. At the corner posts, the barbed wire shall be securely wrapped and anchored once about the post from the outside and secured against slipping by tying the ends with snug, tight twists. 5. Splicing of individual wires by means of a wrap joint or electric butt weld is permitted. No more than three splices on joints shall exist in any spool of barbed wire. Such splices on joints shall be made in a workmanlike manner. 6. Remove any debris or tools caused by the erection of the fence. Leave the vicinity neat. 01448006 BARBED WIRE FENCE WITH STEEL POSTS 02820 - 2 06/06 3.2 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4 inch. B. Maximum Offset From True Position: one inch. END OF SECTION 01448006 BARBED WIRE FENCE WITH STEEL POSTS 02820 - 3 06/06 SECTION 02900 SEEDING PART 1- GENERAL 1.1 SECTION INCLUDES A. Seeding. 1. Soil preparation. 2. Native grass seeding. 1.2 RELATED SECTIONS A. Section 02200 - "Excavation and Earthwork" for excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill. 1.3 SUBMTI` I'ALS A. Product certificates signed by manufacturers certifying that their products comply with specified requirements. l , Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Material test reports from qualified independent testing agency indicating and interpreting test results relative to compliance of the following materials with requirements indicated. l . Analysis of existing surface soil. D. Planting schedule indicating anticipated dates and locations for each type of planting. E. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping during an entire year. Submit before expiration of required maintenance periods. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping is in progress. B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Engineer`s satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. U1448OU6 SEEDING 02900 - 1 06/06 C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious material, pH, and mineral and plant -nutrient content of topsoil. I. Report suitability of topsoil for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments to be added to produce a satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site as specified in Section 01039 — COORDINATION AND MEETINGS. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. L6 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Engineer before planting. 1.7 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 1. Provide schedule showing when plant materials are anticipated to be planted. 2. Show schedule of when lawn type and other grass areas are anticipated to be planted. 3. Indicate planting schedules in relation to schedule for finish grading and topsoiling. 4. Indicate anticipated dates Engineer will be required to review installation for initial acceptance and final acceptance. 1.8 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. 01448006 SEEDING 02900 - 2 06/06 PART 2 - PRODUCTS 2.1 GRASS MATERIALS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts` "Rules for Testing Seeds" for purity and germination tolerances. 1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Schedules at the end of this Section. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of stones I inch or larger in any dimension, and other extraneous materials harmful to plant growth. I. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend as specified in soil analysis. Supplement with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow- release nitrogen, 50 percent derived from natural organic sources of urea -form, phosphorous, and potassium in the following composition: I. Composition: 1 lb. per 1,000 sq. ft. of actual nitrogen in a balanced fertilizer with an N:P:K ratio of 3:1:1 and a minimum of 10% sulfur and 2% iron or a fertilizer that contains the elements in proportions which meet the recommendations of the soil analysis from a qualified soil testing agency. 2.4 MULCH A. Mulch: 1. For seeded areas: Clean, seed -free, threshed straw of oats, wheat, barley, rye, beans, peanuts, or other locally available mulch material which does not contain an excessive quantity of matured seeds of noxious weeds or other species that will grow or be detrimental to seeding, or provide a menace to surrounding land. Do not use material which is fresh or excessively brittle, or which is decomposed and will smother or retard growth of grass. 2. Native grass seeded areas. Weed- free hay, excluding brume or bluegrass hay, used on slopes 4:1 or greater. 01448006 SEEDING 02900 - 3 06/06 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Outline areas, and secure Engineer's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. l . Place approximately 1/2 the thickness of planting soil mixture required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil mixture. D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than I inch in any dimension, and other objects that may interfere with planting or maintenance operations. E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.5 SEEDING NEW GRASSED AREAS A. Do not use seed which is wet, moldy, or otherwise damaged. B. Perform seeding work from April 20 to May 15 for spring planting, and August 1 to September 15 for fall planting, unless otherwise approved by Engineer. C. Employ satisfactory methods of sowing using mechanical power -driven drills or seeders, or mechanical hand seeders, or other approved equipment. D. Distribute seed evenly over entire area at rate of application not less than 4 lbs. (PLS) of seed per 1,000 sf, 50 percent sown in one direction, remainder at right angles to first sowing. 01448006 SEEDING 02900 - 4 06/06 a E. Stop work when work extends beyond most favorable planting season for species designated, or when satisfactory results cannot be obtained because of drought, high winds, excessive moisture, or other factors. Resume work only when favorable conditions develop. _. F. Lightly rake seed into soil followed by light rolling or cultipacking. G. Immediately protect seeded areas against erosion by mulching. Spread mulch in continuous �Y blanket using 1-1/2 tons per acre to a depth of 4 or 5 straws. H. Protect seeded slopes against erosion with erosion netting or other methods approved by Engineer. Protect seeded areas against traffic or other use by erecting barricades and placing warning signs. I. Immediately following spreading mulch, anchor mulch using a rolling coulter or a wheatland land packer having wheels with V-shaped edges to force mulch into soil surface, or apply .: evenly distributed emulsified asphalt at rate of 10 — 13 gal/1,000 sf. SS-1 emulsion in accordance with ASTM D997 or RC-1 cutback asphalt in accordance with ASTM D2028 are acceptable. If mulch and asphalt are applied in one treatment, use SS-1 emulsion with penetration test range between 150-200. Use appropriate shields to protect adjacent site improvements. J. If hydroseeding is used, machinery must be approved, modern, properly equipped and operated by an experienced operator. Seed and fertilize at the rate specified. Use appropriate shields to protect adjacent site improvements. 3.6 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. 3.8 SEED MIXTURES SCHEDULE, APPLICATION RATES AND POTENTIAL SEEDING SEASONS The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x .... I„0,,000 _ Purity x % Germination COMMON NAME SCIENTIFIC NAME QUANTITY OF PURE LIVE SEED FOR MIXTURE Green Spran1:1 Leptochloa dubia 4.0 lbs/acre Sideoats Grama (El Reno) Bouteloua curtipendula 8.0 Ibs/acre Blue Grama (Texas Grown) Bouteloua gracilis 10.0 lbs/acre Buffalograss (treated) Buchloe dactyloides 6.0 lbs/acre U ! 44?5VUo SEEDING 06/06 02900 - 5 COMMON NAME SCIENTIFIC NAME QUANTITY OF PURE LIVE SEED FOR MIXTURE Common Bermudagrass (hulled) 16.0 lbs/acre Rye (temporary cover crop) 60.0 Ibs/acre END OF SECTION 01448006 SEEDING 02900 - 6 06/06 SECTION 02905 LITTER CONTROL BARRIER FENCING PART 1- GENERAL 1.1 SCOPE The City of Lubbock wishes to enter into an agreement with a contractor to construct a litter con- trol barrier fence around the proposed expansion of the current landfill cell. The work will in- volve moving the existing barrier fence to the locations shown on the construction plans and will include additional fence as required. The work covered by this section of the specifications in- cludes all fencing required for this project. The vendor shall furnish all materials necessary to ac- complish this construction in accordance with the drawings and these specifications. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.3 REFERENCES A. ANSI 05.1 — Latest edition B. UFGS-16370A — Latest edition 1.4 PROJECT CONDITIONS A. Field Measurements: Verify layout information for fences shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. B. Climatic Conditions: This facility experiences seasonal high winds. These wind may range from 25 to 35 mph (sustained) with gusts from 45 to 70 mph. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: I. Tex -Net, Inc. P.O. Box 92 Florence, NJ 08518 (800)54 l -1 123 2. Coastal Netting Company P.O. Box 1946 Bakersfield, CA 93303 (800)726-3354 01448006 LITTER CONTROL BARRIER FENCE 02905-1 06/06 3. Roxford Fordell 16 Pelham Davis Circle Greenville, SC 29615 (800)426-4690 2.2 NETTING Netting shall comply with the following requirements: Fiber: Polyester Color: Black Construction: Warp Knit "Knotless" Break Strength: 100 pounds Burst Strength: 300 pounds UV Stabilizer: Impregnated The fabric shall be 24 feet high except where otherwise shown on the drawings, and shall have mesh openings of I inch minimum and 1 %z inch maximum in a static, no load, installed position. 2.3 PERIMETER ROPE Perimeter rope shall be 3/8 inch diameter, 1500 pound braided Polypropylene, or City approved equal 2.4 LACING CORD Lacing cord, also known as attachment twine, shall be #36 diamond braid with 325 pound tensile strength, or City approved equal. : 2.5 GUY ANCHOR SYSTEM Furnish a Screw/Helix Anchor with compatible anchor rod for a minimum 10,000 pound holding capacity. Provide cable of the size and type that is currently being used for the existing fence supports. Installation of guy anchor assemblies as shown in the plans. r i 2.6 WOOD POLES All wood poles used for this project shall conform to the applicable requirements of the American National Standard for Wood Poles and shall be of the following heights and classes as specified: A. Line Poles: L Height: 30' 2. Classification: 3 01448006 LITTER CONTROL BARRIER FENCE 02905.2 06/06 B. End, Corner Poles: 1. Height: 30' 2. Classification: The classification shall meet or exceed the classification of the existing end and corner poles 2.7 FENCE ACCESSORIES Fence accessories provided for this project shall include but are not limited to the following: I . Snap Hooks 2. Perimeter Rope 3. Lacing Cord 4. Eye Pins with threaded ends PART 3 - EXECUTION 3.1 EXAMINATION Examine areas and conditions, with Installer present, for compliance with requirements for site clearing, earthwork, pavement work, and other conditions affecting performance. I. Do not begin installation before final grading is completed, unless otherwise permitted by Engineer. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION Stake locations of fence lines and terminal posts. Do not exceed intervals of 500 feet or line of sight between stakes. Indicate locations of utilities, underground structures, benchmarks, and property monuments. 3.3 BARRIER FENCE INSTALLATION Contractor shall provide their recommended installation instructions with their bid. END OF SECTION 01448006 LITTER CONTROL BARRIER FENCE 02905_3 06/06 APPENDIX A STORM WATER POLLUTION PREVENTION PLAN TPDES Storm Water Pollution Prevention Plan (SWP3) City of Lubbock, Texas West Texas Region Disposal Facility Cell 3 Construction TCEQ New Permit No. 2252 June 2006 PSC Project # 01448006 pnrrrrrrrauarw aagoa io{w�f�:fi aaaaa■aarara rrr rr■rrnrrrrrr Erra rraa...a..raa�raa �rrrrrrrEOl r9 'i�i�� mi i : ;, ,; ��, �=`,l Parkhill, Smith & Cooper, Inc. ar�arra.__sr.�_�n :•::::.. Engineers Architects. ■ Planners TPDES Storm Water Pollution Prevention Plan June 2006 TABLE OF CONTENTS Page A. PROJECT NAME AND LOCATION............................................................................................. I B. PROJECT OPERATOR(S) AND RESPONSIBILITIES.............................................................. I Table 1— Operator Responsibility C. SITE DESCRIPTION.......................................................................................................................4 1 Description.................................................................................................................................4 2. Sequence of Major Activities....................................................................................................4 3. Site Area.....................................................................................................................................4 4. Soil Description..........................................................................................................................4 5. Asphalt/Concrete Plants...........................................................................................................4 6. Name of Receiving Waters........................................................................................................4 D. CONTROLS.......................................................................................................................................4 1. Erosion and Sediment Controls................................................................................................4 2. Stabilization Practices...............................................................................................................5 3. Structural Practices...................................................................................................................5 4. Permanent Storm Water Controls...........................................................................................6 5. Other Controls...........................................................................................................................6 E. APPROVED STATE AND LOCAL PLANS..................................................................................9 F. MAINTENANCE AND INSPECTION...........................................................................................9 G. NON -STORM WATER DISCHARGES.......................................................................................10 APPENDICES APPENDIX I TPDES GENERAL PERMIT NO. TXR150000 APPENDIX II — NOTICE OF INTENT/TERMINATION APPENDIX III — LOW RAINFALL EROSIVITY WAIVER FORM APPENDIX IV — CONSTRUCTION INSPECTION FORM APPENDIX V — CONSTRUCTION SITE NOTICE FORMS APPENDIX VI — SITE PLAN PARKHILL, SMITH & COOPER, INC. TOC - i 01448006 TPDES Storm Water Pollution Prevention Plan June 2006 TPDES STORM WATER POLLUTION PREVENTION PLAN A. Project Name and Location 1. Project Name: West Texas Region Disposal Facility Cell 3 Construction TCEQ New Permit No. 2552 City of Lubbock, Texas 2. Project Location: Intersection of FM 597 and FM 2528 Approximately 12 miles North of Hwy 84, Lubbock County, Texas 3. Latitude: 33° 47' 42" N 4. Longitude: 101 ° 56' 23" W B. Project Operator(s) and Responsibilities 1. Operator(s) Owner: City of Lubbock, Texas John Cobb — Project Manager 1625 131" Street Lubbock, Texas 79457 (806)775-2300 b. Contractor: To Be Determined 2. Responsibilities The permittee must revise or update the storm water pollution prevention plan whenever: ■ there is a change in design, construction, operation, or maintenance that has a significant effect on the discharge of pollutants and that has not been previously addressed in this SWP3; or ■ results of inspections or investigations by site operators, operators of a municipal separate storm sewer system receiving the discharge, authorized TCEQ personnel, or a federal, state or local agency approving sediment and erosion plans indicates the SWP3 is proving ineffective in eliminating or PARKHILL, SMITH & COOPER, INC. Page - 1 01448006 TPDES Storm Water Pollution Prevention Plan June 2006 significantly minimizing pollutants in discharges authorized under this general permit. Individual operators at a site may develop separate SWP3s that cover only their portion of the project, provided reference is made to the other operators at the site. Where there is more than one SWP3 for a site, permittees must coordinate to ensure that BMPs and controls are consistent and do not negate or impair the effectiveness of each other. Regardless of whether a single comprehensive SWP3 is developed, or separate SWP3s are developed for each operator, it is the responsibility of each operator to ensure compliance with the terms and conditions of the TPDES General Permit TXR150000 is met in the areas of the construction site where that operator has operational control over construction plans and specifications or day-to-day operational control. For more effective coordination of BMPs and opportunities for cost sharing, a cooperative effort by the different operators at a site is encouraged. Operators must independently submit an NOT and obtain authorization, but may work together to prepare and implement a single comprehensive SWP3 for the entire construction site. The following table is provided in order to clearly indicate which operator is responsible for satisfying each shared requirement of the SWP3. If the responsibility for satisfying a requirement is not described, then each permittee is entirely responsible for meeting the requirement within the boundaries of the construction site where they perform construction activities. Any shared responsibilities in shared or common areas must be included as well. In the event there is only a single operator, the first three columns of the table must still be filled in. PARKHILL, SMITH & COOPER, INC. Page - 2 01448006 TPDES Storm Water Pollution Prevention Plan June 2006 TABLE 1— OPERATOR RESPONSIBILITY Operator Name and Address General Permit Authorization Number Date NOI Submitted to TCEQ Specific Operator ResPousibilities Date NOT Submitted to TCEQ Operator Signature PARKHILL, SMITH & COOPER, INC. Page - 3 01448006 TPDES Storm Water Pollution Prevention Plan June 2006 C. Site Description 1. Description This project will consist of dirt work activities, including excavation and embankment, involved with constructing approximately 1,650,000 cubic yards of landfill storage area. 2. Sequence of Major Activities Main Access Roadway Extension: Early July 2006 Begin Landfill Cell Excavation: Early August 2006 Project Completion: October 2006 3. Site Area The site is approximately 1,237 acres, of which approximately 85 acres will be disturbed by construction activities. 