Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2003-R0123 - Contract For The Excavation & Lining Of Cell II - D.E. Rice Construction Co. - 03_27_2003
Resolution No. 2003—RO123 March 27, 2003 Item No. 26 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for the excavation & lining of cell H at the West Texas Regional Disposal Facility, by and between the City of Lubbock and D.E. Rice Construction Company, Inc. of Borger, Texas and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: 77t16 dnv of Marrrh ?nn'I Victor Kilm Purchasing Manager APPROVED AS TO FORM: William de Haas, Contract Manager/Attorney gs/ccdocs/Contract-D.E.Rice ConstructionInc.res March 17, 2003 No Text City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.Lubbock.tx.us e ITB #0 1 5-0-2003/DC, Addendum #1 ADDENDUM # 1 ITB #015-0-2003 / DC EXCAVATION & LINING OF CELL 11 AT THE WEST TEXAS REGIONAL DISPOSAL FACILITY MAILED TO VENDOR: February 11, 2003 CLOSE DATE: February 19, 2003 @ 3:00 PM CST 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. SEE ATTACHED Revised Bid Form Questions and Answers Forms for Filing the Storm Water Pollution Prevention Plan as required by the EPA Addition, Changes and Revisions to SPECIFICATIONS r r i All requests for additional information or clarification must be submitted in writing and directed to: Diana Caudillo, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to dcaudillo@mail.ci.lubbock.tx.us THANK YOU, 1. CITY OF LUBBOCK t, T*)aau to Buyer 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 Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ew, `' 03Addend.doc n, r* 4. ..,; Addendum #1 ITB # 015-03/DC West Texas Region Disposal Facility Excavation and Lining of Cell II '. Date of Issue: February 11, 2003 Please modify the plans and specifications for this project as follows: 1. Replace BID FORM with the revised copy included with this Addendum. 2. Included with this Addendum are the necessary forms for filing the Storm Water Pollution Prevention Plan as required by the EPA. These forms include: ■ Notice of Intent (NOI) form ■ Notice of Termination (NOT) form ■ Instructions 3. Addition to Specifications. The following specifications have been added to the project requirements. A. Section 01025 — "Measurement and Payment" is provided and shall be referenced in the bidding process. B. Section 03300 — "Cast -in -Place Concrete" is provided and shall be referenced for the sump access structure. C. Section 13445 — "Sump Fluid pressure Transducer and Motor" has been added as part of the project requirements. 4. Change to Specifications. The following specifications have been revised as noted below. Note the corrected page is included with this Addendum. A. Strike the wording in Construction Facilities and Temporary Controls Specification, Section 01500, Part I A.C. and replace it with the following, "Water from surface storage pond shall be handled as non -potable water. NOT FOR CONSUMPTION." B. Revise Geosynthetic Clay Liner Specification, Section 02240, Part 2.1.D. to read "Geomembrane supporting the bentonite will be 15-mil, smooth HDPE on flat areas and 30-mil, textured HDPE on side slopes" 5. Response to questions raised during pre -bid meeting held on February 4, 2003. A. Question: Are performance and payment bonds only required for successful bidder? Answer: Yes. Performance and payment bonds are only required from the successful bidder during the contract phase. City of Lubbock !^ West Texas Region Disposal Facility ITB #015-03/DC Addendum # 1 �* 1 B. Question: Does Bid Item 11 for protective cover include quantities for floor and slopes? Answer: The Bid Item for protective cover has been modified and is now divided into separate items for slope and floor. See revised Bid Form included with this Addendum. C. Question: How shall the contractor account for the sump access structure in the bid? J' Answer: A bid item for the sump access structure and related items has been added to the Bid Form. See revised Bid Form included with this Addendum. D. Question: Will the City furnish water for use in construction and will there be a cost for water that is used? Answer: Yes, the City will furnish water at the existing load out station located south of the maintenance building. There is also a small well and pond located north of the office, but the contractor will have to provide their own equipment to fill trucks. Water will be provide at no charge to the contractor, however, the contractor will be encouraged and monitored for proper use of the water. E. Question: Will the contractor be allowed to work on weekends? Answer: Yes, the contractor will be allowed to work as necessary on weekends. F. Question: Will there be inspection costs to the contractor for work done on the weekends? Answer: The only time there would be a charge applied to the contractor for the QCA representative would be if a retest was required on a failed portion of the liner and the retest also failed. Otherwise, normal QCA inspection, no matter what day or time, will be at no charge to the contractor. G. Question: Does tolerance within a tenth (0.01) mean f 10% or f .10 %? Answer: Tolerance within a 1 Oth means f .10 %. (i.e., for a specified elevation, such as 3300.10, the elevation may range from 3300.00 to 3300.20. Floor slope regardless must be at a minimum of 2.00 percent. H. Question: Are boring logs available? Answer: Yes. Boring logs are available and have been included as part of Addendum #1. I. Question: Can excavated material be used as protective cover? Answer: Yes. Excavated material from past projects has proven to be suitable for use as protective cover as long as it meets the requirements for protective cover in the specifications. City of Lubbock West Texas Region Disposal Facility ITB #015-03/DC Addendum #1 2 J. Question: Is the contractor required to put together his own Storm Water Pollution Prevention Plan (SWPPP)? Answer: Yes. The contractor is responsible for preparing and completing the SWPPP, as well as the Notice of Intent (NOI), Notice of Termination (NOT), and maintaining SWPPP measures. A copy of the NOI and NOT forms are included with Addendum # 1. K. Question: What is the alternative to the Geosynthetic Clay Liner (GCL)? u, Answer: There is no alternative to the GCL products specified in Section 02240. L. Question: What type ofspreader is required to place caliche road material? Answer: The reference to the spreader is not intended to infer that a rock spreader box is to be used. Placement of caliche by dump truck and spreading by blade is acceptable. AEI kr . L r OVA City of Lubbock West Texas Region Disposal Facility ITB 4015-03/DC 4 Addendum 41 e� 3 L-J t' D E RICE CONSTRUCTION CO INC BORGER TX BID FORM CITY OF LUBBOCK, TEXAS WEST TEXAS REGION DISPOSAL FACILITY TCEQ MSW PERMIT NO. 2252 CELL 2 CONSTRUCTION February 26 2003 Item Quantity Total Amount No. & Unit Description of Item and Unit Price BASE BID 1. 1,828,800 EXCAVATION C.Y. 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 ponds, but not for miscellaneous excavation relating to structures or utilities at the unit price per cubic yard: Nc) Dollars and seveztY-six o Cents ($ 0.76 ) The total amount for Item 1 consists of: MATERIALS:$ None LABOR: $ 1,389,888.00 2. 890,600 GEOSYNTHETIC CLAY LINER (NON -REINFORCED) S.F. Provide and install a geosynthetic clay liner including all labor, equipment, materials, supplies, etc., for complete installation, including subgrade proof rolling and anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: No Dollars and tAert -nine Cents ($ 0.29 ) The total amount for Item 2 consists of: MATERIALS: $ 213,744.00 LABOR: $ 44,530.00 $ 1,389,888.00 $ 258,274.00 Item Quantity No. & Unit Total Amount Description of item and Unit Price 3. 428,100 GEOSYNTHETIC CLAY LINER (REINFORCED) r" S.F. Provide and install a geosynthetic clay liner including all R. labor, equipment, materials, supplies, etc., for complete installation, including subgrade proof rolling and anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: No Dollars as and Cents ($ 0-47 901.,907-00 The total amount for Item 3 consists of MATERIALS:$ 158,397.00 LABOR: $ 42,810.00 4. 890,600 GEOMEMBRANE LINER (SMOOTH) S.F. Provide and install a 60 mil thick high density polyethylene liner including all labor, equipment, materials, supplies, etc., for complete installation, including cost of anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot No Dollars and tbirtL-cm Cents ($ 0.31 The total amount for Item 4 consists of MATERIALS.$ 187,026.00 LABOR: $ 89,060.00 5. 428,100 GEOMEMBRANE LINER (TEXTURED) S.F. Provide and install a 60 mil thick high density polyethylene liner including all labor, equipment, materials, supplies, etc., for complete installation including cost of anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: No Dollars and fcrty-six Cents ($ 0.46 The total amount for Item 5 consists of: MATERIALS:$ 141,273.00 LABOR: $ 55,653-00 LA—M Item Quantity Total Amount No. & Unit Description of Item and Unit Price 6. 1,331,000 GEOCOMPOSITE DRAINAGE LAYER S.F. Provide and install the geocomposite drainage layer including all labor, equipment and superintendence, including cost of anchor trench construction and compaction of backfill after geocomposite installation �. as shown on the plans at the unit price per square foot: No Dollars 1�1 650 C.Y. 8. 19,100 S.F. and tbjxt --tw0 Cents ($ 0.32 ) The total amount for Item 6 consists of: MATERIALS:$ 346, 060.00 LABOR: $ 79 , 860.00 GRAVEL DRAINAGE MATERIAL Provide and place the gravel drainage material including all labor, equipment, materials, supplies, etc. for excavation required for leachate collection system and complete drainage material installation as shown on the plans at the unit price per cubic yard: thirty-seven Dollars and ninety-fi%e Cents ($ 37.95 ) The total amount for Item 7 consists of: MATERIALS:$ 19,142.50 LABOR: $ 5,525.00 8 OZ. GEOTEXTILE FABRIC Provide and install the geotextile fabric that will encompass gravel drainage material for leachate collection system, including all labor, material, equipment and superintendence as necessary as shown on the plans at the unit price per square foot: _ No Dollars and t iirt Cents $( 0.37 ) The total amount for Item 8 consists of: MATERIALS: $ 2,292.00 LABOR: $ 4,775.00 $ 425,920.00 $ 24,667.50 $ 7,067.00 Item Quantity Total Amount No. & Unit Description of Item and Unit Price 9. 1,715 6-INCH PE PIPING L.F. Provide and install the perforated and any non - perforated polyethylene pipe, bends, tees, etc., including all labor, equipment and superintendence necessary as shown on the plans at the unit price per linear foot: seven Dollars and six y-fixe Cents ($ 7.65 ) $ 13,119.75 The total amount for Item 9 consists of: MATERIALS: $ 6,259.75 LABOR: $ 6,860.00 10 230 12-INCH PE PIPING L.F. Provide and install the heat fused perforated and nonperforated polyethylene pipe, bends, tees, end caps, etc. including all labor, equipment, and superintendence as shown on the plans at the unit price per linear foot: nineteen Dollars and sixty Cents ($ 19.60 ) $ 4,508.00 The total amount for Item 10 consists of: MATERIALS: $ 2,668.00 LABOR: $ 1,840.00 11. 885,500 S.F. PROTECTIVE SOIL COVER (FLOOR) Place all protective soil on top of the liner system from soil cover material that is available on site, including all labor, material, equipment and superintendence as necessary to install the soil as shown on the plans at the unit price per square foot: No Dollars and fourteen Cents ($ 0.14 ) The total amount for Item 11 consists of: MATERIALS:$ None LABOR: $ 3 , 97 1 0 . $ 123,970.00 F Item Quantity Total Amount No. & Unit Description of Item and Unit Price 12. 422,000 PROTECTIVE SOIL -COVER (SLOPE) S.F. Place all protective soil on top of the liner system from ., soil cover material that is available on site, including all .ro labor, material, equipment and superintendence as necessary to install the soil as shown on the plans at the unit price per square foot: No Dollars r and fif tppn Cents ($ 0.15 ) $ 61 100.00 The total amount for Item 12 consists of: MATERIALS:$ None LABOR: $ 63, 300.00 ` 13. 11,000 EMBANKMENT FILL C.Y. Install embankment fills, including all pond embankments, ditch embankments, all labor, +*� equipment, and superintendence necessary as shown ' on the plans and required by the specifications at the " unit price per cubic yard: h one Dollars and No Cents ($ 1.00 ) $ 11,000.00 The total amount for Item 13 consists of: - MATERIALS:$ None r. LABOR: $ 11 .000.00 14. 1 • EROSION CONTROL L.S. Provide all labor, material, equipment, and superintendence as necessary to prepare and implement the Storm Water Pollution Prevention Plan required under National Pollution Discharge Elimination .� System regulations described on the plans and w required by the specifications at the lump sum price:_ thirteen thousand nine hundred twenty-eight Dollars and No Cents ($ 13,928.00 ) $ 13,928.00 M- The total amount for Item 14 consists of. MATERIALS: $ 5,178.00 LABOR: $ 8 750.00 , Item Quantity Total Amount No. & Unit Description of Item and Unit Price 15. 7,820 ASPHALT ROAD S.Y. 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 at the unit price per square yard: thirty-six Dollars and DjUgtL-gj= Cents ($ 36.98 289-183 60 The total amount for Item 15 consists of. MATERIALS:$ 144.591.80 LABOR: $ 144,591-80 16. 9,216 CALICHE ROAD S.Y. 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 at the unit price per square yard: nine Dollars and farts -six Cents ($ 9.46 87,183.36 The total amount for Item 16 consists of MATERIALS:$ 43,591.68 LABOR: $ 43,591.68 17. 1 SITE SIGNAGE L.S. Provide all labor, material, equipment and superintendence as necessary to install all site signs and markers as shown on the plans and required by the specifications a the lump sum price: six hundred Dollars and NO -Cents ($ 600.00 600.00 The total amount for Item 17 consists of. MATERIALS:$ 350.00 LABOR: $ 250.00 Item Quantity Total Amount No. & Unit Description of Item and Unit Price 18. 1 WHEELED SUMP PUMP CONTROL PANEL AND L.S. WIRING Provide all labor, material, equipment and superintendence as necessary to install a wheeled sump pump, including motor, side slope riser, control .� panel and related appurtenances as shown on the plans and required by the specifications a the lump " sum price: ten thousand five blindrp-d ighty-fiveDollars and No Cents ($10 , 585.00 ) $ 10,585.00 The total amount for Item 18 consists of. MATERIALS:$ 9,985.00 �., LABOR: $ 600.00 19. 1 SUMP ACCESS STRUCTURE L.S. Provide all labor, material, equipment and superintendence as necessary to install the sump ' access structure, including bollards, 6-inch HDPE transducer conduit and sensor, and 2-inch return line a with butterfly valve as shown on the plans and required by the specifications a the lump sum price. eight ,. thousand eight hundred seventeen Dollars +. $ 8,817.50 and fifty Cents ($ 8,817.50 ) The total amount for Item 19 consists of: MATERIALS:$ 5,382.50 LABOR: $ 3,435.00 1,285,941.23 1,285,941.23 TOTAL MATERIALS: dollars cents 1$ ) ($ i TOTAL LABOR: dollars cents ($ 2,120, 289.48 2 , (1$0 , 289.48 TOTAL BID (Items 1-19): dollars cents ($ 3 , 406 , 230.71 t 31 6` , 230 • )71 Three million four hundred six thousand two hundred thirty dollars and seventy-one cent Definitions Materials - all materials/products to be installed as a permanent part of the project. '^ Labor - all. labor, equipment, supplies, superintendence, etc. used in the construction process, but not a permanent part of the project. r•+ A* ROM CITY OF LUBBOCK PURCHASING PHONE NO. eO6 767 2275 Mar. 07 2003 05:20PM P4 r r LC 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 Certifted Check. . b. A tabulation of subcontractors, suppffers and other persons and organizations required to • be identified in this bid. 1.: Geom_ er b-mne Liner, p Manufacturer: WE InStaller �Fa7mn Enyirnrmwmi-al T.;nij'q rr���-,gp� _ 2. f3easvnthelic Clay Liner Manufacturer. GM lm taller. Fa1Con itvi rormfental Lininaf Systems 3. Qeote_glem ars' d GeOMMROMM: Manufacturer GSE In"ler Falcon EnyiXjW= aI Linirie Svsi-ams 4 Illchats CoJectbnVOW Manufacturer.- rkrig=lme a Installer n _ Q4 2 C=%0ritC}i.nn.C4EWW-Moy...Iar.,.. i ROM : CITY OF LUBBOCK PURCHASING PHONE NO.-: 806 767 2276 Mar. 07 2003 05:19PM P3 ` LIST OF SUBCONTRACTORS �..., `w Minority Owned' Yes No 2. Allen gutl r constructim., Ing. ❑ $I 4• 0 0 .. 7. 0 ❑ 0 0 s_ a 0 0.C--. &U-1 a :-ROM : CITY OF LUBBOCK PURCHASING PHONE N0. City of Lubbock STATEMENT OF QUALIFICATIONS Excavation & Lining of Cell 11 at the West Texas Regional Disposal Facility ITB NUMBER: 015-03113C Bidders must complete each of the following items in order -to be considered. 1. FIRM NAME: 2. BUSINESS ADDRESS: 3300 S. Cedar (P.O. Box 3344 - 79008-3344) 3. TELEPHONE, WITH AREA CODE: 806/274-7187 FAX, WITH AREA CODE. 806/274--3262 E MAIL ADDRESS: =-1111ams4derice. can INTERNET URL ADDRESS: 4. TYPE OF ORGANIZATION: (CHECK ONE) a. SOLE PROPRIETORSHIP ( } b. PARTNERSHIP ( ) c. CORPORATION (IX) d. JOINT VENTURE ( ) S. LIST 5 MAJOR PROJECTS CONSTRUCTED WITHIN THE PAST FIVE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. Project Description: See Attached. Owner[Enginear: Contact Person: Phone: Date of Completion: Contract Amount: Project Description: Owner/Engineer: .Contact Person: Phone: Date of Completion: _ Contract Amount: . 