4. Soil Description r The soil type reported in the Soil Survey of Lubbock County, Texas is an Acuff loam. This soil is found on nearly level to gently sloping uplands. It is friable, mildly alkaline and well drained. Permeability is moderate and the available water capacity is high. The hazard of water erosion is moderate. 5. Asphalt/Concrete Plants There are no dedicated asphalt or concrete plants associated with this project. 6. Name of Receiving Waters The entire site will drain into the Black Water Draw via overland surface flow. PARKHILL, SMITH & COOPER, INC. Page - 4 01448006 TPDES Storm Water Pollution Prevention Plan June 2006 D. Controls 1. Erosion and Sediment Controls a. Control measures must be properly selected, installed, and maintained according to the manufacturer's or designer's specifications. if periodic inspections or other information indicate a control has been used incorrectly, or that the control is performing inadequately, the operator must replace or modify the control as soon as practicable after discovery that the control has been used incorrectly, is performing inadequately, or is damaged. b. Sediment must be removed from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. C. if sediment escapes the site, accumulations must be removed at a frequency to minimize further negative effects and, whenever feasible, prior to the next rain event. d. Controk must be devc1oped to unlit, to the extent practicable, off -site transport of litter, construction debris, and construction materials. 2. Stabilization Practices a. Contractor shall minimize disturbed area and preserve existing vegetation where practical. b. Interim stabilization measures may include temporary seeding, hydromulch with a tackifer, geotextiles or other measures that will arrest the erosion process. These measures shall be implemented no later than fourteen (14) days after construction activities have temporarily (greater than twenty-one (21) days) or permanently ceased. C. Permanent stabilization measures will consist of seeding embankment areas and compacting excavated areas to conform to regulatory jurisdictional requirements. These measures may be installed in the same timeframe as mentioned above; however, in semi -arid areas (average annual rainfall of 10-20 inches) when seasonal and conditions prevail, the stabilization measures shall be initiated as soon as practicable. PARKHILL, SMITH & COOPER, INC. Page - 5 01448006 TPDES Storm Water Pollution Prevention Plan June 2006 d. The following records must be maintained with this SWP3: ■ Dates when major grading activities occur • Dates when construction activities temporarily or permanently cease on a portion of the site ■ Dates when stabilization measures are initiated 3. Structural Practices a. Silt fences and sand/gravel bags will be installed around the site perimeter as shown on the site plan in order to trap sediment on site from water exiting the site. b. No sediment basin will be required for this site since it is less than 10 acres. C. All structural practices shall be maintained by the operator(s) in order to maintain overall effectiveness of the selected BMPs. d, Tlicsc n.casures apple to any off -sac rnatcrial storage areas as Wcll. 4. Permanent Storm Water Controls a. Measures installed for post -construction pollutants are essentially vegetative buffer zones created by the established lawns. There is no need for permanent detention structures or velocity dissipaters on this particular site due to the size and flat slopes for final grades. 5. Other Controls a. Construction site solid waste materials shall be collected, temporarily stored and disposed of at regular intervals off the project site in a manner consistent with state or local regulations. b. Sanitary wastes that are generated on -site shall be treated or disposed of in accordance with local or state regulations. Chemical toilets shall be staked down to prevent tipping over. C. Hazardous waste will be disposed of in accordance with state or local regulations. d. Dust generation shall be minimized by using water trucks or other approved methods. PARKHILL, SMITH & COOPER, INC. Page - 6 01448006 TPDES Storm Water Pollution Prevention Plan June 2©©6 e. The following list of materials/substances are expected to be on -site during construction and could be pollutant sources: ■ Concrete ■ Brick ■ Asphalt Pavement ■ Glass ■ Cleaning Solvents ■ Cut stone ■ Detergents ■ Clay tile ■ Miscellaneous Steel & Reinforcing ■ Wood ■ Petroleum Based Products ■ a f. Controls to Reduce Pollutants from Construction Materials The following are the material management practices that will be used to reduce the risk of spills or other accidental exposure of materials and substances to storm water runoff. 1) Good Housekeeping: The following good housekeeping practices will be followed onsite during the construction project. ■ An effort will be made to store only enough product required to do the job. ■ All materials stored on -site will be stored in a neat, orderly manner in their appropriate containers and, if possible, under a roof or other enclosure. ■ Products will be kept in their original containers with the original manufacturer's label. Substances will not be mixed with one another unless recommended by the manufacturer. ■ Whenever possible, all of a product will be used up before disposing of the container. ■ Manufacturers' recommendations for proper use and disposal will be followed. ■ The site superintendent will inspect periodically to ensure proper use and disposal of materials onsite. 2) Hazardous Products: PARKHILL, SMITH & COOPER, INC. Page - 7 01448006 TP©ES Storm Water Pollution Prevention Plan June 2006 These practices are used to reduce the risks associated with hazardous materials. ■ Products will be kept in original containers unless they are not resealable. ■ Original labels and material safety data will be retained; they contain important product information. ■ if surplus product must be disposed of, manufacturers' or local and state recommended methods for proper disposal will be followed. g. Product Specific Practices The following product specific practices will be followed on -site: 1) Petroleum Products: All onsite vehicles will be monitored for leaks and receive regLilar preventive maintenance to reduce the chance of leakage. Petroleum products will be stored in tightly sealed containers which are clearly labeled. Any asphalt substances used on -site will be applied according to the manufacturer's recommendations. 2) Paints: All containers will be tightly sealed and stored when not required for use. Excess paint will not be discharged to the storm sewer system, but will be properly disposed of according to manufacturers' instructions or state and local regulations. 3) Concrete Trucks: Concrete trucks will be allowed to wash out or discharge surplus concrete or drum wash water on the site at specified location. h. Pollutant Sources Outside Construction Area All pollutant sources are contained within the construction site. PARKHILL, SMITH & COOPER, INC. Page - 8 01448006 TPDES Storm Water Pollution Prevention Plan June 2006 E. Approved State and Local Plans 1. Permittees must ensure the SWP3 is consistent with requirements specified in applicable sediment and erosion site plans or site permits, or storm water management site plans or site permits approved by federal, state, or local officials. 2. SWP3s must be updated as necessary to remain consistent with any changes applicable to protecting surface water resources in sediment erosion site plans or site permits, or storm water management site plans or site permits approved by state or local official for which the permittee receives written notice. F. Maintenance and Inspections 1. Maintenance and repair of all erosion and sediment control measures listed in this SWP3 must be performed by the operator(s) in order to maintain an effective system. Erosion and sediment controls that have been intentionally disabled, run -over, removed or otherwise rendered ineffective must be replaced or corrected immediately upon discovery. 2. inspections a. The operator(s) of the construction site shall provide personnel to inspect the following items at least once every fourteen (14) calendar days and within twenty-four (24) hours of the end of a storm event of 0.5 inches or greater: 1) Disturbed areas that have not been finally stabilized shall be inspected for evidence of pollutants entering the drainage system. 2) Areas used for storage of materials that are exposed to precipitation shall be inspected for evidence of pollutants entering the drainage system. 3) Structural control measures shall be inspected for evidence of, or the potential for, pollutants entering the drainage system. 4) Sediment and erosion control measures identified in the SWP3 must be inspected to ensure that they are operating correctly. 5) Locations where vehicles enter and leave the construction site shall be inspected to insure that sediment is not being tracked off -site. b. Representative inspections may be performed for utility line installation, pipeline construction, and other examples of long, narrow, linear construction activities. For representative inspections, personnel must inspect controls along the construction site for 0.25 mile above and below PARKHILL, SMITH & COOPER, INC. Page - 9 01448006 TPDES Storm 'Water Pollution Prevention Plan June 2006 each access point where a roadway, undisturbed right-of-way, or other similar feature intersects the construction site. The conditions of the controls along each inspected 0.25 mile segment may be considered as representative of the condition of controls along that reach extending from the end of the 0.25 mile inspected segment, or to the end of the project, whichever occurs first. C. If the inspection results indicate a deficiency in a given control measure such that the measure is not sufficient to control erosion, or that additional measures are needed, the BMPs shall be modified prior to the next anticipated storm event. Also, revisions to the SWP3 must be made within seven (7) calendar days following the inspection. d. Reports small be made for each inspection and retained as part of the SWP3 for a minimum of three (3) years from the date that an NOT is submitted, or the date that the site is finally stabilized where an NOT is not required. The inspection report shall include the following information: 1) Summary of the scope of the inspection. 2) Name(s) and qualifications of personnel making the inspection. 3) Date of the inspection. 4) Major observations relating to the implementation of the SWP3 to include: ■ Locations of discharges of sediment or pollutants from the site. • Locations of BMPs that need to be maintained. ■ Locations of failed or inadequate BMPs. ■ Locations where additional BMPs are needed. 5) Any incidents of noncompliance. e. Where a report does not identify any incidents of noncompliance, it shall contain a certification that the facility is in compliance with the SWP3 and the TPDES General Permit TXR150000. f. All reports shall be signed in accordance with the guidelines established in 30 TAC § 305.128 (relating to Signatories to Reports). PARKHILL, SMITH & COOPER, INC. Page - 10 41448006 TPDES Storm Water Pollution Prevention Plan June 2006 G. Non -Storm Water Discharges 1. Possible non -storm water discharges that may be encountered on this site are as Follows: a. Water for vehicle washdowns. b. Water for dust control. C. Pavement washdown water. 2. These discharges shall be controlled by the measures already in place so as not to add any sediment or pollutants to the drainage system. PARKHILL, SMITH & COOPER, INC. Page - 11 01448006 TPDES Storm Water Pollution Prevention Plan June, 2000 APPENDIX I TPDES GENERAL PERMIT NO. TXRI50000 PARKHILL, SMITH & COOPER, INC. 01448006 TPDES General Permit NO. TXR150000 This is a new general permit issued pursuant to Section 26.040 of the Texas Water Code and Section 402 of the Clean Water Act. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY P.O. BOX 13087 Austin, TX 78711-3087 under provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Cade Construction sites located in the state of Texas may discharge to surface water in the state only according to effluent limitations, monitoring requirements and other conditions set forth in this permit, as well as the rules of the Texas Commission on Environmental Quality (TCEQ), the laws of the State of Texas, and other orders of the TCEQ. The issuance of this general permit does not grant to the permittee the right to use private or public property for conveyance of storm water and certain non -storm water discharges along the discharge route. This includes property belonging to but not limited to any individual, partnership, corporation or other entity. Neither does this permit authorize any invasion of personal rights nor any violation of federal, state, or local laws or regulations. It is the responsibility of the pem-dttee to acquire property rights as may be necessary to use the discharge route. This permit and the authorization contained herein shall expire, at midnight five years after the date of issuance. ISSUED AND EFFECTIVE DATE: MAR. 003 F e C ' ron f TCEQ General Permit Number TXR150000 Relating To Discharges From Construction Activities Table of Contents Part 1. Definitions..................................................... Page 3 Part 11. Permit Applicability and Coverage .................................. Page 7 Part I IL Storm Water Pollution Prevention Plans ............................. Page 18 Part IV. Numeric Effluent Limitations ..................................... Page 28 Part V. Retention of Records ............................................ Page 29 Part VI. Standard Permit Conditions ....................................... Page 29 Part VI I. Fees ......................................................... Page 30 Appendix A. Periods of Low Potential by County ............................. Page 31 Attachment I Construction Site Notice for Part ILD.I Waivers ................... Page 32 Attachment 2 Construction Site Notice for Part II.D.2. Authorizations ............. Page 33 Attachment 3 Discharge Monitoring Report for Concrete Batch Plants ............. Page 34 Page 2 TPDES General Permit TXR1 50000 Part I. Definitions Best Management Practices - (BMPs) Schedules of activities, prohibitions of practices, maintenance procedures, structural controls, local ordinances, and other management practices to prevent or reduce the discharge of pollutants. BMPs also include treatment requirements, operating procedures, and practices to control construction site runoff, spills or leaks, waste disposal, or drainage from raw material storage areas. Commencement of Construction - The exposure of soils resulting from activities such as clearing, grading, and excavating. Common Plan of Development - A construction activity that is completed in separate stages, separate phases, or in combination with other construction activities. A common plan of development is identified by the documentation for the construction project that identifies the scope of the project, and may include plats, blueprints, marketing plans, contracts, building permits, a public notice or hearing, zoning requests, or other similar documentation and activities. Facility or Activity - Any TPDES "point source" or any other facility or activity (including land or appurtenances thereto) that is subject to regulation under the TPDES program. Final Stabilization - A construction site status where either of the following conditions are met: (a) All soil disturbing activities at the site have been completed and a uniform (e.g, evenly distributed, without large bare areas) perennial vegetative cover with a density of 70% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures, or equivalent permanent stabilization measures (such as the use ofriprap, gabions, or goetextiles) have been employed. (b) For individual lots in a residential construction site by either: (1) the homebuilder completing final stabilization as specified in condition (a) above; or (2) the homebuilder establishing temporary stabilization for an individual lot prior to the time of transfer of the ownership of the home to the buyer and after informing the homeowner of the need for, and benefits of, final stabilization. (c) For construction activities on land used for agricultural purposes (e.g. pipelines across crop or range land), final stabilization may be accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used foragricultural activities, such as butTer strips immediately adjacent to a surface water