1 Post -its Fax Note 7671 1p8903► To From j,_-ROM : CITY OF LUBBOCK PURCHASING PHONE NO. 806 767 2276 Mar. 07 2003 05:18PM P2 r Project Description: Owner/Engineer: Contact Person: Phone: Date of Completion: Contract Amount: Project Description: Owner/Engineer: Contact Person: Phone: Date of Completion: Contract Amount. Project Description- Owner/Engineer. Contact Person: Phone: Date of Completion: Contract Amount: SUBMITTED BY: MSignature: Date: 02 /26 /03 Printed Name: mi Will i ; mns _ Title: Se t%,'%LAS Firm Name: D. E. Rice Constructs -on Co., Inc. Tel #: 806127.4-7187 Address: P.O. Box 3344 Borger State:_ Zip: 79008 a PRIVACY NOTIFICATION . M 3 The principal purpose for requesting the information on this form is for use in the selection process for contractors commissioned by the City of Lubbock. Furnishing all information requested on this form is mandatory. Failure to provide such information will delay or may even . prevent completion of the action for which the form is being Filled out. Information on this form will be used by the City of Lubbock and its Management Team in the consideration of award of contract. if you consider any portion of your SOO to be privileged or confidential by statute or judicial decision, including trade mj; secrets and commercial or financial information, clearly identify those portions. 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. SOO 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 SOO 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 r competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 262,049 of the Local Government Code, then such information will be made available to the requester. Marking your entire SOO CON FiDENTiALIPROPRIETARY is not in conformance with the Tex&§ Open Records Act. IC 806 806 - 214-7187 FAX: 806 - D.E. RICE CONSTRUCTION COMPANY, INC. REFERENCES Phillips Petroleum Company (Retired 1/99) .. (806)273-9877 Mr. Gordon Pearce Heavy Eartlunoving, Piping, Concrete and Electrical Also Valve Remanufacturing Projects included excavation for North Holding tanks - in excess of 800,000 cy.; excavation requited for Stagg and OHlest tanks - in excess of 350,000 e.y. each, construction of hazaWgus waste noncls (including HDPE liners), various bentonite clay liners / caps and HDPE liner installations. Camp Dresser & McKee, Inc- (505)243-3200 Mr. Jaines R Doyle Clovis Regional Solid Waste facility - Phase I - approximately 213,000 ay of excavation'and installation of GCL, 60 mil HDPE, leachate collection system, geogrid, geotextile fabric, gravel base course, and PMBP surfacing. City of Lubbock, Texas Heavy Earthmoving (new landfill) Mr_ Holly Holder,P.E., Parkhill, Smith & Cooper (806)473-2200 City of Lubbock. West Texas Region Disposal Facility - Phase I Construction - 3,126,600 c.y. of excavation, 230,030 c.y, embankment fill, 372,282 c.y. landscape berms, installation of GCI., 60 mil smooth and textured HDPE_ gc=mposite, Ieachate collection system; irrigation System, protective soil cover. scalic house and gatehouse boildings, concrete roads and surfaces, asphalt road and parldug area, Wca�er gZOM. � &AQnf&ine arims" and truck scales. kf1J)OV /-V�»V Mr. Tom Parker, P.E. Heavy Earthmoving (new landfill) Lea County Landfill Phase I Excav2lt10A - 302,0000 c_y. of excavation, "caliche road construction, subgrade preparation for HDPE Iiner installation, anchor trench excavation. Seaboard Farms of Oklahoma Mr. Rick Martinez ' Heavy Earthmoving (580)338-4755 Construction of Various Swine Confinement Facilities - ToW yardage during construction period exceeding 7,879,533 c.y.. Utility Engineering, Inc. (806)359-2563 Mr. Brian Swartwood Heavy Earthmoving, Piping, Concrete, Electrical, And HDPE Liner Installation L4 EPA FORMS P" THIS FORM REPLACES PREVIOUS FORM 3510-6 (8-98) Form Approved. OMB No.2040-0188 See Reverse for Instructions United States Environmental Protection Agency NPDES Washington, DC 20460 FORM `�, E PA Notice of Intent (N01) for Storm Water Discharges Associated with CONSTRUCTION ACTIVITY Under a NPDES General Permit Submission of this Notice of Intent constitutes notice that the party identified in Section i of this form intends to be authorized by a NPDES permit issued for storm water discharges associated with construction activity in the State/Indian Country Land identified in Section 11 of this form. Submission of this Notice of Intent also constitutes notice that the party identified in Section I of this form meets the eligibility requirements in Part I.B. of the general permit (including those related to protection of endangered species determined through the procedures in Addendum A of the general permit), understands that continued authorization to discharge is contingent on maintaining permit eligibility, and that implementation of the Storm Water Pollution Prevention Plan required under Part IV of the general permit will begin at the time the permittee commences work on the construction project identified in Secion 11 below. IN ORDER TO OBTAIN AUTHORIZATION, ALL INFORMATION REQUESTED MUST BE INCLUDED ON THIS FORM. SEE INSTRUCTIONS ON BACK OF FORM. .., � • ::'.. +rho :� kt 1. Owner/Operator (Applicant) Information Name: I I I I i l l l l! 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 I I l Phone: I I( I I I I 1 1 Status of Address I ( I I I I I I I I I I I I I I I 1 I I I I I I I 1 1 1 1 1 1 Owner/Operator: ❑ City: ( 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State: L LJ Zip Code: I I I I I 1 —1 1 1 1 H. Project/Site Information Is the facility located on Indian Country Lands? Project Name: I I I I I I I I I 11 1 1 1 I I I I I I I! l l I I I ( Yes ❑ No ❑ Project Address/Location: City: f l I I I I I I 11 I I I I I I I I I I I I I I State: LLJ Zip Code: Latitude: I I I I I I J Longitude: I I I I I I -i-J County: L I I I_ I I I I I I 11 1 1{ I I I I Has the Storm Water Pollution Prevention Plan (SWPPP) been prepared? Yes ❑ No ❑ Optional: Address of location of SWPPP for viewing ❑ Address in Section I above ❑ Address in Section II above ❑ Other address (if known) below: SWPPP Phone: Address: I I I I L I I I I I I I I I I I I I I I I I I I I I I! I I I I I I I I I I! City: I I 1 1 1 1 I I 1 1 1 1 1 1 1 1 1! I 1 1 State: W Zip Code: I I I I Name of Receiving Water: I I I I I I I I I I I I Based on instruction provided in Addendum A of the permit, are Month Day Year Month Day Year there an fisted endangered or threatened y g species, or designated Estimated Construction Start Date Estimated Completion Date critical habitat in the project area? Estimate of area to be disturbed (to nearest acre): I I I I I I Yes ❑ No ❑ Estimate of Likelihood of Discharge (choose only one): 1 have satisfied permit eligibility with regard to protection of endangered species through the indicated section of Part I.B.3.e.(2) 1, ❑ Unlikely 3. ❑ Once per week 5. ❑ Continual of the permit (check one or more boxes): 2. ❑ Once per month 4. ❑ Once per day (a) ❑ (b) ❑ (c) ❑ (d) ❑ III. Certification I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage this 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 that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Print Name: 1 1 1 1 1_ l 1 1 I I i I I I 1 I 1 I I 1 1 1 1! 1 1 1 1 1 11 Date: I I I I I I Signature: —, __-----�— -- — ------------- — EPA Form 3510-9 replaced 3510-6 (8-98) Instructions — EPA Form 3510-9 Form Approved. OMB No. 2040-0188 111h 400 EPA Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity to be Covered Under a NPDES Permit Who Must File a Notice of intent Form Convert decimal latitude 45.1234567 to degrees, minutes, and seconds Under the provisions of the Clean Water Act, as amended, (33 U.S.C. 1251 et.seq.; the Act), except as provided by Part I.B.3 the permit, Federal law prohibits discharges of pollutants in storm water from construction activities without a National Pollutant Discharge Elimination System Permit. Operator(s) of construction sites where 5 or more acres are disturbed, smaller sites that are part of a larger common plan of development or sale where there is a cumulative disturbance of at least 5 acres, or any site designated by the Director, must submit an NOI to obtain coverage under an NPDES Storm Water Construction General Permit. If you have questions about whether you need a permit under the NPDES Storm Water program, or if you need information as to whether a particular program is administered by EPA or a State agency, write to or telephone the Notice of Intent Processing Center at (301) 495-4145. Where to File NOI Form NOls must be sent to the following address: Storm Water Notice of Intent (4203M) USEPA 1201 Constitution Avenue, NW Washington, D.C. 20460 Do not send Storm Water Pollution Prevention Plans (SWPPPs) to the above address. For overnight/express delivery of NOls, please call (202) 564-9537. When to File This form must be filed at least 48 hours before construction begins Completing the Form OBTAIN AND READ A COPY OF THE APPROPRIATE EPA STORM WATER CONSTRUCTION GENERAL PERMIT FOR YOUR AREA. To complete this form, type