and areas which are not being returned to their preconstruction agricultural use must meet the final stabilization conditions of condition (a) above. Page 3 TPDES General Permit TXR150000 Large Construction Activity - Construction activities including clearing, grading, and excavating that result in land disturbance of equal to or greater than five (5) acres of land. Large construction activity also includes the disturbance of less than five (5) acres of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than five (5) acres of land. Large construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, and original purpose of ditch, channel, or other similar storm water conveyance. Large construction activity does not include the routine grading of existing dirt roads, asphalt overlays ofexisting roads, the routine clearing of existing right-of-ways, and similar maintenance activities. Municipal Separate Storm Sewer System (MS4) - A separate storm sewer system owned or operated by a state, city, town, county, district, association, or other public body (created by or pursuantto state law) having jurisdiction overthedisposal ofsewage, industrial wastes, storm water, or other wastes, including special districts under state law such as a sewer district, flood control or drainage district, or similar entity, or an Indian tribe or an authorized Indian tribal organization. Notice of Intent (NOI) - A written submission to the executive director from an applicant requesting coverage under a general permit. Notice of Termination (NOT) - A written submission to the executive director from a permittee authorized under a general permit requesting termination of coverage. Operator - The person or persons associated with a large or small construction activity that meets either of the following two criteria: (a) the person or persons have operational control over construction plans and specifications to the extent necessary to meet the requirements and conditions of this general permit; or (b) the person or persons have day-to-day operational control of those activities at a construction site which are necessary to ensure compliance with a storm water pollution prevention plan for the site or other permit conditions (e.g. they are authorized to direct workers at a site to carry out activities required by the Storm Water Pollution Prevention Plan or comply with other permit conditions). Permittee - An operator authorized under this general permit. The authorization may be gained through submission of a notice of intent, by waiver, or by meeting the requirements for automatic coverage to discharge storm water runoff and certain non -storm water discharges. Point Source - Any discernible, confined, and discrete conveyance, including but not limited to, any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, container, rolling stock concentrated animal feeding operation, landfill leachate collection system, vessel or other floating craft from which pollutants are, or may be, discharged. This term does not include return flows from irrigated agriculture or agricultural storm water runoff. Page 4 TPDES General Permit TXR150000 Pollutant - (from the Texas Water Code, Chapter 26) Dredged spoil, solid waste, incinerator residue, sewage, garbage, sewage sludge, filter backwash, munitions, chemical wastes, biological materials, radioactive materials, heat, wrecked or discarded equipment, rock, sand, cellar dirt, and industrial, municipal, and agricultural waste discharged into any surface water in the state. The term "Pollutant" does not include tail water or runoff water from irrigation or rainwater runoff from cultivated or uncultivated rangeland, pastureland, and farmland. Pollution - (from the Texas Water Code, Chapter 26) The alteration of the physical, thermal, chemical, or biological quality of, or the contamination of; any surface water in the state that renders the water harmful, detrimental, or injurious to humans, animal life, vegetation, or property or to public health, safety, or welfare, or impairs the usefulness or the public enjoyment of the water for any lawful or reasonable purpose. Runoff Coefficient - The fraction of total rainfall that will appear at the conveyance as runoff. Separate Storm Sewer System - A conveyance or system of conveyances (including roads with drainage systems, streets, catch basins, curbs, gutters, ditches, man-made channels, orstorm drains), designed or used for collecting or conveying storm water; that is not a combined sewer, and that is not part of a publicly owned treatment works (POTW). Small Construction Activity - Construction activities including clearing, grading, and excavating that result in land disturbance of equal to or greater than one ( I ) acre and less than five (5) acres of land. Small construction activity also includes the disturbance of less than one (I ) acre of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than one (1) and less than five (5) acres of land. Small construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, and original purpose of a ditch, channel, or other similar storm water conveyance. Small construction activity does not include the routine grading of existing dirt roads, asphalt overlays of existing roads, the routine clearing of existing right-of-ways, and similar maintenance activities. Storm Water - Storm water runoff, snow melt runoff, and surface runoff and drainage. Storm Water Associated with Construction Activity - Storm water runoff from a construction activity where soil disturbing activities (including clearing, grading, excavating) result in the disturbance of one (1) or more acres of total land area, or are part of a larger common plan of development or sale that will result in disturbance of one (1) or more acres of total land area. Structural Control (or Practice) - A pollution prevention practice that requires the construction of device, or the use of a device, to capture or prevent pollution in storm water runoff. Structural controls and practices may include but are not limited to: silt fences, earthen dikes, drainage swales, sediment traps, check dams, subsurface drains, storm drain inlet protection, rock outlet protection, reinforced soil retaining systems, gabions, and temporary or permanent sediment basins. Surface Water in the State - Lakes, bays, ponds, impounding reservoirs, springs, rivers, streams, creeks, estuaries, wetlands, marshes, inlets, canals, the Gulf of Mexico inside the territorial limits Page 5 TPDES General Perin it TXR150000 of the state (from the mean high water mark (MHWM) out 10.36 miles into the Gulf). and all other bodies of surface water, natural or artificial, inland or coastal, fresh or salt, navigable or nonnavigable, and including the beds and banks of all water -courses and bodies of surface water, that are wholly or partially inside or bordering the state or subject to the jurisdiction of the state; except that waters in treatment systems which are authorized by state or federal law, regulation, or permit, and which are created for the purpose of waste treatment are not considered to be water in the state. Temporary Stabilization - A condition where exposed soils or disturbed areas are provided a protective cover, which may include temporary seeding, geotextiles, mulches, and other techniques to reduce or eliminate erosion until either final stabilization can be achieved or until further construction activities take place. Waters of the United States - (from title 40, part 122, section 2 of the Code of Federal Regulations) Waters of the United States or waters of the U.S, means: (a) all waters which are currently used, were used in the past, or may be susceptible to use in interstate or foreign commerce, including all waters which are subject to the ebb and flow of the tide; (b) all interstate waters, including interstate wetlands; (c) all other waters such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows, playa lakes, or natural ponds that the use, degradation, ordestruction of which would affect or could at%ct interstate or foreign commerce including any such waters: (1) which are or could be used by interstate or foreign travelers for recreational or other purposes; (2) from which fish or shellfish are or could be taken and sold in interstate or foreign commerce; or (3) which are used or could be used for industrial purposes by industries in interstate commerce; (d) all impoundments of waters otherwise defined as waters of the United States under this definition; (e) tributaries of waters identified in paragraphs (a) through (d) of this definition; (i the territorial sea; and (g) wetlands adjacent to waters (other than waters that are themselves wetlands) identified in paragraphs (a) through (f) of this definition. Page 6 TPD1S General Permit TXR150000 Waste treatment systems, including treatment ponds or lagoons designed to meet the requirements of CWA (other than cooling ponds as defined in 40 CFR § 423.11(m) which also meet the criteria of this definition) are not waters of the United States. This exclusion applies only to manmade bodies of water which neither were originally created in waters of the United States (such as disposal area in wetlands) nor resulted from the impoundment of waters of the United States. Waters of the United States do not include prior converted cropland. Notwithstanding the determination of an area's status as prior converted cropland by any other federal agency, for the purposes of the Clean Water Act, the final authority regarding Clean Water Act jurisdiction remains with EPA. Part 1I. Permit Applicability and Coverage Section A. Discharges Eligible for Authorization Storm Water Associated with Construction Activity Discharges of storm water runoff from small and large construction activities may be authorized under this general permit. 2. Discharges of Storm Water Associated with Construction Support Activities Discharges of storm water runoff from construction support activities, including concrete batch plants, asphalt batch plants, equipment staging areas, material storage yards, material borrow areas, and excavated material disposal areas may be authorized under this general permit provided: (a) the activity is" located within a 1-mile distance from the boundary of the permitted construction site and directly supports the construction activity; (b) the storm water pollution prevention plan is developed according to the provisions of this general permit and includes appropriate controls and measures to reduce erosion and discharge of pollutants in storm water runoff from the supporting industrial activity site; and (c) the industrial activity either does not operate beyond the completion date of the construction activity or obtains separate TPDES authorization for discharges. 3. Non -storm Water Discharges The following non -storm water discharges from sites authorized under this general permit are also eligible for authorization under this general permit: (a) discharges from fire fighting activities; Page 7 TPDES General Permit TXR 150000 (b) fire hydrant Flushings; (c) vehicle, external building, and pavement wash water where detergents and soaps are not used and where spills or leaks of toxic or hazardous materials have not occurred (unless spilled materials have been removed; and if local state, or federal regulations are applicable, the materials are removed according to those regulations), and where the purpose is to remove mud, dirt, an dust; (d) water used to control dust; (e) potable water sources including waterline fiushings; (f) air conditioning condensate; (g) uncontaminated ground water or spring water, including foundation or footing drains where flows are not contaminated with industrial materials such as solvents. 4. Other Permitted Discharges Any discharge authorized under a separate NPDES. TPDES, or TCEQ per, -nit may be combined with discharges authorized by this permit. Section B. Limitations on Permit Coverage Post Construction Discharges. Discharges that occur after construction activities have been completed, and after the construction site and any supporting activity site have undergone final stabilization, are not eligible for coverage under this general permit. Discharges originating from the sites are not authorized under this general permit following the submission of the notice of termination (NOT) for the construction activity. 2. Prohibition of Non -Storm Water Discharges Except as provided in Part ll. A.2., A3., and A4., all discharges authorized by this general permit must be composed entirely of storm water associated with construction activity. 3. Compliance With Water Quality Standards Discharges to surface water in the state that would cause or contribute to a violation of water quality standards or that would fail to protect and maintain existing designated uses are not eligible for coverage tinder this general permit. The executive director may require an application for an individual permit or alternative Page 8 TPDES General Permit TXR150000 general permit (see Part II.G.3) to authorize discharges to surface water in the state from any activity that is determined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of designated use. The executive director may also require an application for an individual permit considering factors described in Part II. G.2. 4. Discharges to Water Quality -Impaired Receiving Waters. New sources or new discharges of the constituents of concern to impaired waters are not authorized by this permit unless otherwise allowable under 30 TAC Chapter 305 and applicable state law. Impaired waters are those that do not meet applicable water quality standards and are listed on the EPA approved Clean Water Act Section 303(d) list. Constituents of concern are those for which the water body is listed as impaired. Discharges of the constituents of concern to impaired water bodies for which there is a total maximum daily load (TMDL) implementation plan are not eligible for this permit unless they are consistent with the approved TMDL and the implementation plan. Permittees must incorporate the limitations, conditions, and requirements applicable to their discharges, including monitoring frequency and reporting required by TCEQ rules, into their storm water pollution prevention plan in order to be eligible for coverage under this general permit. 5. Discharges to the Edwards Aquifer Recharge Zone Discharges cannot be authorized by this general permit where prohibited by 30Texas Administrative Code (TAC) Chapter 213 (relating to Edwards Aquifer). (a) For new discharges located within the Edwards Aquifer Recharge Zone, or within that area upstream from the recharge zone and defined as the Contributing Zone, operators must meet all applicable requirements of, and operate according to, 30 TAC Chapter 213 (Edwards Aquifer Rule) in addition to the provisions and requirements of this general permit. (b) For existing discharges, the requirements of the agency -approved Water Pollution Abatement Plan under the Edwards Aquifer Rules are in addition to the requirements ofthis general permit. BMPs and maintenance schedules for structural storm water controls, for example, may be required as a provision of the rule. All applicable requirements of the Edwards Aquifer Rule for reductions Of Suspended solids in storm water runoff are in addition to the requirements in this general permit for this pollutant. For discharges from large construction activities located on the Edwards Aquifer contributing zone, applicants must also submit a copy of the NOI to the appropriate TCEQ regional office." Page 9 6. 7. 8. Ell Counties: Comal, Bexar, Medina, Uvalde, and Kinney Williamson, Travis, and Nays TPDES General Permit TXR150000 Contact: TCEQ Water Program Manager San Antonio Regional Office 14250 Judson Rd. San Antonio, Texas (210) 490-3096 TCEQ Water Program Manager Austin Regional Office 1921 Cedar Bend Dr., Ste. 150 Austin, Texas (512) 339-2929. Discharges to Specific Watersheds and Water Quality Areas Discharges otherwise eligible for coverage cannot be authorized by this general permit where prohibited by 30 TAC Chapter 3 I 1 (relating to Watershed Protection) for water quality areas and watersheds. Protection of Streams and Watersheds by Other Governmental Entities This general permit does not limit the authority or ability of federal, other state, or local governmental entities from placing additional or more stringent requirements on construction activities or discharges from construction activities. For example, this permit does not limit the authority of a home -rule municipality provided by Section 401.002 of the Texas Local Government Code. Indian Country Lands Storm water runoff from construction activities occurring on Indian Country lands are not under the authority of the TCEQ and are not eligible for coverage under this general permit. If discharges of storm water require authorization under federal National Pollutant Discharge Elimination System (NPDES) regulations, authority for these discharges must be obtained from the U.S. Environmental Protection Agency (EPA). Oil and Gas Production Storm water runoff from construction activities associated with the exploration, development, or production of oil or gas or geothermal resources, including transportation of crude oil or natural gas by pipeline, are not under the authority of the TCEQ and are not eligible for coverage under this general permit. Ifdischarges Page 10 TPDES General Permit TXR 150000 of storm water require authorization under federal NPDES regulations, authority for these discharges must be obtained from the EPA. 10. Storm Water Discharges from Agricultural Activities Storm water discharges from agricultural activities that are not point source discharges of storm eater are not subject to TPDES permit requirements. These activities may include clearing and cultivating ground for crops, construction of fences to contain livestock, construction of stock ponds, and other similar agricultural activities. Section C. Deadlines for Obtaining Authorization to Discharge Large Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized, either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction - Operators of large construction activities continuing to operate afterthe issuance date of this perm it, and authorized under NPDES general permit `FXR 100000 (issued July 6, 1998, I~ R 36490), must submit an NO] to obtain authorization under this general permit within 90 days of the issuance date of this general permit. During this interim period, as a requirement of this TPDES permit, the operator must continue to meet the conditions and requirements of the federal NPDES permit. If the construction activity is completed prior to this 90-day deadline, and the site would otherwise qualify for termination of coverage under that federal NPDES permit, the operator must notify the executive director of the TCEQ in writing within 30 days of that condition. 