or print, using uppercase letters, in the appropriate areas only. Please place each character between the marks (abbreviate if necessary to stay within the number of characters allowed for each item). Use one space for breaks between words, but not for punctuation marks unless they are needed to clarify your response. If you have any questions on this forth, call the Notice of Intent Processing Center at (301) 495-4145. Section 1. Facility Owner/Operator (Applicant) Information Provide the legal name, mailing address, and telephone number of the person, firm, public organization, or any other entity that meet either of the following two criteria: (1) they have operational control over construction plans and specifications, including the ability to make modifications to those plans and specifications; or (2) they have the day -today operational control of those activities at the project necessary to ensure compliance with SWPPP requirements or other permit conditions. Each person that meets either of these criteria must file this form. Do not use a colloquial name. Correspon- dence for the permit will be sent to this address. Enter the appropriate letter to indicate the legal status of the owner/operator of the project: F = Federal; S = State; M = Public (other than federal or state); P = Private. Section II. Project/Site Information Enter the official or legal name and complete street address, including city, county, state, zip code, and phone number of the project or site. If it lacks a street address, indicate with a general statement the location of the site (e.g., Intersection of State Highways 61 and 34). Complete site information must be provided for permit coverage to be granted. The applicant must also provide the latitude and longitude of the facility in degrees, minutes, and seconds to the nearest 15 seconds. The latitude and longitude of your facility can be located on USGS quadrangle maps. Quadrangle maps can be obtained by calling 1-800 USA MAPS. Longitude and latitude may also be obtained at the Census Bureau Internet site: http://www.census.gov/cgi-bin/gazetteer. Latitude and longitude fora facility in decimal form must be converted to degrees, minutes and seconds for proper entry on the NOI form. To convert decimal latitude or longitude to degrees, minutes, and seconds, follow the steps in the following example. 1) The numbers to the left of the decimal point are degrees. 2) To obtain minutes, multiply the first four numbers to the right of the decimal point by 0.006. 1234 x .006 = 7.404. 3) The numbers to the left of the decimal point in the result obtained in step 2 are the minutes: 7'. 4) To obtain seconds, multiply the remaining three numbers to the right of the decimal from the result in step 2 by 0.06: 404 x 0.06 = 24.24. Since the numbers to the right of the decimal point are not used, the result is 24'. 5) The conversion for 45.1234 = 45° 7' 24'. Indicate whether the project is on Indian Country Lands. Indicate if the Storm Water Pollution Prevention Plan (SWPPP) has been developed. Refer to Part N of the general permit for information on SWPPPs. To be eligible for coverage, a SWPPP must have been prepared. Optional: Provide the address and phone number where the SWPPP can be viewed if different from addresses previously given. Check appropriate box. Enter the name of the closest water body which receives the project's construction storm water discharge. Enter the estimated construction start and completion dates using four digits for the year (i.e. 05/27/1998). Enter the estimated area to be disturbed including but not limited to: grubbing, excavation, grading, and utillties and infrastructure installation. Indicate to the nearest acre; if less than 1 acre, enter'1 ' Note: 1 acre = 43,560 sq. ft. Indicate your best estimate of the likelihood of storm water discharges from the project. EPA recognizes that actual discharges may differ from this estimate due to unforeseen or chance circumstances. Indicate if there are any listed endangered or threatened species, or designated critical habitat in the project area. Indicate which Part of the permit that the applicant is eligible with regard to protection of endangered or threatened species, or designated critical habitat. Section III. Certification Federal Statutes provide for severe penalties for submitting false information on this application form. Federal regulations require this application to be signed as follows: For a corporation: by a responsible corporate officer, which means: (i) 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, or (ii) 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; For a partnership or sole proprietorship: by a general partner of the proprietor, or For a municipality, state, federal, or other public facility: by either a principal executive or ranking elected official. An unsigned or undated NOI form will not be granted permit coverage. Paperwork Reduction Act Notice Public reporting burden for this application is estimated to average 3.7 hours. This estimate includes time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it displays a currently valid OMB control number. Send comments regarding the burden estimate, any other aspect of the collection of information, or suggestions for improving this form, including any suggestions which may increase or reduce this burden to: Director, OPPE Regulatory Information Division (2137), U.S. Environmental Protection Agency, 1200 Pennsylvania Avenue, NW, Washington, D.C. 20460. Include the OMB control number on any correspondence. Do not send the completed form to this address. 00% THIS FORM REPLACES PREVIOUS FORM 3510.7 (8-52) Fonn Approved, ous wa so4oass Please See Instructions Before Complellng This Form Approval meat "l-ft A United States Eradronmental Protection Agency NPDES Washington, DC 2WW FORM PANotice of Termination (NOT) of Coverage Under a NPDES General Permit for Storm Water Discharges Associated with Industrial Activity Submission of this Notice of Termination constitutes notice that the party identified in Section II of this form Is no longer aWhodzed to discharge storm water ALL NECESSARY INFORMATION PROVIDED associated with industrial activity under the NPDES program. MUST BE ON THIS FORM. I. Permit Information NPDES Storm Water ( Check Here H You are No Longer Check Here if the Storm Water ❑ 1 ' ' ' ' the Operator Facltity: General Permit Number. of the Discharge is Being Terminated: II. Facility Operator Informakm Name: I i I 1 1 I I 1 m 1 t 1 1 t 1 I 1 i m m 1 _ m 1 { 1 I I i 1 1 I Phone: 1 1 1 I 1 1 1 1 1 1 1 Address: I 1 L i ' y' l 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I City I , i ,, ,_ , y i l, 1 1 t, 1 J State: W ZIP Code: Ill. FaciYty/Site Location Infarrnatlon Narrta• Address W. I , 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 , 1 State: W ZIP Code: 1 1 I 1 1 1-, , I 1 1 Latitude: I I I I —I I Longitude:I I i 1 I i I Quarter I I Sectlon II Township: , , '- RarW I I I I IV. Certification: I car* under penalty of law that all storm water discharges associated with industrial activity from the identified facility that are facility authorized by a NPDES general permit have been eliminated or that I am no longer the operator of the or construction site. I understand that by submitting this Notice of Terrnination, I am no longer authorized to discharge storm water associated with industrial activity under this general permit, and that discharging pollutants in storm water associated with industrial activity to waters of the United States Is unlawful under the Clean Water Act where the discharge is not authorized by a NPDES Dermal 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 Mean Water Act i Print Name I— 1 i 1 1 1 L 1 1 1 1 _r 1 1 �_�a j 1 J�_.I j f l Date: Signature: Instructions for Completing Notice of Termination (NOT) Form Who lay Fite a Notice of Tormlrtwtlon (NOT) Form Wham to Fora NOT Form Per fneee who are presently covered under an EPA -issued National Pollutant Send this form to the the following address: Dlscharge E7kninatlon System (NPDES) General Permit QrnkxkQ the 1995 Multi -Sector Permit) for Storm Water Didlarges Associated with industrial Activity Storm Water Notice of Termination (4203) may submit a Notice of Termination (NOT) form when their facilities no longer 401 M Street, S.W. have any storm water discharges associated with industrial adivity as defined in Washington. DC 20480 tiro worm water regulations at 40 CFR 122.26(b)(14), or when they are no longer the operator of thefaclWiae t.ompleting the Form For construction activities, elimination of all storm water disMarges associated with Industrial activity occurs when disturbed soils at the construction site have Type or print using upper-case letters, in the appropriate areas only. Please been Maly stabilized and temporary erosion and sediment control measures place each character between the marks. Abbreviate tl necessary to stay within have been removed or will be removed at an appropriate tine, or that all storm the number of characters allowed for each Item. Use only one space for breaks water discharges associated with industrial activity i= time eonstn Son site that between words, but not for punctuation marks unless they are needed to clarify are authorized by a NPDES general permit have otherwise been eliminated Final your response. if you have any questions about this form, telephone or write the stablhadon means that all solltfuturbing activities at the site have been Notice of Intent Processing Center at (703) 931.VM. completed, and that a uniform perennial vegetative cover with a density of 70% of the cover for unpaved areas and areas not covered by permanent structures has been established, or equivalent permanent stadtizatfon measures (such as the use of riprap, gabions, or geotextiles) have been employed. C^ EPA Form 3510-7 (8-96) Instructions - EPA Form 3510-7 Notice of Termination (NOT) of Coverage Under The NPDES General Permit for Storm Water Discharges Associated With Industrial Activity Section I Permit information Enter the existing NPDES Storm Water General Permit number assigned to the facility or site identified in Section III. If you do not know the permit number. telephone or write your EPA Regional stone water contact person. Indicate your reason for submitting this Notice of Termination by checking the appropriate box: If there has been a change of operator and you are no longer the operator of the facility or site identified in Section III, check the corresponding box. If all storm water discharges at the facility or site identified in Section III have been terminated, check the corresponding box. Section II Facility Operator Information Give the legal name of the person, fine, public organization, or any other entity that operates the facility or site described in this application. The name of the operator may or may not be the same name as the facility. The operator of the facility is the legal entity which controls the facility's operation, rather than the plant or site manager. Do not use a colloquial name. Enter the complete address and telephone number of the operator. Section III FacilitylSlte Location Information Enter the facility's or site's official or legal name and complete address, including city, state and ZIP code. if the facility lacks a street address, indicate the state, the latitude and longitude of the facility to the nearest 15 seconds, or the quarter, section, township, and range (to the nearest quarter section) of the approximate center of the site. Section IV Certification Federal statutes provide for severe penalties for submitting false information on this application form. Federal regulations require this application to be signed as follows: For a corporation: by a responsible corporate officer, which means: (1) 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, or (ii) 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; Fora partnership or sole proprietorship: by a general partner or the proprietor, or For a municipality, State, Federal, or other public facility: by either a principal executive officer or ranking elected official. Paperwork Reduction Act Notice Public reporting burden for this application is estimated to average 0.5 hours per application, including time for reviewing Instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate, any other aspect of the collection of information, or suggestions for improving this form, including any suggestions which may increase or reduce this burden to: Chief, Information Policy Branch, 2136, U.S. Environmental Protection Agency, 401 M Street, SW, Washington, DC 20460, or Director, Office of Information and Regulatory Affairs, Office of Management and Budget, Washington, DC 20503. fm L , V,4 ADDITION TO SPECIFICATIONS 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 a ' for in the specifications and for which no separate payment is made shall be included in the bid prices on the various items. 1.1 EXCAVATION Payment will be made for supplies, etc., necessary to excavate areas as shown on the plans. Work includes excavation for the landfill cell and ponds, but not for miscellaneous excavation relating to structure or utilities. Payment will be made for total excavation on a per cubic yard basis of excavation. 1.2 GEOSYNTHETIC CLAY LINER (NON -REINFORCED) Payment will be made for providing and installing a non -reinforced geosynthetic clay liner including Fe all labor, equipment, materials, supplies, etc., for complete installation. Price should include cost of subgrade proof rolling, and/or trench construction, and compaction of backfill in anchor trench. Payment will be made for the actual measured square footage of the non -reinforced liner installed and aw e in place. 1.3 GEOSYNTHETIC CLAY LINER (REINFORCED) Payment will be made for providing and installing a reinforced geosynthetic clay liner (or textured for w geomembrane backed GCL) including all labor, equipment, materials, supplies, etc., for complete k `f installation. Price should include cost of subgrade proof rolling and anchor trench construction and compaction of backfill in anchor trench after liner installation. Payment will be made for the actual e. measured square footage of liner installed in place up to the front edge of the anchor trench. 1.4 SMOOTH GEOMEMBRANE LINER Payment will be made for providing and installing a 60 mil thick, high density polyethylene liner including plastic for cutoff wall, sacrificial membrane, all labor, equipment, materials, supplies, etc., for complete installation. Price should include cost of anchor trench construction and compaction of backfill in anchor trench after liner installation. Payment will be made for the actual measured square footage of the liner installed and in place up to the front edge of the anchor trench. No additional pay quantity will be made for the sacrificial membrane. r. 1.5 TEXTURED GEOMEMBRANE LINER Payment will be made for providing and installing a 60 mil thick, high density polyethylene liner Or - including plastic for cutoff wall, sacrificial membrane, all labor, equipment, materials, supplies, etc., for complete installation. Price should include cost of anchor trench construction and compaction of 01258202 MEASUREMENT AND PAYMENT 01025 - 1 02/03 — Addendum 1 rw w .a backfill in anchor trench after liner installation. Payment will be made for the actual measured square footage of the liner installed and in place up to the front edge of the anchor trench. No additional pay quantity will be made for the sacrificial membrane. 1.6 GEOCOMPOSITE DRAINAGE LAYER Payment will be made for providing and installing the geocomposite drainage layer including all labor, equipment and superintendence. Price should include cost of anchor trench construction and compaction of backfill after geocomposite installation. Payment will be made for actual measured square footage of the drainage layer installed and in place up to the front edge of the anchor trench. 1.7 GRAVEL DRAINAGE MATERIAL Payment will be made for providing and installing gravel drainage material as specified including all labor, equipment, materials, supplies, etc., for complete installation. Payment will be made for actual cubic yardage of gravel drainage material installed and in place according to the plans and specifications. 1.8 GEOTEXTILE FABRIC Payment will be made for providing and installing geotextile fabric (min. 8 oz) as shown on the plans including all labor, equipment, materials, supplies, etc., for complete installation. Payment will be made for the actual square footage of geotextile fabric installed and in place according to the plans and specifications. 1.9 6-INCH PE PIPING Payment will be made for providing and installing the perforated and any non -perforated polyethylene pipe, bends, tees, etc., including trench excavation up the side slope for the riser section including labor, equipment, and superintendence. Payment will be made for actual measured linear feet of the pipe. 1.10 12-INCH PE PIPING Payment will be made for providing and installing the heat fused perforated and any non -perforated polyethelene pipe, bands, tees, caps, etc., including any trench excavation, including labor, equipment, and superintendence. Payment will be for actual measured linear feet of the pipe. 1.11 PROTECTIVE SOIL COVER (FLOOR) Contractor will place all protective soil on top of the floor liner system. Payment will be made for installation of soil cover material that is available on site. Price will include all labor, material, equipment and superintendence as necessary to install the soil. Payment will be made for actual measured square footage of the 2-foot thick protective floor cover. 