2. Small Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized, either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction - Discharges from ongoing small construction activities that commenced prior to March 10, 2003, and that would not meet the conditions to quality For termination of this permit as described in Part II.E. of this general permit, must be authorized, either under this general permit or a separate TPDES permit, prior to March 10. 2003. Page I I Section D. Obtaining Authorization to Discharge TPDES General Permit TXR! 50000 I . Small construction activities are determined to occur during periods of low potential for erosion, and operators of these sites may be automatically authorized under this general permit and not required to develop a storm water pollution prevention plan or submit a notice of intent (NOI), provided; (a) the construction activity occurs in a county listed in Appendix A; (b) the construction activity is initiated and completed, including either final or temporary stabilization ofall disturbed areas, within the time frame identified in Appendix A for the location of the construction site; (c) all temporary stabilization is adequately maintained to effectively reduce or prohibit erosion, final stabilization activities have been initiated and a condition, of final stabilization is completed no later than 30 days following the end date of the time frame identified in Appendix A for the location of the construction site; (d) the permittee signs a completed construction site notice (Attachment I of this general permit), including the certification statement; (e) a signed copy of the construction site notice is posted at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities prior to commencing construction activities, and maintained in that location until completion ofthe construction activity; f f3 a copy of the signed and certified construction site notice is provided to the operator of any municipal separate storm sewer system receiving the discharge at least two days prior to commencement ofconstruction activities; and (g) any supporting concrete batch plant or asphalt batch plant is separately authorized for discharges of storm water runoff or other non -storm water discharges under an individual TPDES permit, another TPDES general permit or under an individual TCEQ permit where storm water and non_ storm water is disposed of by evaporation or irrigation (discharges are adjacent to water in the state). automatically authorized under this general permit, and operators of 2. Operators of small construction activities not described in Part I I.D. I . above may be these not required to submit an NO[ provided they; sites are (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or all portions of the site for which the applicant Page 12 TPDES General Permit TXR 150000 is the operator, and implement that plan prior to commencing construction activities; (b) sign a completed construction site notice ( Attachment 2 of this general permit); (c) post a signed copy of the construction site notice at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities, prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity, and (d) provide a copy of the signed and certified construction site notice to the operator of any municipal separate storm sewer system receiving the discharge at least two days prior to commencement ofconstruction activities. 3. Operators of all other construction activities that qualify for coverage under this general permit must: (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or all portions of the site for which the applicant is the operator, and implement that plan prior to commencing construction activities; (b) submit a Notice of Intent (NOI), using a form provided by the executive director, at least 2 days prior to commencing construction activities; or (c) if the operator changes, or an additional operator is added after the initial NOI is submitted, the new operator must submit an NOI at least two (2) days before assuming operational control; (d) post a copy of the NOI at the construction site in a location where it is readily available for viewing prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity; (e) provide a copy of the signed NOI to the operator of any municipal separate storm sewer system receiving the discharge, at least two (2) days prior to commencing construction activities; and (I) implement the SWP3 prior to beginning construction activities. Page 13 4. Effective Date of Coverage TPDES General Permit TXRlS0000 (a) Operators of construction activities described in either Part 11. D. I . or D.2. are authorized immediately following compliance with theconditions of Part H. D.1. or D.2. that are applicable to the construction activity. (b) Operators of all other construction activities eligible for coverage under this general permit, unless otherwise notified by the executive director, are provisionally authorized two (2) days from the date that a completed NOI is postmarked for delivery to the TCEQ. If electronic submission of the NOI is provided, and unless otherwise notified by theexecutive director, operators are provisionally authorized 24 hours following confirmation ofreceipt ofthe NOI by the TCEQ. Authorization is non -provisional when the executive director finds the NOI is administratively complete and an authorization number is issued for the activity. (c) Operators are not prohibited from submitting late NOIs or posting late notices to obtain authorization under this general permit. TheTCEQreserves the right to take appropriate enforcement actions for any unpermitted activities that may have occurred between the time construction commenced and authorization is obtained. 5. Notice of Change (NOC) Letter If the operator becomes aware that it failed to submit any relevant facts, or submitted incorrect information in an NOI, the correct information must be provided to the executive director in a NOC letter within 14 days after discovery. If relevant information provided in the NOI changes, a NOC letter must be submitted within 14 days of the change. A copy of the NOC must be provided to the operator of any MS4 receiving the discharge. 6. Signatory Requirement for NOI Forms, Notice of Termination (NOT) Forms, NOC Letters, and Construction Site Notices NOI forms, NOT forms, NOC letters, and Construction Site Notices must be signed according to 30 TAC § 305.44 (relating to Application for Permit). 7. Contents of the NOI The NOI form shall require, at a minimum, the following information: (a) the name, address. and telephone number of the operator fling the NOI for permit coverage; (b) the name (or other identifier), address, county, and latitude/longitude of the construction project or site; Page 14 TPDES General Permit TXR150000 (c) number of acres that will be disturbed (estimated to the largest whole number); (d) whether the projector site is located on Indian Country lands; (e) confirmation that a SWP3 has been developed and that the SWP3 will be compliant with any applicable local sediment and erosion control plans; and (0 name of the receiving water(s). Section E. Application to Terminate Coverage Each operator that has submitted an NOI for authorization under this general permit must apply to terminate that authorization following the conditions described in this section of the general permit. Authorization must be terminated by submitting a Notice of Termination (NOT) on a form supplied by the executive director. Authorization to discharge under this permit terminates at midnight on the day the NOT is postmarked for delivery to the TCEQ. If electronic submission of the NOT is provided, authorization to discharge under this permit terminates immediately following confirmation of receipt ofthe NOT by the TCEQ. Compliance with the conditions and requirements of this permit is required until an NOT is submitted. I. Notice of Termination Required The NOT must be submitted to TCEQ, and a copy of the NOT provided to the operator of any MS4 receiving the discharge, within thirty (30) days, after: (a) final stabilization has been achieved on all portions of the site that is the responsibility of the permittee: or (b) another permitted operator has assumed control over at areas of the site that have not been finally stabilized, and (c) all silt fences and other temporary erosion controls have either been removed, scheduled for removal as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. 2. Minimum Contents of the NOT The NOT form shall require, at a minimum, the following information: (a) if authorization was granted following submission of a NO[, the permittees site -specific TPDES general permit number for the construction site; Page 15 TPDES General Permit TX 150000 (b) an indication of whether the construction activity is completed or if the permittee is simply no longer an operator at the site; (c) the name, address and telephone number of the permittee submitting the NOT; (d) the name (or other identifier), address, county, and latitude/longitude of the construction project or site; and (e) a signed certification that either all storm water discharges requiring authorization under this general permit will no longer occur, or that the applicant to terminate coverage is no longer the operator of the facility or construction site, and that all temporary structural erosion controls have either been removed, will be removed on a schedule defined in the SWP3, or transferred to a new operator if the new operator has applied for permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. Section F. Waivers from Coverage The executive director may waive the otherwise applicable requirements of this general permit for storm water discharges from small construction activities under the terms and conditions described in this section. I • Waiver Applicability and Coverage Operators of small construction activities may apply for and receive a waiver from the requirements to obtain authorization under this general permit where: (a) the calculated rainfall erosivity R factor for the entire period of the construction project is less than five (5); (b) the operator submits a signed waiver certification form, supplied by the executive director, certifying that the construction activity will commence and be completed within a period when the value of the calculated rainfall erosivity R factor is less than five (5); and (c) the waiver certification form is submitted to the TCEQ at least two (2) days before construction activity begins. 2. Effective Date of Waiver Operators of small construction activities are provisionally waived from the otherwise applicable requirements ofthis general permit two (2) days from the date that a completed waiver certification form is postmarked for delivery to TCEQ. Page 16 TPDES General Permit TXR150000 3. Activities Extending Beyond the Waiver Period If a construction activity extends beyond the approved waiver period due to circumstances beyond the control of the operator, the operator must either: (a) recalculate the rainfall erosivity factor R factor using the original start date and a new projected ending date, and if the R factor is still under five (5), submit a new waiver certification form at least two (2) days before the end of the original waiver period; or (b) obtain authorization under this general permit according to the requirements del ineated in either Part II.D.2. or Part I I.D.3. at least two (2) days before the end of the approved waiver period. Section G. Alternative TPDES Permit Coverage Individual Permit Alternative Any discharge eligible for coverage under this general permit may alternatively be authorized under an individual TPDES permit according to 30 TAC Chapter 305 (relating to Consolidated Permits). Applications for individual permit coverage should be submitted at least three hundred and thirty (330) days prior to commencement of construction activities to ensure timely issuance. 2. Individual Permit Required The executive director may suspend an authorization or NO[ in accordance with the procedures set forth in 30 TAC Chapter 205, including the requirement that the executive director provide written notice to the permittee. The executive director may require an operator of construction site, otherwise eligible for authorization under this general permit, to apply for an individual TPDES permit because of: (a) the conditions of an approved TMDL or TMDL implementation plan; (b) the activity is determined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of a designated use of surface water in the state: and (c) any other considerations defined in 30 TAC Chapter 205 would include the provision at 30 TAC § 205.4(c)(3)(D), which allows TCEQ to deny authorization under the general permit and require an individual permit if discharger "has been determined by the executive director to have been out of compliance with any rule, order, or permit of the commission, including non-payment of fees assessed by the executive director." Page 17 TPDES General Permit TXR 150000 3. Any discharge eligible for authorization under this general permit may alternatively be authorized under a separate, applicable general permit according to 30 TAC Chapter 205 (relating to General Permits for Waste Discharges). Section H. Permit Expiration This general permit shall be issued for a term not to exceed five 5 years. and comment, as provided by 30 TAC § 205.3 (relating to Public iNotice, Public Meetgs,and Public Comment), the commission may amend, revoke, cancel, or renew this general permit, If the TCEQ publishes a notice of its intent to renew or amend this general permit before the expiration date, the permit will remain in effect forexisting, authorized, discharges until the commission takes final action on the permit. Upon issuance of a renewed or amended permit, required to submit an NOI within 90 days following the effective date of the renewed or amended Permit, unless that permit provides for an alternative method for obtaining authorization. In the event that the general permit is not renewed, discharges that are authorized under the general permit must obtain either a TPDES individual permit or coverage under an alternative general permit. Part III. Storm Water Pollution Prevention Plans (SWP3) Waters of the United States, including discharges to Storm water pollution prevention plans mast be prepared for storm water discharges that will reach MS�I systems and privately owned separate storm sewer systems that drain to Waters of the United States, to identify and address potential sources of pollution that are reasonably expected to affect the quality of discharges from the construction site, including off -site material storage areas, overburden and stockpiles ofdirt, borrow areas, equipment staging areas, vehicle repair areas, fueling areas, etc., used solely by the permitted project. The SWP3 must describe and ensure the implementation of practices that will be used to reduce the pollutants in storm water discharges associated with construction activity at the construction site and assure compliance with the terms and conditions of this permit. Individual operators at a site may develop separate SWP3s that cover only their portion of the project provided reference is made to the other operators at the site. Where there is more than one SWP3 for a site, permittees must coordinate to ensure that BMPs and controls are consistent, and do not negate or impair the effectiveness of each other. Regardless of whether a single comprehensive SWP3 is developed, or separate SWP3s are developed for each operator, it is the responsibility of each operator to ensure that compliance with the terms and conditions of this general permit is met in the areas of the construction site where that operator has operational control over construction plans and specifications or day-to-day operational control. Section A. Shared SWP3 Development For more effeective coordination of BMPs and opportunities for cost sharing, a cooperative effort by obtain authorization, but may work together to prepare and implement a single comprehthe different operators at a site is encouraged. Operators must independently submit an NOI and ens SWP3 for the entire construction site. ive Page 18 TPDES General Permit TXR 150000 construction site. If the construction project is a linear construction project (e.g. pipeline, highway, etc.), the notice must be placed in a publicly accessible location near where construction is actively underway. Notice for these linear sites may be relocated, as necessary, along the length of the project. The notice must be readily available for view ing by the general public, local, state. and federal authorities, and contain the following information: (a) the TPDES general permit number for the project (or a copy of the N41 that was submitted to the TCEQ if a permit number has not yet been assigned); (b) the name and telephone number of a representative for the operator; (c) a brief description of the project; and (d) the location of the SWP3. This permit does not provide the general public with any right to trespass on a construction site for any reason, including inspection of a site; nor does this permit require that permittees allow members of the general public access to a construction site. Section F. Keeping Plans Current The permittee must revise or update the storm water pollution prevention plan whenever: 1. there is a change in design, construction, operation, or maintenance that has a significant effect on the discharge of pollutants and that has not been previously addressed in the SWP3; or 2. results of inspections or investigations by site operators, operators of a municipal separate storm sewer system receiving the discharge, authorized TCEQ personnel, or a federal, state or local agency approving sediment and erosion plans indicate the SWP3 is proving ineffective in eliminating or significantly minimizing pollutants in discharges authorized under this general permit. Section F. Contents of SWP3 The SWP3 must include, at a minimum, the information described in this section. I . A site description, or project description must be developed to include: (a) a description of the nature of the construction activity, potential pollutants and sources; (b) a description of the intended schedule or sequence of major activities that will disturb soils for major portions of the site; Page 21 TPDES General Permit TXR 150000 (c) the total number of acres of the entire property and the total number ofacres where construction activities will occur, including otT site material storage areas, overburden and stockpiles of dirt, and borrow areas; (d) data describing the soil or the quality of any discharge from the site; (e) a map showing the general location of the site (e.g. a portion of a city or county map); (t) a detailed site map (or maps) indicating the following: {i) drainage patterns and approximate slopes anticipated atter major grading activities; 00 areas where soil disturbance will occur; (iii) locations of all major structural controls either planned or in place; (iv) locations where stabilization practices are expected to be used; (v) locations of off -site material, waste, borrow, till, or equipment storage areas; (vi) surface waters (including wetlands) either adjacent or in close Proximity; and (vii) locations where storm water discharges from the site directly to a surface water body. (g) the location and description of asphalt plants and concrete plants providing support to the construction site and authorized under this general permit; (h) the name of receiving waters at or near the site that will be disturbed or that will receive discharges from disturbed areas of the project; and 0) a copy of this TPDES general permit. 2. The SWP3 must describe the best management practices that will be used to minimize pollution in runoff. The description must identify the general timing or sequence for implementation. At a minimum, the description must include the following components: (a) Erosion and Sediment Controls (i) Erosion and sediment controls must be designed to retain sediment on -site to the extent practicable with consideration for local Page 22 TPD£S General Permit TXR 150000 topography, soil type, and rainfall. Controls must also be designed and utilized to reduce the offisite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water from the site. (ii) Control measures must be properly selected, installed, and maintained according to the manufacturer's or designer's specifications. If periodic inspections or other information indicates a control has been used incorrectly, or that the control is performing inadequately, the operator must replace or modify the control as soon as practicable after discovery that the control has been used incorrectly, is performing inadequately, or is damaged. (iii) Sediment must be removed from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. (iv) If sediment escapes the site, accumulations must be removed at a frequency to minimize further negative etTects, and whenever feasible, prior to the next rain event. (v) Controls rnust be developed to limit, to the extent practicable, offsite transport of litter, construction debris, and construction materials. (b) Stabilization Practices The SWP3 must include a description of interim and permanent stabilization practices for the site, including a schedule of when the practices will be implemented. Site plans should ensure that existing vegetation is preserved where it is possible. (i) Stabilization practices may include but are not limited to: establishment of temporary vegetation, establishment of permanent vegetation, mulching, geotextiles, sod stabilization, vegetative buffer strips, protection of existing trees and vegetation, and other similar measures. (ii) The following records must be maintained and either attached to or referenced in the SWP3, and made readily available upon request to the parties in Part III.D. I of this general permit: (a) the dates 4vhen major grading activities occur; (b) the dates when construction activities temporarily or permanently cease on a portion of the site; and Page 23 TPDES General Pen -nit TXR150000 (c) the dates when stabilization measures are initiated. (iii) Stabilization measures must be initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, and except as provided in (a) through (c) below, must be initiated no more than fourteen (14) days after the construction activity in that portion of the site has temporarily or permanently ceased. (a) Where the initiation of stabilization measures by the 14th day after construction activity temporarily or permanently ceased is precluded by snow cover or frozen ground conditions, stabilization measures must be initiated as soon as practicable. (b) Where construction activity on a portion of the site is temporarily ceased, and earth disturbing activities will be resumed within twenty-one (2 ])days, temporary stabilization measures do not have to be initiated on that portion of site. (c) In and areas (areas with an average rainfall of 0 to 10 inches), semiarid areas (areas with an average annual rainfall of 10 to 20 inches), and areas experiencing droughts where the initiation of stabilization measures by the 14th day after construction activity has temporarily or permanently ceased is precluded by seasonably and conditions, stabilization measures must be initiated as soon as practicable. 3. Structural Control Practices The SWP3 must include a description of any structural control practices used to divert flows away from exposed soils, to limit the contact of runoff with disturbed areas, or to lessen the off -site transport of eroded soils. (a) Sediment basins are required, where feasible forcommon drainage locations that serve an area with ten (10) or more acres disturbed at one time, a temporary (or permanent) sediment basin that provides storage for a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained, or equivalent control measures, shall be provided where attainable until final stabilization of the site. Where rainfall data is not available or a calculation cannot be performed, a temporary (or permanent) sediment basin providing 3,600 cubic feet of storage per acre drained is required where attainable until final stabilization of the site. When calculating the volume of runoff from a 2-year, 24-hour storm event, it is not required to include the flows from otfsite areas and Flow from onsite areas that are either undisturbed or have already undergone final stabilization, if Page 24 TPDES General Permit TXR 150000 these Mows are diverted around both the disturbed areas of the site and the sediment basin. In determining whether installing a sediment basin is feasible, the permittee may consider factors such as site soils, slope, available area on site, public safety. precipitation patterns, site geometry, site vegetation, infiltration capacity, geotechnical factors, depth to groundwater and other similar considerations. Where sediment basins are not feasible, equivalent control measures, which may include a series of smaller sediment basins, must be used. At a minimum, silt fences, vegetative buffer strips, or, equivalent sediment controls are required Far all down slope boundaries (and for those side slope boundaries deemed appropriate as dictated by individual site conditions) of the construction area. (b) Sediment traps and sediment basins may also be used to control solids in storm water runoff for drainage locations serving less than ten (10) acres. At a minimum, silt fences, vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries (and for those side slope boundaries deemed appropriate as dictated by individual site conditions) of the construction. Alternatively, a sediment basin that provides storage for a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained, or equivalent control measures, may be provided or where rainfall data is not available or a calculation cannot be performed, a temporary (or permanent) sediment basin providing 3.600 cubic feet of storage. per acre drained may be provided. 4. Permanent Storm Water Controls A description of any measures that will be installed during the construction process to control pollutants in storm water discharges that will occur after construction operations have been completed must be included in the SWP3. Perm ittees are only responsible for the installation and maintenance of storm water management measures prior to final stabilization of the site or prior to submission of an NOT. 5. Other Controls (a) Off -site vehicle tracking of sediments and the generation of dust must be minimized. (b) The SWP3 must include a description of construction and waste materials expected to be stored on -site and a description of controls to reduce pollutants from these materials. (c) The SWP3 must include a description Of Pollutant sources from areas other than construction (including storm water discharges from dedicated asphalt plants and dedicated concrete plants), and a description of controls and measures that will be implemented at those sites to minimize pollutant discharges. Page 25 TPDES General Permit TXRI50000 (d) Velocity dissipation devices shall be placed at discharge locations and along the length of any outfall channel to provide a non -erosive flow velocity from the structure to a water course so that the natural physical and biological characteristics and functions are maintained and protected. 6. Approved State and Local Plans (a) Permittees must ensure the SWP3 is consistent with requirements specified in applicable sediment and erosion site plans or site permits, or storm water management site plans or site permits approved by federal, state, or local officials. (b) S WP3s must be updated as necessary to remain consistent with any changes applicable to protecting surface water resources in sediment erosion site plans or site permits, or storm water management site plans or site permits approved by state or local official for which the permittee receives written notice. 7. Maintenance All erosion and sediment control measures and other protective measures identified in the SWP3 must be maintained in effective operating condition. If through inspections the pertnittee determines that BMPs are not operating effectively, maintenance must be performed before the next anticipated storm event or as necessary to maintain the continued effectiveness of storm water controls. If maintenance prior to the next anticipated storm event is impracticable, maintenance must be scheduled and accomplished as soon as practicable. Erosion and sediment controls that have been intentionally disabled, run -over, removed, or otherwise rendered ineffective must be replaced or corrected immediately upon discovery. 8. Inspections of Controls In the event of flooding or other uncontrollable situations which prohibit access to the inspection sites, inspections must be conducted as soon as access is practicable (a) Personnel provided by the permittee and familiar with the SWP3 must inspect disturbed areas of the construction site that have not been finally stabilized, areas used for storage of materials that are exposed to Precipitation, and structural controls for evidence of, or the potential for, Pollutants entering the drainage system. Sediment and erosion control measures identified in the SWP3 must be inspected to ensure that they are operating correctly. Locations where vehicles enter or exit the site must be inspected for evidence of off -site sediment tracking. Inspections must be conducted at least once every fourteen (14) calendar days and within twenty tour (24) hours of the end of a storm event of 0.5 inches or greater. Page 26 TPDES General Permit TXR 150000 Where sites have been finally or temporarily stabilized, where runoff is unlikely due to winter conditions (e.g. site is covered with snow, ice, or frozen ground exists), or during seasonal arid periods in arid areas (areas with an average annual rainfall of 0 to 10 inches) and semi -arid areas (areas with an average annual rainfall of 10 to 20 inches), inspections must be conducted at least once every month. As an alternative to the above -described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of0.5 inches or greater, the SWP3 may be developed to require that these inspections will occur at least once every seven (7) calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day, regardless ofwhetheror not there has been a rainfall event since the previous inspection. (b) Utility line installation, pipeline construction, and other examples of long, narrow, linear construction activities may provide inspection personnel with limited access to the areas described in Part lll.F.8.(a) above. Inspection of these areas could require that vehicles compromise temporarily or even permanently stabilized areas, cause additional disturbance of soils, and increase the potential for erosion. In these circumstances, controls must be inspected at least once every fourteen (14) calendar days and within twenty four (24) hours of the end ofa storm event of0.5 inches, but representative inspections may be performed. For representative inspections, personnel must inspect controls along the construction site for 0.25 mile above and below each access point where a roadway, undisturbed right-of-way, or other similar feature intersects the construction site and allows access to the areas described in Part IIf. FX(a) above. The conditions of the controls along each inspected 0.25 mile segment may be considered as representative_ of the condition ofcontrols along that reach extending from the end of the 0.25 mile segment to either the end of the next 0.25 mile inspected segment, or to the end of the project, whichever occurs first. As an alternative to the above -described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of0.5 inches or greater, the SWP3 may be developed to require that these inspections will occur at least once every seven (7) calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day, regardless of whether or not there has been a rainfall event since the previous inspection. (c) The SWP3 must be modified based on the results of inspections, as necessary, to bettercontrol pollutants in runoff. Revisions to the SWP3 must be completed within seven (7) calendar days following the inspection. If existing BMPs are modified or if additional BMPs are necessary, an implementation schedule must be described in the SWP3 and wherever Page 27 TPDES General Permit TXR 150000 possible those changes implemented before the next storm event. If implementation before the next anticipated storm event is impracticable, these changes must be implemented as soon as practicable. (d) A report summarizing the scope of the inspection, names and qualifications of personnel making the inspection, the dates of the inspection, and major observations relating to the implementation of the SWP3 must be made and retained as part of the SWP3. Major observations should include: The locations of discharges of sediment or other pollutants from the site; locations of BMPs that need to be maintained; locations of BMPs that failed to operate as designed or proved inadequate for a particular location; and locations where additional BMPs are needed. Actions taken as a result of inspections must be described within, and retained as a part of, the SWP3. Reports must identify any incidents of non- compliance. Where a report does not identify any incidents of non- compliance, the report must contain a certification that the facility or site is in compliance with the SWP3 and this permit. The report must be signed by the person and in the manner required by 30 TAC § 305.128 (relating to Signatories to Reports) 9. The SWP3 must identify and ensure the implementation of appropriate pollution prevention measures for all eligible non -storm water components of the discharge. Part IV. Numeric Effluent Limitations Section A. Limitations All discharges of storm water runoff from concrete batch plants that qualify for coverage, and that are authorized to discharge storm water under the provisions of this general permit must be monitored at the following monitoring frequency and comply with the following numeric effluent limitations: Parameter Total Suspended Solids Oil and Grease PH * If discharge occurs. Section B. Reporting Requirements Limitations Monitoring Dailv Maximum Erequencv 65 mg/I I /Year* 15 mg/l I /Year* between 6 and 9 standard units I/Year* Results of monitoring for determining compliance with numeric effluent limitations must be recorded on a discharge monitoring report (I)MR). The DMR must either be an original EPA No, 3320-1 form (Attachment 3 of this general permit), a duplicate of the Form, or as otherwise provided by the executive director. Monitoring must be conducted prior to December 31" for each annual Page 28 TPDES General Permit TXR150000 monitoring period. A copy of the DMR must either be retained at the facility or shall be made readily available for review, by authorized TCEQ personnel upon request, by March 315E following the end of each annual monitoring period. If the results indicate the violation of one or more of these numeric limitations, the permittee must also submit the DMR to the TCEQ's Information Resources Center (MC 212) by March 315E of each annual monitoring period. Part V. Retention of Records The permittee must retain the following records for a minimum period of three (3) years from the date that a NOT is submitted as required by Part II.D. For activities that are not required to submit an NOT, records shall be retained for a minimum period of three (3) years from the date that either: final stabilization has been achieved on all portions of the site that is the responsibility of the permittee; or another perm itted operator has assumed control according to over all areas of the site that have not been finally stabilized. Records include: I. A copy of the SWP3 plan. 2. All reports and actions required by this permit, including a copy of the construction site notice. 