1.12 PROTECTIVE SOIL COVER (SLOPES) Contractor will place all protective soil on top of the slope liner system including the soil berm along the edge liner as shown on the plans. Payment will include all labor, materials, equipment and 01258202 MEASUREMENT AND PAYMENT 01025 - 2 02/03 — Addendum 1 superintendence as necessary to install the soil. Payment will be made for actual measured square footage of the 2-foot thick protective slope cover and soil berm. w 1.13 EMBANKMENT FILL • Payment will be made for embankment fill installed by contractor as shown on plans, including pond and ditch embankments. Price will include all labor, material, equipment and superintendence necessary to install the embankment fill. Payment will be made for actual cubic yards of embankment fill installed. :a 1.14 EROSION CONTROL 1.15 Payment will be made for preparing, implementing and maintaining a Storm Water Pollution Prevention Plan (SWPPP) as required under National Pollution Discharge Elimination System regulations. Price includes work related to preparation of all SWPPP documentation, filing of the Notice of Intent (NOI) prior to construction, and Notice of Termination (NOT) following establishment of vegetation. Price shall include all labor, materials, equipment, and superintendence necessary to implement and maintain the SWPPP. Payment will be made on a lump sum basis for work meeting the regulations. ASPHALT ROAD Payment will be made for constructing an asphalt road as shown on the plans. Price shall include all labor, materials, equipment, and superintendence necessary to completely construct the asphalt road. Payment for the road, including the Type B and Type C layers, will be made per completed square yard of Type B layer. 1.16 CALICHE ROAD Payment will be made for constructing a caliche road as shown on the plans. Price shall include all labor, materials, equipment, and superintendence necessary to completely construct the caliche road. Payment will be made per completed square yard of caliche road. 1.17 SITE SIGNAGE �--4 Payment will be made for providing and installing site signage and markers as shown on the plans. Price shall include all labor, materials, equipment and superintendence necessary to completely install the signs and markers. Payment will be made for satisfactory installation on a lump sum basis. 6 1.18 WHEELED SUMP PUMP, CONTROL PANEL AND WIRING Payment will be made for providing and installing a wheeled sump pump as shown on plans. Price shall include the pump, motor, side slope riser, control panel, related appurtenances, labor, materials, equipment, and superintendence necessary to completely install the wheeled sump pump. Payment will be made for satisfactory installation on a lump sum basis. AM 1.19 SUMP ACCESS STRUCTURE E Payment will be made for constructing a sump access structure as shown on the plans. Price shall include the sump access structure, bollards, 6-inch HDPE transducer conduit and sensor, 2-inch return `„. 01258202 MEASUREMENT AND PAYMENT 01025 - 3 02/03 — Addendum 1 line with butterfly valve, and all labor, materials, equipment, and superintendence necessary to construct the sump access structure. Payment will be made for satisfactory completion on a lump sum basis. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01258202 MEASUREMENT AND PAYMENT 01025 - 4 02/03 — Addendum 1 Mot a . SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1 1 1QPT ATT:n nnrTTMF.NTC A. Drawings and general provisions of the Contract, including General and Supplementary t Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast -in place concrete for the sump access sturcture, including formwork, reinforcement, concrete materials, mix design, placement procedures, and finishes. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant -:a adjustments. I. Indicate amounts of mix water to be withheld for later addition at Project site. Water .� added at project site will not be permissible without paperwork showing how much water has been withheld. C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared according to ACI315, "Details and Detailing of Concrete Reinforcement." Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, _ and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. 1.5 QUALITY ASSURANCE A+ A. Installer Qualifications: An experienced installer who has completed concrete Work similar ' in material, desig n, and extent to that .indicated .for this Project and whose work has resulted in construction with a record of successful in-service performance. .� B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete r r Association's Certification of Ready Mixed Concrete Production Facilities. e� 01258202 CAST -IN -PLACE CONCRETE 03300 - 1 02/03 — Addendum 1 C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. 1. Avoid damaging coatings on steel reinforcement. PART 2 - PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. — C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. D. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. E. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed concrete surface. 2. Furnish ties that, when removed, will leave holes not larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water -barrier plates to walls indicated to receive — dampproofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. 01258202 CAST -IN -PLACE CONCRETE 03300 - 2 02/03 — Addendum 1 �a 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2. Wood, concrete, or clay blocks are not permissible. B. Joint Dowel Bars: Plain -steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: 1. Class: Moderate weathering region, but not less than 3M. C. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. t = E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, TypeD. 9 G. Moisture Retaining Film: Dayton Superior — Sure Film J-74. ry 2.6 CURING MATERIALS 0014 A. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. B. Curing blankets approved by Engineer. 2.7 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent elevations. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 01258202 CAST -IN -PLACE CONCRETE 03300 - 3 02/03 — Addendum 1 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. 2.8 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field test data bases, as follows: 1. Proportion normal -weight concrete according to ACI 211.1 and ACI 301. 2. Proportion lightweight structural concrete according to ACI 211.2 and ACI 301. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Footings: Proportion normal -weight concrete mix as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches. 3. Maximum Slump: 5 inches. 4. Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2- to 4-inch slump. 5. Maximum water—cementitious material ratio:.55. D. Cementitious Materials: For concrete exposed to deicers, limit percentage, by weight, of cementitious materials other than portland cement according to ACI 301 requirements. E. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 20 percent. _ F. Do not air entrain concrete to trowel -finished interior floors and suspended slabs. Do not allow entrapped air content to exceed 3 percent. G. Admixtures with chloride -ions are prohibited. H. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 2.9 FABRICATING REINFORCEMENT _ A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and furnish batch ticket information. 01258202 CAST -IN -PLACE CONCRETE 03300 - 4 02/03 — Addendum 1 r� PART 3 EXECUTION a�a m.► 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: 1. Class C, 1/4 inch. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. I. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. 1. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 52 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. 01258202 CAST -IN -PLACE CONCRETE 03300 - 5 02/03 — Addendum 1 B. Leave formwork, for beam soffits, joists, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: 1. At least 70 percent of 28-day design compressive strength. 2. Determine compressive strength of in -place concrete by testing representative field- or laboratory -cured test specimens according to ACI 301. C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI318, ACI301, and recommendations in ACI347R for design, installation, and removal of shoring and reshoring. - B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. 4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. - 01258202 CAST -IN -PLACE CONCRETE 03300 - 6 02/03 — Addendum 1 I I 5. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near comers, and in concealed locations where possible. 6. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: 1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Curb and Gutter Joints: Curbs and gutters shall be constructed with an expansion joint at the tangent point of each return at intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located at intervals corresponding to the joint interval of the adjacent concrete pavement or as directed by the Owner's Representative. Joints in the new concrete pavement shall extend through the new curb and gutter unless otherwise directed by the Owner's representative. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. The contraction joints shall be made by cutting into the curb and gutter sections with a trowel a depth of 22 inches; these joints shall be finished as specified under finishing. E. Expansion joint material shall be an approved pre -formed bituminous impregnated non -extruding type jointing material, meeting the requirements of AASHTO M 213. The joint material shall be 112 inch thick, and shaped to the section of the curb and gutter or other work. F. Sidewalk Joints 1. Space contraction joints at 4' and expansion joints every 20 ft. Expansion joints shall be placed between existing and new setting of concrete. G. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. 1. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by Architect. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mix. 2. Water may not be added beyond the limit of water withheld from the plant. D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. 01258202 CAST -IN -PLACE CONCRETE 03300-7 02/03 — Addendum 1 E. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. _ 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a, panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. _ 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, free of humps or hollows, before excess moisture or _ bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. G. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. — 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. H. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows, when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. 01258202 CAST -IN -PLACE CONCRETE 03300 - 8 02/03 — Addendum 1 i_ B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. C. Rubbed Finish: Apply the following to smooth -formed finished concrete: 1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. t , 3.9 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and b bull -floated or darbied. Use stiff brushes, brooms, or rakes. ' 1. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finishes. y C. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to .. floor and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. D. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film -finish coating system 2. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot- long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: a. 1/16 inch. E. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin -set method. Immediately after second troweling, and 4 when concrete is still plastic, slightly scarify surface with a fine broom. L:i 01258202 CAST -IN -PLACE CONCRETE 03300 - 9 02/03 — Addendum 1 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. 3.11 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. 1. Leave forms in place for a minimum of 3 days. 2. Upon removal of forms, apply approved curing compound. C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: 1. Concrete shall be wet cured for 3 days after concrete placement. Wet curing shall begin immediately after final finishing of slab surface and shall consist of continuous misting by sprinkler or wet burlap. 2. No work will be permitted on the slab during wet curing. 3. Immediately after removal of sprinkler or burlap, Contractor shall apply approved curing compound. 4. During cold weather concrete placement, in lieu of wet curing, the Contractor shall place plastic sheets over the concrete surface with blankets over the plastic. Plastic shall remain in place for 3 days. D. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spray or roller according to manufacturer's written instructions. 3.12 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. r- 01258202 CAST -IN -PLACE CONCRETE 03300 - 10 02/03 — Addendum 1 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish M and verify surface tolerances specified for each surface. Correct low and high areas. Test. surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes I inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure- in same manner as adjacent concrete. 7. Repair random cracks and single holes I inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.13 FIELD QUALITY CONTROL A. Testing Agency: Contractor will hire a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. r 01258202 CAST -IN -PLACE CONCRETE 03300-11 02/03 — Addendum 1 B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. a. When frequency of testing will provide fewer than five compressive -strength tests for each concrete mix, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal -weight concrete; ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. 6. Compressive -Strength Tests: ASTM C 39; test one laboratory -cured specimen at 7 days and two at 28 days. Hold one test specimen in reserve. C. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other methods as directed by Architect. END OF SECTION 01258202 CAST -IN -PLACE CONCRETE 03300 - 12 02/03 — Addendum 1 . i -----. --- SECTION 13445 SUMP FLUID PRESSURE TRANSDUCER AND METER A. Section Includes: _ 1. Hand-held, battery operated leachate level meter. 2. Submersible pressure transducer. 1.2. QUALITY ASSURANCE A. Referenced Standards: 1. National Electrical Manufacturers Association (NP-MA): a: ICS 6, Enclosures for Industrial Controls and Systems. 2. Instrument Society of America (ISA): a. S51.1. B. Miscellaneous: 1. Assure units comply with appropriate electrical area classifications and NEMA enclosures. 1.3. SUBMITTALS A. Shop Drawings: 1. See Section 01300. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions, including recommendations for surface completion for service intended. B. Operation and Maintenance Manuals: 1. See Section 01300. PART 2 - PRODUCTS h, M 2.1. ACCEPTABLE MANUFACTURERS F. A. Subject to compliance with the Contract Documents, the manufacturers listed in the a ; paragraphs describing the devices are acceptable: 1. Pressure transducer: a. Pressure Systems, Inc. (KPSI), Series 710. 2. Leachate level meter: µ :w a. EXTECH Oyster Model 412300 Current Calibrator/Meter. B. Submit requests for substitution in accordance with Specification Section 01600. 01258202 SUMP FLUIDPRESSURE TRANSDUCER AND METER 13445 - 1 ,F,,, 02/03 — Addendum 1 2.2. SUBMERSIBLE PRESSURE TRANSDUCER A. Pressure Transducer Design: 1. Performance: a. ± 0.5 % FSO BFSL per ISA S51.1. b. ± 0.05 % thermal error per ISA 51.1. C. Capable of measuring from zero to a maximum of 5 PSI. 2. Materials: a. Housing shall be 316 stainless steel. b. Cable shall be polyurethane jacketed and RF shielded. C. Conductors shall be 4 wire, 22 AWG copper. d. Ported nose cap shall be of 316 SST. 3. Fabrication: a. Solid-state electronics. b. Capable of sending signals linearly proportional to depth of liquid in the leachate sump. C. Carriage mounted to allow removal from sump. Carriage to include 1/4 inch stainless steel rope. 2.3. PRESSURE TRANSDUCER METER A. Pressure Meter Design 1. Performance: a. Hand held. b. Battery powered, 9V. C. Compatible with pressure transducer noted above. d. Auto power off. e. Minimum 3 1/2 digit readout, LCD screen 1/2 inch high. 2. Fabrication: a. Microprocessor based. b. Heavy duty, shock resistant body. 2.4. ACCESSORIES A. Charts: 1. Scale indicating meter reading versus fluid depth. B. Carrying case for meter with shock resistant foam. 2.5. SOURCE QUALITY CONTROL A. Manufacturer to provide complete calibration and test results for both transducer and meter separately. 1. Calibration shall conform to ISA standards. 2. Calibration report to include time, date and certifying technician. 3. Calibration shall be NBS traceable. 4. Report shall include make, model and serial number of each device tested. 5. Manufacturer shall retain copy of test results on file and available for Owner review for not less than 5 years. 01258202 SUMP FLUID PRESSURE TRANSDUCER AND METER 13445 - 2 02/03 — Addendum 1 PM PART 3 - EXECUTION 3.1. INSTALLATION A. Install products in accordance with manufacturer's instructions and as shown in Construction Drawings. B. Coordinate work of electronics and perform system startup. 