3. All data used to complete the NO[, if an NOl is required for coverage under this general permit. Part Vt. Standard Permit Conditions The permittee has a duty to comply with all permit conditions. Failure to comply with any permit condition is a violation of the permit and statutes under which it was issued, and is grounds for enforcement action, for terminating coverage tinder this general permit, or for requiring a discharger to apply for and obtain an individual TPDES permit. 2. Authorization under this general permit maybe suspended or revoked° for cause. Filinga, notice of planned changes or anticipated non-compliance by the permittee does not stay any permit condition. The permittee must furnish to the executive director, upon request and within a reasonable time, any information necessary for the executive director to determine whether cause exists for revoking, suspending, or terminating authorization under this permit. Additionally, the permittee must provide to the executive director, upon request, copies of all records that the permittee is required to maintain as a condition of this general permit. 3. It is not a defense for a discharger in an enforcement action that it would have been necessary to halt or reduce the permitted activity to maintain compliance with the permit conditions. 4. Inspection and entry shall be allowed under Texas Water Code Chapters 26-28, Health and Safety Code §§ 361.032-361.033 and 361.037, and 40 Code of Federal Regulations (CFR) § 122.41(i). The statement in Texas Water Code § 26.014 that commission entry of a facility shall occur according to an establishment's rules and regulations concerning satiety, internal security, and fire protection is not grounds fordenial or restriction of entry to any part of the Page 29 TPDES General Permit TX [50000 facility or site, but merely describes the commission's duty to observe appropriate rules and regulations during an inspection. 5. The discharger issubjecttoadministrative, civil. and criminal penalties, as applicable, under Texas Water Code §§ 26.136, 26.212, and 26.213 for violations including but not limited to the following: a. negligently or knowingly violating CWA, §§ 301, 302, 306, 307, 308, 318, or 405, or any condition or limitation implementing any sections in a permit issued under CWA, § 402, or any requirement imposed in a pretreatment program approved under CWA, §§ 402(a)(3) or402(b)(8); b. knowingly making any false statement, representation, or certification in any record or other document submitted or required to be maintained under a permit, including monitoring reports or reports of compliance or noncompliance. 6. All reports and other information requested by the executive director must be signed by the person and in the manner required by 30 TAC § 305.128 (relating to Signatories to Reports). 7. Authorization under this general permit does not convey property or water rights of any sort and does not grant any exclusive privilege. Part VI I. Fees Section A. Application Fees An application fee of $100 must be submitted with each NOl for coverage of a large construction activity. A fee is not required for submission of an NOT or NOC letter. Section B. Water Quality Fees Large construction activities authorized underthis general permit must pay an annual Water Quality Fee of $100 under Texas Water Code 26.0291 and according to TAC Chapter 205 (relating to General Permits for Waste Discharges). Page 30 Start Date - End Date Dec. 15 - Feb. 14 Archer Bay for Brown Callahan Childress Coke Coleman Concho Cottle Dimmit Eastland Edwards Fisher Foard Hardeman Haskell Irion Jones Kerr Kimble King Kinney Knox Mason Maverick McCulloch Menard Nolan Real Runnels Schleicher Shackelford Stephens Stonewall Sutton Taylor Throckmorton Tom Green Uvalde Wichita W i 1 barger Young Zavala Appendix A. Periods of Low Erosion Potential by County Start Date - End Date Nov. 15 - Apr. 30 Andrews Armstrong Borden Brewster Briscoe Carson Castro Crane Crosby Dawson Deaf Smith Ector Floyd Gaines Garza Glasscock Hale Hansford Hartley Howard H utChiuSUIi Lubbock Lynn Martin Midland Mitchell Moore Oldham Pecos Potter Randall Reagan Scurry Sherman Sterling Swisher Terrell Terry Upton Start Date - End Date Feb. 1 - Mar. 30 Hall Start Date - End Date Nov. 15 - Jan. 14 or Feb. 1 - Mar. 30 Crockett Dickens Kent Motley Val Verde Start Date - End Date Nov. 1- Apr. 14 or Nov. 15 - Apr. 30 Dal lam Hockley Lamb Parmer Ward Start Date - End Date Nov. 1 - Apr. 30 or Nov. 15 - May. 14 Bailey Cochran Jeff Davis Loving P csidio Reeves Winkler Yoakum Start Date - End Date Nov. 1- May. 14- Culberson Hudspeth Start Date - End Date Jan. 1- Jul. 14 or May. 15 - Jul. 31 or Jun. 1 - Aug. 14 or Jun. 15 - Sept. 14 or Jul. 1 - Oct. 14 or Jul. 15 - Oct. 31 or Aug. 1- Apr. 30 or Aug. 15 - May. 14 or Sept. 1 - May. 30 or Oct. 1 - Jun, 14 or Nov. 1 - Jun. 30 or Nov. 15 - Jul. 14 E I Paso Start Date - End Date Jan. 1 - Mar. 30 or Dec. I - Feb. 28 Collingsworth Wheeler Donley G ray Hemphill Lipscomb Ochiltree Roberts Page 31 Attachment I TPDES General Permit TXR 150000 CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.D.I. of the TCEQ General Permit Number TXR 150000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: Contact Name and Phone Number: Project Description: Mcal address or description of the site's on, estimated start date and projected end or date that disturbed soils will be ized) For Construction Sites Authorized Under Part I1.13.1. the following certification must be completed: of law that 1 have read and understand the eligibil(Typed or ity requirements fonted Narne r claim claiming an authorization by waiver er under Part II.D.1. of TPDES General Permit TXR 150000 and agree to comply with the terms of this permit. Construction activities at this site shall occur within a time period listed in Appendix A of the TPDES general permit for this county, that period beginning on and ending on . I understand that if construction activities continue past this period, all storm water runoff must be authorized under a separate provision of this general permit. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of tine and imprisonment for knowing violations. Signature and Title Date Page 32 Attachment 2 TPDES General Permit TXR150000 CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.D.2. of the TCEQ General Permit Number TXR 150000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: www.tnrcc.state.tx.Lls/Dermitting/wateroerm/wwt)erm/tt)destorm Contact Name and Phone Number: Project Description: (Physical address or description of the site's ocation, estimated start date and projected end ate, or date that disturbed soils will be tabilized) Location of Storm Water Pollution Prevention Plan: For Construction Sites Authorized Under Part II.D.2. f0btainine Authorization to Dischame) the followina certification must be completed: I (Typed or Printed Name Person Completing -Mis Ce rtifiwation) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.D.2. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and implemented according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties forproviding false information or forconducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Page 33 CONCRETE BATCH FAC#WTIES PERMITTEE NAMEIADDRESS luck d® Facaay kameAo ,_ it C+ff_t) NAME ADDRESS FACILITY LOCATION suspended MEASUREMENT Solids SAMPLE I ...•.- REOUIREMENT - OJ & Grease SAMPLE .._ .. MEASUREMENT •�•••�• SAMPLE REQUIREMENT PH SAMPLE ,.,.,•. MEASUREMENT SAMPLE SAMPLE VEASUREMENI SAMPLE REQUIREMENT Allaehnient 3 TPDES General Permit TXR 1500()0 ST{V( TXRIS / {'a NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM DISCHARGE MONITORING REPORT DMR uVderl( underlined sr ace iour n the U number in the ( � P Upper right hand 2-16 17-19 corner Of this page. Example. STWITXRIB p0123/ CO Mail to: TCEQ (MC 212) MONITORING PERIOD P.O. Box 13087 Austin, TX 78711-3987 YEAR M_M R M AY 01 12 31 MAXIMUM UNIT MINIMUM AVERAGE MAXFMUM UNITS rvu. OF ANALYSIS {62.83) (6468) SAMPLE TYPE ....... ....... ..•.... ...•.,. (6&70) ....... nign - .. Daily Max 1/Yaar _. Grab ....... ....•.. ....... ....... ....... ....... mgll iS �Y tNaz. f/Year Grp ,,,,.,, : ...•�. ........ ..«,.. S.U. a.0-9.1) 1JYew Grob �wx.,�..csr-,�...•m.�v..-w.�n-oc�.a,:.a;v.:.w-,ns EXECUTIVE TYPED OR PRINTED OFFICER OR AUTHORIZED AREA NUMBER YEAR MO DAY AGENT COPE COMMENTS AND EXPLANATION OF ANY VIOLATIONS (Reference all attachments hare) EPA Farm 3320-1 (3.99) ;REPLACES EPA FORM T-40 WHICH MAY NOT BE USED} Form ApR(py9Q OMB No. 2YF4U-OW PAGE; OF Page 34 TPDES Storm Water Pollution Prevention Plan June,2006 APPENDIX II NOTICE OF INTENT/TERMINATION PARKHIL , SMITH & COOPER, INC. 0/448006 Notice of Intent (NOI) for Storm Water TCEQ Only M Discharges Associated with Construction TPDE Per it NUse mbe TPDES Permit Number: TXR15;_,-„ Activity under the TPDES Genera! Permit GIN Number: �Er Fee Receipt No. TCEQ IMPORTANT: -Use the attached INSTRUCTIONS when completing this form. -After completing this form, use the attached CUSTOMER CHECKLIST to make certain all items are complete and accurate. •Missing. illegible, or inaccurate items may delay final acknowledgment or coverage under the general permit. [Application Fee: You must submit the S 100 NOI Application Fee to TCEQ under separate cover (see instructions) using the attached Appl ication Fee ubmittal form. (DO NOT SEND A COPY OF THE NOI WITH THE APPLICATION FEE SUBMITTAL FORM) Tell us how you paid for this fee: CheckiM oney Order No.: dame Printed on Check: A. OPERATOR 1. TCEQ Issued Customer Number (CN)(if availablex 2. Legal Name (spelled exactly as filed with the Texas Secretary of State, County, or legal document that was used in forming the entity): 3. Mailing Address: Suite No./Bldg.No.: Z I r Celt: 4. Phone No.: ( ) - Extension: E-mail Address: b. Type of Operator: ❑ Individual ❑ Sole Proprietorship-D.B.A. ❑ Partnership 0 Corporation © Federal Government © State Government ❑ County Government E3City Government ❑Other: 7. Independent Operator: ❑ Yes ❑ No (if governmental entity or a subsidiary or part of a larger corporation, check "NO") S. Number of Employees: 0 0-20; ❑ 21400; © 101-250, Q 2S 1-500, or 13501 or higher 9. Business Tax and Filing Numbers (not applicable to lnrlivid1,a1.% Govemnem, Genenal Partnerships, and Sole Proprietorship-D.B.A): State Franchise Tax ID Number: Federal Tax ID; TX SOS Charter (filing) Number, DUNS Number: (If known) B. BILLING ADDRESS (The Operator is responsible for paying the annual fee.) ❑ Same As Operator (check if address is the same, then proceed with Section C.) L Billing Mailing Address: City: 2. Billing Contact (Attn or GO): State: 3. CountryMailing Information (if outside USA) Territory: Country Code: 4. Phone No.: { ) - Extension: 5. FAX No. E-mail Address: TCEQ-20022 (07 12 ?004) Suite No.rBldg.No.: ZIP Code: Postal Code: Page 1 4 3 C. APPLICATION CONTACT (If TCEQ needs additional information regarding this application, who should be contacted? I. Vance: Title: Company: 2. Phone No.: ( ) - Extension: 3. FAX No. E-mail Address: D. REGULATED ENTITY (RE) INFOR,1IATION ON PROJECT OR SITE I. TCEQ Issued RE Reference Number (RN) (if available): 2. Name of Project or Site: 3. Physical Address of Project or Site: (enter in spaces below) Street Number. Street Nance: City (nearest to the site): ZIP Code (nearest to the site): County (Counties if 4. If no physical address (Street Number & Street Name), provide a written location access description that can be used for locating the site: (Ex.: 2 miles west from intersection of Hwy 290 & IH35 on Hwy 290 South) S. Latitude: N Longitude: W 6. Standard Industrial Classification (SIC) code: 7. Describe the activity related to the need for this authorization at this site (do not repeat the SIC and NAICS code): S. Is the project/site located on Indian Country Lands? [] Yes ©No If Yes, you must obtain authorization through EPA, Region V1. E. SITE MAILING ADDRESS (address for receiving mail at the site) ✓� Same As Operator (check if address is the same, then proceed with Section F.) Nlailing Address: Suite No.IBIdg.No.: City: State: ZIP Code: F. GENERAL CHARACTERISTICS I. Hasa Pollution Prevention Plan been prepared as required in the general permit? ❑ Yes a No If No, coverage may be denied as the PPP is required at the time the NOI is submitted to TCEQ. 2. Pro%ide the estimated area of land disturbed (to the nearest acre): Acres 3. Pro%ide the name of the receiN ing water body (local stream, take, drainage ditch), MS4 Operator (if applicable) and the segment number where storm water runoff will flow from the construction site. MS4 Operator: Receiving Water Body: Segment: FCFQ-20022 107 12 2004) Page 2 of 3 C. CERTIFICATION 7:17ted orptinted name Title (Rcgtrlttxl} certify under penalty of law that this document and all attachments were prepared under my direction or supervision m accordance with a system designed to assure that qualified personnel properly gather and eaaluate the information submitted, Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under30 Texas Administrative Code §305.41 to sign and submit this document,and can provide documentation in proof of such authorization upon request. Signature: Date: Wse 81ue hell rCEQ-20022 (07 12 2004) Page 3 of 3 Did you complete everything? Use this checklist to be sure! Are you ready to mail your form to TCEQ? Go to the General Information Section of the Instructions for mailing addresses. Have )on also mailed your check and Payment Submittal Form to the Cashier's office? Go to the end of this document for the Payment Submittal Form. Customer GP TXR150000 Notice of Intent Checklist This checklist is for use by the operator to ensure a complete application. Missing information may result in denial of coverage under the general permit. (See NO[ Process description in the Instructions) Application Fee was sent to TCEQ's Financial Administration and the check information is listed. OPERATOR INFORMATION - Confirm each item is complete: I ❑ Customer Number issued by TCEQ Central Registry (if you have it) ❑ Legal Name as Fled to do business in Texas (Cali TX SOS 5121463-5555) ❑ Operator Mailing Address is complete & verifiable with LISPS. www.usns.com ❑ Phone Numbers/E-mail ❑ Type of Operator (Entity Type) ❑ Independent Operator ❑ N umber of Employees ❑ For Corporations or Limited Partnerships- Tax and Filing numbers Ell Application Contact - a contact person for TCEQ to call is listed REGULATED ENTITY (RE) INFORMATION - Confirm each item is complete: If ❑ Regulated Entity Reference Number (RN) (if you have it) ❑ Site/Project Name/Regulated Entity ❑ Site/Project(RE) Physical Address Please do not use a rural route or post office box for a site location ❑ Latitude and Longitude http://www.tnrce.state.tK.us/gis/drgview.htmt or www.terraserver.niicrosoft.com/advrnd,aspx. ❑ Standard Industrial Classification (SIC) code http://www.osha.gov/oshstats/sieser.htrnl and business description ❑ Indian Country Lands - your answer was NO ❑ Site Mailing Address (checked same as operator or gave a complete & verifiable with USPS. www.usps.com GENERAL CHARACTERISTICS - Confirm each item is complete: f ❑ Pollution Prevention Plan (PPP) must be "Yes' ❑ Area of Land Disturbed (nearest acre) ❑ MS4 Operator, Receiving Water Body or Segment ❑ CERTIFICATION Signature meets 30 Texas Administrative Code JAC) §305.44 and is original. rCI:Q-2OU22-C'ustoiner Checklist (0712 ?004) Paget of I Notice Ell M ft t ce of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES, General Permit (TXR150000) E General Information and Instructions GENERAL INFORMATION Where to Send the Notice of Intent (NOI): Bx REGULAR V.& MAIL BY OVEIM F1T/ . Ca. PRMS LIAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Storm Water & Pretreatment Team. MC-228 Storm Water & Pretreatment Team, MC-228 P.O. Box 13087 12100 Park 35 Circle Austin, Texas 7871 1-3087 Austin, TX 78753 It is recommended that the NO[ be mailed using a method that documents the date mailed. TCEQ Contact list: Application Processing Questions relating to the status and form requirements: 512/239-3700 & E-mail at " swpermit((%tceq.state.tx.us" Technical Questions relating to the general permit: 512l234- Environmental4671 Law Division: 512/239-0600 4671 Central Records for obtaining copies of forms submitted to TCEQ: 512/239-0900 Information Services for obtaining reports from program data bases(as available): 5121239-DATA (3282) Financial Administration's Cashier's office for receipt ofpayment: 512/239-0357 or 512/2394)187 Notice of Intent Process: When your NOI is received by the program, the form will be processed as follows: 1. Administrative Review: Each item on the form will be reviewed for a complete response. In addition, the operairies legal number must be verified with Texas Secretary of State as valid and active (when applicable). The address on the form must be verified with the US Postal service as an address receiving regular mail delivery (never give an ovemightlexpress mailing address). 2. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a notice of deficiency (NOD) will be mailed to the operator. The operator will have 30 days to respond to the NOD. The response will be reviewed for completeness, and incomplete, 3. Acknowledge Coverage: We will mail an Acknowledgment Certificate to the operator. This certificate acknowledges coverage under the general permit. -o r- Denial of Coverage. If the operabr fails to resportd to the NOD, we may deny coverage under the general permit. If coverage is denied, we will notify the operator. General Permit(Your Permit) Provisional coverage underthe general permit begins two days followingthe datethat the NOI was postmarked. You should have a copy of the general permit when submitting your application. You may view and print the general permit for which you an; seeking coverage on the TCEQ web site www.tc e t General Permit Forms The Notice of Intent and Notice of Termination forms (with instructions) are available in Adobe Acrobat PDF format on the TCEQ web site w w w. tceq.state.tx. us. Change in Operator An authorization under the general permit is not transferable. If the operator of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator must submit a Notice of Intent. The NOT and NOI must be submitted not later than 10 days prior to the change in operator status. IC'EQ-20022-Instructions (07I2.20o4) Page I of 6 Notice of Change A Notice of Change letter must be submitted %%ith supplemental or corrected information within 14 days following the time when the operator becomes aware that it failed to submit any relevant facts or incorrect information in the NOI: or the time when relevant facts in the NO[ change (i.e. addresses, or phone numbers). Notice of Termination A permittee shall terminate coverage under this general permit through the submittal of a NOT when the operator or owner of the facility changes, the discharge becomes authorized underan individual permit, or the use of the property changes and is no longer subject to regulation under this general permit. TCEQ Central Registry Core Data Form The Core Data From has been incorporated into this form. Do not complete and attach a core data form when submitting this application. After final acknowledgment of coverage under the general permit, the program will transfer the core data to the agency Central Registry for assignment of a Customer Number and Regulated Entity Number. You can find this information on our web site atwwzv.tceo.state.tx.us. where youcan query the Central Registry under the regulated entity number, or by your permit number under the search field labeled "Additional ID". Fees are associated with a General Permit The general permit refers to two different fees that apply to operators required to submit a Notice of Intent (NOI). Payment of the fees may be made by check or money order, payable to TCEQ. BY REC VLAR. U.S. MAIL BY OVERNIGIIT/EXPRIM MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division Cashier's Office, MC-214 Cashier's Office, MC-214 P.O. Box 13088 121 M Park 35 Circle Austin, TX 78711-3488 Austin, TX 78753 Applicatioa 4:c: Thi] i� it lit: that is it,tuilckl IV be pwd ill Illl dill, Ilic NO[ ii Atl)JWLi%:d. Ftiilu- to su'vli.li the Pit)11W1it in 0W tl1itCt1W dPVlit:iniUrr i4 lilvLl will cause delays in acknowledging coverage ordenial of cover under the general permit. This payment must be submitted separately using the Payment Submittal Form. If submitting one checkor money order for multiple N01's, list each site name and location exactly as provided on the NO]. .Annual Water Quality Fee: This is a fee that is assessed to operators with an active authorization underthe general permit on September I of each year: Theoperator will receive an invoice for payment of the annual fee in Novemberofeach year. The paymentwill be due 30daysfrom the invoicedate. A 5% penalty will be assessed if the payment is received by TCEQ after the due date. Annual fee assessments cannot be waived as longas the authorization under the general permit is active on September 1. It's important for the operator to submit a Notice of Termination (NOT)when coverage under the general permit is no longer required. A NOT is effective on the postmarked date of mailing the form to TCEQ. It is recommended that the NOT be mailed using a method that documents the date marled, INSTRUCTIONS FOR FILLING OUT THE FORM A. OPERATOR (As defined in the general permit.) 1. TCEQ Issued Customer Number (CN) TCEQ's Central Registry will assign each customer a number that begins with "CN," followed by nine digits. This is not a permit number, registration number, or license number. • If this customer has not been assigned a Customer Reference Number, leave the space for the Customer Reference dumber blank. • If this customer has already been assigned this number, enter the operator's Customer Reference Number in the space provided. 2. Legal dame Provide the legal name of the facility operator, as authorized to do business in Texas. The name must be provided exactly as filed with the Texas Secretary of State (SOS), or on other legal document forming the entity that is filed in the county where doing business. You may contact the SOS at 512/463-5555, for more information related to filing in Texas. If filed in the county where doing business, provide a copy of the legal documents showing the legal name. TCEQ-20022-11rlstructions (07 12 2004) Page 2 Of 6 3. Operator Mailing Address Provide a complete mailing address for this customer to receive mail from the TCEQ. The address must be verifiable with the US Postal Service at n3ny. usps.com. for regular mail delivery (not overnight express mail). Ifyou find that the address is not vcrifiable usingthe LISPS web search, please indicate the address is used by the LISPS for regular mail delivery, If this is a street address, please follow US Postal Service standards. In brief, these standards require this information in this order. # the "house" number —far example, the 1401 in 1441 Main St # if there is a direction before the street name, the one- or two -letter abbreviation of that direction (N, S. E, W, NE, SE, SW, or NW) # the street name (if a numbered street, do not spell out the number —for example, 6th St, not Sixth St) # an appropriate abbreviation of the type of street —for example, St, Ave, Blvd, fwy, Exwy, Hwy, Cr, Ct, Ln # if there is a direction after the street name, the one- or two -letter abbreviation of that direction (N. S, E, W, NE, SE, SW, or NW) # if there is a room number, suite number, or company mail code City, State, and ZIP Code Enter the name of the city, the two -letter USPS abbreviation for the state (for example, TX), and the ZIP Code. (Enter the full ZIP+4 if you know it.) Country Mailing Information If this address is outside the United States, enter the territory name, country code, and any non -ZIP mailing codes or other non-U.S. Postal Service features here. If this address is inside the United States, leave these spaces blank Operator Electronic Communications 4. Phone Number This number should correspond to this customer's mailing address given earlier. Enter the area code and phone number here. Leave "Extension" blank if this customer's phone vstem lacks this feature. 5. Fax Number and E-mail Address This numberand E-mail address should correspond to operator's mailing address given earlier. (Optional Information) 6, Type of Operator Check only one box that identifies the type of entity. Use the descriptions below to identify the appropriate entity type: Individual is a person and has not established a business to do whatever causes them to be regulated by us. Sole Proprietorship— D.B.A. is a business that is owned by only one person and has not been incorporated. This business may: be under the person's name ' have its own name ("doing business as," or d.b.a.) have any numberof employees Partnership is a business that is established as a partnership as defined by the Texas Secretary of State% Office. Corporation meets all of these conditions: ' is a legally incorporated entity under the laws of any state or country is recognized as a corporation by the Texas Secretary of State has proper operating authority to operate in Texas. Federal, state, county, or city government (as appropriate) Other is either an agency ofone of these levels of government or the governmental body itself, tits none of the above descriptions. Enter a short description of the type of customer in the blank provided. 7, Independent Operator Check "No" if this customer is a subsidiary, part of a larger company, or is a governmental entity. Otherwise, check "Yes." & Number of Employees Check one box to show the number of employees for this customer's entire company, at all locations. This is not necessarily the numberof employees at the site named in this NOI. rCLO-20022-Instnrctions (f}7 122(104) Page 3 of 6 9. State Franchise Tax 1D Number Corporations and limited liability companies that operatein Texas are issued a franchise tax identification number. If this customer is a corporation or limited liability company, enter this number here. Federal Tax ID All businesses, except for some small sole proprietors, should have a federal taxpayer identification number (TIN). Enter this number here. Use no prefixes. dashes, or hyphens. Individuals and sole proprietors do not need to provide a federal tax ID. TX SOS Charter (filing) Number Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or filling number. You may obtain further information by calling SOS at 512,463-5555 or www.sos.state.t?t. us DUN S Number Mostbusinesses have a DUN S(Data Universal Numbering System) numberissued by Dun and Bradstreet Corp. If this customer has one, enter it here. B. BILLING ADDRESS An annual fee is assessed to an operator holding an active authorization under the general permit September I of each year. Provide the complete mailing address where the annual fee invoice should be mailed, Verify the address with the USPS ensuring it to bean address fordelivery of regular mail (not overnight express mail). Also, provide a phone number of the office responsible for payment of the invoice. The operator is the responsible billing client for payment of annual fee. C. APPLICATION CONTACT hli —1, t1" 11,11—, till: dli;l rt11C p,.i.x,il 114d0,IL EQ .:d❑ CUiltda i,ll i dditivtwl t1 ltUtliiat.�:, L��,11'�l,ita this J�FkI1:,i�i�11. D. REGULATED ENTITY (RE) INFORMATIO ON PROJECT OR SITE 1. Regulated Entity Reference Number (RN) This is an umber issued by TIC EQ'sCentral Registry to sites regulated by TCEQ (a location where a regulated activity occurs). This is not permit number, registration number, or license number. • If this Regulated Entity has not been assigned a Regulated Entity Number, leave the space for the Regulated Entity Numberblank. • If this customer has already been assigned this number, enter the operator's Regulated Entity Number. 2. Site/Project Name/Regulated Entity Provide the name of the site as known by the public in the area where the site is located. The name you provide on this application will be used in the TCEQ Central Registry as the Regulated Entity. A regulated entity number will be assigned by Central Registry, if this is a new site (not currently regulated by TCEQ). 3. Site/Project (RE) Physical Address Enter the complete address of where the site is located. This address must be validated through US Postal Service oryour local pofice(91 I service) as a valid address. Please confirm this to be a completeand valid address. In some rural areas, new addresses are being assigned to replace rural route addresses. Please do not use a rural route or post office box for a site location. Pro%idethecounty, city and ZIP code of the area where the project'site is located. This is information is required to complete the processing of your form. 4. No Physical Address If a site does not have an actual physical address that includes a street (or house) number and street name, enter NO ,ADDRESS for the street name. Then provide a complete written location access description. Fore ample: "The site is located 2 miles west from intersection of Hwy 290 & I1-135, locate on the southvvest corner of the Hwy 290 South bound lane." For projec Wsites that includes a large project area, describe the project. For example: "State Highway 45 road project between Highway 620 and 1 H 35." T('F-Q-2002--1nstru0ions (07 12 AKM Page 4 of 6 5. Latitude and Longitude Enter the latitude and longitude of the site in either degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to: ht ./ w% w.tnrcc.state.tx us/gi - r�view.h�rtl or w rr eryer.microso#} eomJadvlind.asZx= 6. Stxndard industrial Classification (SIC) code Provide the SIC code that best describes the activity being conducted at the site. Common SIC Codes related to construction activities include: 1521 Construction of Single Family Homes; 1522 Construction of Residential Bidgs. Other than Si ngle Family Homes; 1541 Construction of Industrial Bldgs. and Warehouses; 1542 Construction of Non-residential Bldgs, other than Industrial Bldgs. and Warehouses; 1611 Highway & Street Construction, except Highway Construction; 1622 Bridge, Tunnel, & Elevated Highway Construction, 1623 Water, Sewer, Pipeline & Communications, and Power Line Construction. For help with SIC codes, go to: http:;ewww.osha.govioshstats/sicser,html 7, Description of Activity Regulated Provide a description of the activity being conducted at the site. This must be a description specific to what you are doing that requires this authorization. (Do not repeat the SIC Code) S. Indian Country lands i fyour si to is located on Indian Country Lands, the TCEQ does not have authority to process your application. You must obtain authorization through EPA, Region VI, Dallas. Do not submit this form to TCEQ, E. SITE MAILING ADDRESS Provide a complete mailing address to be used by TCEQ for receiving mail at the site. In most cases, the address is the same as the operator. If so, simply place a check mark in the box. If you provide a different address, please verify the address with LISPS as noted above for the operator address. F. GENERAL CHARACTERISTICS I. Pollution Prevention Plan (PPP) This plan identifies the areas and activities that could produce contaminated runoff at your site and then tells how you will ensure that this contamination is mitigated. Forexample, in describing your mitigation measures, yoursite's plan might identify the devices that collect and filter storm water, tell how those devices are to be maintained, and tell how frequently that maintenance is to be carried out. You must develop this plan in accordance with the TCEQ general permitrequirements. This plan must be developed and implemented before you complete this NOI. This plan must be available fora TCEQ investigator to review on request. 2. Estimated Area of Land Disturbed Provide the approximate number of acres that the construction site will disturb. Construction activities that disturb less than one acres, unless they are Part of a larger common plan that disturbs more than one acne, do not require permit coverage. Construction activities that disturb between one and five acres, unless they are part of a common plan that disturbs more than five acres, do not require submission of an NOL Therefore, the estimated area of land disturbed should not be less than five, unless the project is part of a larger common plan that disturbs five or more acres. If the acreage is less than 1, enter I. "Disturb" means any clearing, grading, excavating, or other similar activities. If you have any questions about this item, please call the storm water technical staff at (512)239-4671. 3. Receiving Water Body The storm water from your site eventually reaches a receiving water body such as a local stream or take, possibly via a drainage ditch. The discharge may initially be into a municipal separate storm sewer system (MS4). If applicable, provide the name of the entity that operates the MS4 where the storm water discharges. An MS4 operator is often a city, town, or utility district, but possibly another form of government. You must provide the name of the water body that receives the discharge from the construction site (a local stream or lake). Storm water maybe discharged directly to a receiving stream or through a MS4. If known, please include the segment number if the discharge is to a classified water body. TCI:QQ0021-111stnuctions (07 12 2004) Page 5 of 6 G. OPERATOR CERTIFICATION The certification must bear an original signature of a person meeting the signatory requirements specified in under 30 Texas Administrative Code (TAC) §305.44, The printed name and title of the person signing the form must be provided. NON forms with stamped or copied signatures w°ill not be processed. IF YOU AREA CORPORATION: The regulation that controls who may sign an ;COI or similar form is 30 Texas Administrative Code §305A4(a)(1) (see below). According to this code provision, any eorporale representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance a ith corporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority. IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(0(3) (see below). According to this cede provision, only a rankingelected official or principal executive officer may sign an NO[ or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it maybe beneficial to consult your city charter, county orcity ordinances, or the Texas statute(s) under which your government entity was formed. An NO) orsimilardocument that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to §305A,t(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOI or similar form, you are certifying that you are either a ranking elected official orprincipal executive officeras required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code fi3t3=.-11. Sig, .turlcs tuAi prcatl (a) All applications shall be signed as follows. (1) For a corporation, the application shall be signed by aresponsible corporateoliicer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge ofa principal business function,or any other person who performs similar policy or decision -making functions forthe corporation, orthe manager o fone or more manufacturing, production, or operating facilities employing more than 250 persons or havinggross annual sales or expenditures exceeding$25 million (in second-quarter 1 930dollars), ifauthority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post -closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officerofthe agency, ora seniorexecutive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA). TCEQ-20022-Instructions (07 12.2004) Page 6 of 6 Texas Commission on Environmental Quality General Permit Payment Submittal Form Use this form to submit your Application Fee. 'Complete items I through 4 below: -Staple your check in the space provided at the bottom of this document, -Do not mail this form with your NOI form. -Do not mail this form to the same address as your NOI. Instead, mail this form and yourcheck to: BY REGULAR U.S. ►NIA 8 OVERNIC T/EXPRESS k L Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division Cashier's Office, MC-214 Cashier's Office, MC-214 P.O. Box 13088 12100 Park 35 Circle Austin, TX 7871 I-3088 Austin, TX 78753 To confirm receipt of payment, call the Cashier's office at 512/239- 0357 or 239-0187. Fee Code: n General Permit: TXR 150000 1. Check / Money Order No: 2. Amount of Check/Money Order: 3. Date of Check or Money Order: 4. Name on Check or Money Order. S. NOI INFORMATION If the check is for more than one NOI, list each Pmject/Site (RE) Name and Physical Address exactly as provided on the NOI. DO NOT SUBMIT A COPY OF THE NOI WITH THIS FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTRIES. ❑ See Attached List of Sites Wmare space is ►reeeled you may attach a list] Project/Site (RE) Name: ProjectlSite (RE) Physical Address: Staple Check In This Space IVFQ-210134 (07 12.2004) Page I of I Notice of Termination (NOT) for Storm TCEQ Office use Only Water Discharges Associated with TPDES Permit Number: TXR15•_•o to -NO Construction Activity under the TPDES GIN Number: •- to to to to `. Construction General Permit (TXR150000) TCEQFor help completing this application, read the TXR150000 NOI Instructions (TCEQ-20023-Instructions). A. TPDES Permit Number: TXR15 S. Construction Site Operator Customer Reference Number: CN Name: Mailing Address: City: State: -- Zip Code: Country Mailing Information (if outside USA) Territory: Country Code: Postal Code: Phone Number: Extension: Fax Number: E-mail Address: C. Project i Site Information Regulated Entity Reference Number: RN Name: Physical Address: Location Access Description: City: County: -- Zip Code. D. Contact - If the TCEQ needs additional information regarding this termination, who should be contacted? N.n i iu: I Titiu. Phone Number: Extension: Fax Number: E-mail Address: E. Certification I certify under penalty of law that authorization under the TPDES Construction General Permit JXR150000) is no longer necessary based on the provisions of the general permit. I understand that by submitting this Notice of Termination, I am no longer authorized to discharge storm water associated with construction activity under the general permit TXR150000, and that discharging pollutants in storm water associated with construction activity to waters of the U.S. is unlawful under the Clean Water Act where the discharge is not authorized by a TPDES permit. I also understand that the submittal of this Notice of Termination does not release an operator from liability for any violations of this permit or the Clean Water Act. Construction Site Operator Representative: Prefix: First: Middle: Last: Suffix: Title: Signature: Date: If you have questions on how to fill out this form or about the storm water program, please contact us at (512) 239-4671. Individuals are entitled to request and review their personal information that the agency gathers on its forms. They may also have any errors in their information corrected. To review such information, contact us at (512) 239-3282. The completed NOT must be mailed to the following address: Texas Commission on Environmental Quality Storrs Water & General Permits Team; MC - 228 P.O. Box 13087 Austin, Texas 78711-3087 "rciLQ - 20023 (02/03) Page I of I Completing the Notice of Termination for Storm Water Discharges Associated with Construction Activity under the TPDES Construction General Permit (TXR150000) Who May Fite a Notice of Termination (NOT) Form Permittees disturbing 5 acres or more (or part of a larger common plan of development or sale disturbing 5 acres or more) who are presently covered under the Texas Pollutant Discharge Elimination System (TPDES) Construction General Permit must submit a Notice of Termination (NOT) when final stabilization has been achieved on all portions of the site that is the responsibility of the permittee; or another permitted operator has assumed control over all areas of the site that have not been finally stabilized and all silt fences and other temporary erosion controls have either been removed, scheduled for removal as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. Final Stabilization occurs when either of the following conditions are met: (a) All soil disturbing activities at the site have been completed and a uniform (e.g, evenly distributed, without large bare areas) perennial vegetative cover YViiil dt;.i.ity or 70;0 of [Ilo nativ,s Uacky,ound vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures, or equivalent permanent stabilization measures (such as the use of riprap, gabions, or goetextiles) have been employed. (b) For individual lots in a residential construction site by either: (1) the homebuilder completing final stabilization as specified in condition (a) above; or (2) the homebuilder establishing temporary stabilization for an individual lot prior to the time of transfer of the ownership of the home to the buyer and after informing the homeowner of the need for, and benefits of, final stabilization. (c) For construction activities on land used for agricultural purposes (e.g. pipelines across crop or range land), final stabilization may be accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used for agricultural activities, such as buffer strips immediately adjacent to a surface water and areas which are not being returned to their preconstruction agricultural use must meet the final stabilization conditions of condition (a) above. A. TPDES Permit Number Provide the TPDES permit number assigned to the operator of the construction site. B. Construction Site Operator Information Customer Reference Number This number designates the operator's status as a TCEQ "customer" —in other words, an individual or business that is involved in an activity that we regulate. We assign each customer a number that begins with "CN," followed by nine digits. This is not a permit number, registration number, or license number. In the remainder of this section, we will use "this customer" to mean the operator for Part 8 of the form. ■ If this customer has not been assigned a Customer Reference Number, leave the space for the Customer Reference Number blank. ■ If this customer has already been assigned this number, enter the operator's Customer Reference Number. IN Do not enter a pennit number, registration number, or license number in place of the Customer Reference Number. Name Enter the legal name of this customer as authorized to do business in Texas. Include any abbreviations (LLC, Inc., etc.). Mailing Address Enter a central and general mailing address for this customer to receive mail from the TCEQ. For example, if this customer is a large company, this address might be the corporate or regional headquarters. On the other hand, for a smaller business, this address could be the same as the site address. if this Is a street address, please follow US postal Service standards. In brief, these standards require this information in this order: ■ the "house" number —for example, the 1401 in 1401 Main St • if there is a direction before the street name, the one- or two -letter abbreviation of that direction (N, S, E, W, NE, SE, SW, or NW) ■ the street name (if a numbered street, do not spell out the number —for example, 6th St, not Sixth St) ■ an appropriate abbreviation of the type of street —for example, St, Ave, Blvd, Fwy, Exwy, Hwy, Cr, Ct, Ln ■ if there is a direction after the street name, the one - or two -letter abbreviation of that direction (N, S, E, W, NE, SE, SW, or NW) ■ if there is a room number, suite number, or company mail code City, State, and ZIP Code Enter the name of the city, the two -letter LISPS abbreviation for the state (for example, TX), and the ZIP Code. (Enter the full ZIP+4 if you know it.) TCEQ-20023-Instructions (09/02) Page 1 of 2 Country Mailing Information If this address is outside the United States, enter the territory name, country code, and any non -ZIP mailing codes or other non—U.S. Postal Service features here. If this address is inside the United States, leave these spaces blank. Phone Number and Extension This number should correspond to this customer's mailing address given earlier. Enter the area code and phone number here. Leave "Extension" blank if this customer's phone system lacks this feature. Fax Number This number should correspond to this customer's mailing address given earlier. Enter the area code and fax number here. E-mail Address As with the mailing address, this should be a general address that is appropriate for e-mail to this customer's central or regional headquarters, if applicable. C. Project / Site Information Regulated Entity Reference Number This number designates this site's status as a TCEQ "regulated entity" --in other words, a location where an activity that we regulate occurs. We assign each regulated entity a number that begins with "RN," followed by nine digits. This is not a permit number, registration number, or license number. • If this site has not been assigned a Regulated Entity Reference Number, leave the space for the Regulated Entity Reference Number blank. • If this site has already been assigned this number, enter the Regulated Entity Reference Number. ■ Do not enter a permit number, registration number, or license number in place of the Regulated Entity Reference Number. Name Enter the name by which you want this site to be known to the TCEQ. Physical Address Enter the physical address of the site itself. TCEQ staff should be able to use this address to find the site. Location Description Enter a physical description of the location of the site based on highway intersections and/or permanent landmarks. City, County, and ZIP Code Enter the name of the city, the county, and the ZIP Code. (Enter the full ZIP+4 if you know it.) D. Contact Give all the relevant information for the person whom TCEQ can contact if there are questions about any of the information on this form —perhaps the same person who completed the form. E. Certification The operator must sign and date this statement to validate this NO[. Be sure to enter the full legal name of the person signing the form and the relevant title --for example, "Operator," "Operator's attorney," or "Senior Site Manager." Use the "Prefix" blank for such titles as Dr., Mr., or Ms., as desired. Use the "Suffix" blank for such designations as Ph.D., Jr., Sr., III, or J.D., if applicable. For a corporation, the application shall be signed by a responsible corporate officer. A responsible corporate officer means a president, secretary, treasurer, or vice- president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. For a municipality, state, federal, or other public age .;y, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this application, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g. regional administrator of the United States Environmental Protection Agency). Questions? If you have questions about any of the information on this form, contact our Storm Water Program at 5121239-4671 or look for "Storm Water" on our Web site: www.tceq.state.tx.us "TCEQ-20023-Instructions (09/02) Page 2 of 2 TPDES Storm Water Pollution Prevention Plan June, 2006 0 APPENDIX III LOW RAINFALL EROSIVITY WAIVER FORM PARKHILL, SMITH & COOPER, INC. 01448006 Low Rainfall Erosivity Waiver for Storm TCEQ office use only s ,, Water Discharges Associated With TPDES Waiver Number: TXRCW-•_ _ _-•NO Construction Activity under the TPDES GIN Number: •�•_-••_•_•� •� •• �.■ Construction General Permit (TXR160000) TCEQFor help completing this application, read the Low Rainfall Erosivity Waiver Instructions (TCEQ-20064-Instructions). A. Construction Site Operator ❑ New ❑ No Change Customer Reference Number: CN Name: Mailing Address: City: State: Zip Code: Country Mailing Information (if outside USA) Territory: Country Code: Postal Code: Phone Number: Extension: Fax Number: E-mail Address: Type of Operator: ❑ Individual ❑ Sole Proprietorship - D.B.A. ❑ Partnership ❑ Corporation © Federal Government ❑ State Government E] County Government ❑ City Government ❑ Other: Independent Operator? []Yes []No Number of Employees: ❑ 0-20 ❑ 21-100 ❑ 101-250 ❑ 251-500 ❑ 501 or higher Federal Tax ID: State Franchise Tax ID Number: DUNS Number. B. Project t Site Information ❑ New ❑ No Change Regulated Entity Reference Number: RN Name: Mailing Address: City: State:,, ,,,Zip Code: Physical Address: City: County: — Zip Code: Location Access Description: Latitude:°_' N Longitude:____`° �" W Degrees (•), Minutes ('), and Seconds {") Latitude: Longitude:— Decimal Form Standard Industrial Classification (SIC) code: Also, describe the construction activity at this site (do not repeat SIC code): Estimated start date: —1 1 Estimated and date: - -,,,,, / Does the construction site, based on its location and time frame for completion, have an R Factor < 5? ❑Yes ❑ No If no, this waiver can not be obtained_ Will the construction site disturb an area greater than or equal to 5 acres, or is the construction site part of a larger common plan of development or sale that would disturb an area greater than or equal to 5 acres? ❑ Yes ❑ No If yes, this waiver can not be obtained. Does this project i site discharge storm water into a municipal separate storm sewer system (MS4)? ❑ Yes ❑ No If yes, provide the name of the MS4 operator: Provide the name or segment number of the water body that receives storm water from this project / site: C. Contact - If the TCEQ needs additional information regarding this waiver, who should be contacted? Name: Title: Phone Number: Extension: Fax Number: E-mail Address: D. Certification I certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization by waiver under the TPDES Genera( Permit TXR150000. Construction activities at this site shall occur within a time period in which the erosivity factor (R Factor) is less than 5. 1 understand that if construction activities continue past the end date provided in this form, anew R factor must be calculated based on the initial start date and a new end date. If the R Factor is greater than or equal to 5, all applicable sections of the general permit (TXR150000) must be followed. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Construction Site Operator: Prefix: First: Middle: Last: Suffix: Title: Signature: Date: If you have questions on how to fill out this form or about the storm water program, please contact us at (512) 239-4671, Individuals are entitled to request and review their personal information that the agency gathers on its forms. They may also have any errors in their information corrected. To review such information, contact us at (512) 239-3282. The completed waiver must be mailed to the following address: Texas Commission on Environmental Quality Storm Water rtt General Permits Team; MC - 228 P.O. Box 13087 Austin, Texas 78711-3087 TCEQ-20064 (05103) Page 1 of 7 TPDES Storm Water Pollution Prevention Plan June, 2006 APPENDIX IV CONSTRUCTION INSPECTION FORM r PARKHILL, SMITH & COOPER, INC. 01448006 SWP3 INSPECTION REPORT Date of Inspection: Name(s) and Qualifications of personnel making the inspection: Summary of the Scope of the inspection: Major Observations Relating to the Implementation of the SWP3: 1