3.2. FIELD QUALITY CONTROL A. Contractor to perform field wet test calibration of instruments delivered to the Work prior to installation in transducer riser. OR B. Transducer and meter together shall replicate manufacturer's calibration curves to Engineer's satisfaction before Contractor will be allowed to complete installation. END OF SECTION 7 r 01258202 SUMP FLUID PRESSURE TRANSDUCER AND METER 13445-3 02/03 — Addendum 1 No Text �.y SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1- GENERAL e, 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. r 1.2 RELATED SECTIONS 7% - A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01700 - Contract Closeout: Final cleaning. r 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. Water from surface storage pond shall be handled as non -potable water. (NOT FOR CONSUMPTION.) 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. 01258202 CONSTRUCTION FACILITIES 01500 - 1 01/03 —Addendum 1 AND TEMPORARY CONTROLS C. On -Site Storage 1. The GCL material shall be stored in accordance with the Manufacturer's recommendation, so as to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. 2. The rolls shall be stored on a prepared surface (not wooden pallets). Geomembranes consisting of bentonite supported by geotextiles shall not be stacked more than four rolls high or as recommended by the manufacturer. Geomembranes consisting of bentonite supported by geomembranes shall not be stacked more than two rolls high or as recommended by the manufacturer. PART 2 - PRODUCTS 2.1 MATERIALS A. The GCL shall consist of natural sodium bentonite encapsulated between two polypropylene geotextiles or natural bentonite adhered to a geomembrane. B. Accessory bentonite for seaming and detail work shall be the same material as in the GCL sheets and shall be as recommended by the manufacturer. C. Geotextiles will consist of woven or non -woven materials. On side slopes, at least one side of GCL must be made of non -woven material. D. Geomembranes supporting the bentonite will be 15 mil, smooth HDPE on flat areas and 30 mil, textured HDPE on side slopes. E. On side slopes steeper than seven horizontal to one vertical (7:1), GCL must be reinforced by either needlepunching or lock -stitching for internal shear strength reinforcement. F. GCL used on side slopes shall have a coefficient of friction of GCL to the subgrade soil of not less than 2r, and will have a coefficient of friction of GCL to the Textured HDPE of not less than 22'. 2.2 RAW MATERIALS The GCL shall be manufactured of new, first -quality products and shall be manufactured specifically for the intended purpose. 2.3 ROLLS A. The geomembrane shall be supplied in rolls with a minimum width of 15 feet. Rolls in lengths greater than 125 feet may be 12 feet in width. Labels on each roll shall identify the following: 1. Manufacturer 2. Product Identification 3. Roll Number 4. Roll Dimensions 5. Roll Weight B. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams. C. Manufactured GCL sheets shall be constructed such that bentonite will not be displaced during transportation, storage and installation. 01258202 GEOSYNTHETIC CLAY LINER 02240 - 4 02/03 — Addendum 1 — BORING LOGS u W J PROPERTY LINE ---- BORING/ BORING/ BORING/ PIEZO►ETER NORTHING EAST ING PIEZD►ETER NORTHING EASTING PIEZO►ETER NORTHING EASING BB- N 7360762.650 E 26329 .370 B-26 N 736050..311 E 927601.234 B-49 N 7357329.720 E 926852.502 B-2 N 7359126t0 E 925610210 B-27 N 7360826 25095.770 B-50/P-12 N 7356622761 .23E E 927454.395 B- N 735824.21 8 18.1 4 857.386 E 5. 90 926824•BB73 N 776396.730 1 E 2400 945'.5 B-2 N 73 0157559 4 E 244931 B-52/P-11 N 7356657.900E 926199. 70CB-4 B-5 N 7363104.910 E 92a424.81 B-30 N 736019 925697.663 B-53 N 7356689.316 E 925578.74 6/P-1 N 73674 40 E 9289460 -3 N 73600150 08.42 E 926950. 395 8-55 N 356736.900E 924940.9t06.070 BB B - 7 N 7363654.934 E 927703.806 B-32 N 3603 E 928203.127 B-5 N 7356052. 111 E 92430525 B-B/P-2 N 7363330.400 E 926422.860 8-33 N 736002015; E 928963.699 B-56 N 7355991.940 E 925550.824 B-9 N 7363726.267 E 925191.509 B-33A N 7359869.110 E 928805.700 B-57 N 7355953.870 E 926a03.556 B-1 N 736757t.906 E 924045.t65 8 -34 N T359 E 928857 B-58 N 7355332.100 E 927407.0260/P-3 B-11 N 7362925. 258 E 924014.440 B-35 N 7359374.461 E 927552. 288 B-59 N 7355351.400 E 926782.131 B-12 N 7362871.190E 925795.555B-36 N 7359412.530 E 926299.556 B-60 N 73552B4.9B0 E 926152. 717 .t N736283320 E 92704E-287 B-37 N 7759446744 E 925048400 8-1 6 72704B-13 N 3553.9 E 924899.98- B-14 N 73627 17 .1 90 E 928375.330 B-37A N 7359435-910 E 925042.150 B-62 N 7354680.114 E 924250.069 B-15 N 7362083.839 E 929040.147 B-38/P-9 N 7359485.675 E 923890.730 B-67/P-14 N 7354631.702 E 925504.097 B-16 N 7362128. 794 E 927651.971 B-39 N 7358819.601 E 923876.746 B-64 N 7354590.999 E 926755.030 B-17 N 7362177.208 E 9 263 97.876 B-40/P-8 N 7358782-69B E 925023.583 B-65/P-13 N 7353B71.061 E 927356.503 B-18/P-4 N 7362217.912 E 925146.935 B-40/P-8A N 7358772.098 E 925023.580 B-66 N 7353909.130 E 926103.770 B-19 N 7362263295 E 923990.640 B-41/P-7 N 7356701.715 E 926923.025 B-67 N 7353947.200 E 924851.03e B-20 N 7361559:366 E 924494.733 B-42 N 7358159.060 E 92879.990 6-68/P-15 N 7353966.506 E 924227.950 B-21 N 7361495.340 E 925746.609 B-43 N 7358032.610 E 927503.342 8-22/P-5 N 736 145 3.415 E 927000.918 B-44 N 7358071.200 E 926250609 B-22/P-5A N 7361453.001 E 927011.004B-45 N 735.093.200 E 925627. B-23 11 N 736149.20 E 225.073 982 B-46 N 7358112.750 .800 E 9249977 B-24 N 7361396.025 E 929012.096 B-47/P-10 N 7357405.859 E 924347.038 B-25/P-6 N 7360704.660 E 928975.793 B-48 N 7357367.790 E 925599.770 70 OF 0 400 Boo SCALE IN FEET LEGEND B-5 U MDR BORING. 1993 B-14 MDR BORING. 1994 P-5 8-BORING CONVERTED 70 PIEZD►E7ER / TP-371E ]EST PIT f-1 CROSS SECTION LOCATION A A' F G Im IR Erormerng. nc. �:: -� PARKHLL•SWIM L COOPER. NC. -go LUBBOCK TEXAS WEST TEXAS REMN DISPOSAL FACUTY FY i Z M. CARLETON u. 5 T ACE o•9ea D"w / 7DL o+e w 00008-124-037 pw APRL 1995 SITE MAP/ LOCATION OF BORINGS III. ATT. 4.17 ASH ASPHALT o•Q-Q-.c- D I I MO,,�� / `� mall OFF Worl NO `+ CLAY CLAYGR CLAYPT CLAYSD CLAYST GC GM GP GP -GC GP -GM CLG o /�' ' ...'. :❖:❖:❖: ro ,...... --l....BPS GRAvcL GRAVELCL GRAVELPT GRAVELSD r.RAVELST ♦•••••� • • • • • • • w w w • • w • • w # �•-• +• �► �.•► o o 0 0 0-0 0o 2 — O o Lr • 'o o ' o o x O �o w w w w •w•-'w O O aO O O O O A O O% O xo G GU GU -GC GU -GM GU^^S 11••'' GYPSUM e o e o 0 o O o e • o e O.O 0 7J 0• 0 0 d IGNSCG IGNSFG IGNSMG LIMESTON METACG METAFG + + + V v v + + + v vv v v v ++++++ Q--Q— + + + V V V + + + 000000 000 OQ0 0�0�00 —Q-O + + + vvvvvv ++++++ 0 0 0 •o o-0 0-0- + + + v v v ++ METAMG MH ML ML-CL ML/CL MLCLCLML MLG MLS MUDSTONE ON OHSH /% //j/j/j OL OLSH PEAT PEATCL PEATGR PEATSD PEATST PT SAND SANDCL SANDGR -Y�—•�/— r r, �`r, .� 4 r, .` I, r, Ilk d r, r, •�� r, _ bq..` p �� x r, �i i — — — — — '— — — '-1t .— . .-• r d r, �` rr •�` q • d ri �� 4 X� �, .� b x — — ' o' . ' . • o' . _4r d rr b .! .� r, . 4 P O .•r, J r, .� r, di, r _ . 'o ' . . 'o SANDST SANDST SANDSTON SC SC/CLS SHALE SILT SILTCL SILTGR SILTPT SILTSD A%On x. x . .. . x % % K- X _x x° K °% % x x x % X' . x z .... .... x X x —x -.x X % X % x X •x x. x % x X—x _1 X of Xp -`1.x X X .% x. x . 'x .... ... % K _x % x X 7( 1 x ` .% X . • X x ... x x x x % X X— X X X X X X X . x X, .. ......... X X X X x OX Xn X x X X % X X x X x 7r- rP'•' X x x x.`4x z' x 'x mw, ... x X :......... x x � x- x x0 x a X Ir x X• k •x • •.•••.-.• •' x x x x- x— x x x x x x x' X •x SILTSTON SM SM/SC SM/SP SP SP-SC SP-SM SPG SU SU-SC SU-SM x x x x x x x x x x - ' o x x x x xp.':p x x x x x x x x x x % X x x x '•� .O x x x x x _•� •• x x x x x x x x x x o. - •.o-• :._ .. SUG C �.q WEST TEXAS RECAON F_ - ::;� % DISPOSAL FACIUTY v ....` - MATERIAL SYMBOL KEY Ftpur. HDR En*eenng, kr— PAWA L, SMITH b COOPEA, INC. LUBBOCK TEXAS 00008-124-037 11LATT 4.APP 1.1 a flo1• APRIL 1995 h®R Engineering, kr- MAT CODE F DESCRIPTION ASH 1 Pyroclastic (volcanic ash) ASPHALT 1 Asphalt BEDROCK 1 Bedrock BLDRCBBL 1 Boulders and cobbles BRECCIA 1 Breccia CH 1 USCS High Plasticity Clay CHALK 1 Chalk CL 1 USCS Low Plasticity Clay CL-ML 1 USCS Low Plasticity Silty Clay CL/MARL 1 CLAY TO WEATHERED MARL CL/MUDST 1 Clay / Sandstone (using mudstone symbol for sandst CLAY 1 BSI Clay CLAYGR 1 BSI Gravelly Clay CLAYPT 1 BSI Clay with Peat CLAYSD 1 BSI Sandy Clay CLAYST 1 BSI Silty Clay CLG 1 USCS Low Plasticity Gravelly Clay CLS 1 USCS Low Plasticity Sandy Clay COAL 1 Coal CONGLOM 1 Conglomerate CORAL 1 Coral FILL 1 Fill (made ground) GC 1 USCS Clayey Gravel GM 1 USCS Silty Grave-1 GP 1 USCS Poorly -graded Gravel GP -GC 1 USCS Poorly -graded Gravel with Clay GP -GM 1 USCS Poorly-graded,Gravel with Silt GPS 1 USCS Poorly -graded Sandy Gravel GRAVEL 1 BSI Gravel GRAVELCL 1 BSI Clayey Gravel GRAVELPT 1 BSI Gravel with Peat GRAVELSD 1 BSI Sandy Gravel GRAVELST 1 BSI Silty Gravel GW 1 USCS Well -graded Gravel GW-GC 1 USCS Well -graded Gravel with Clay GW-GM 1 USCS Well -graded Gravel with Silt GWS 1 USCS Well -graded Sandy Gravel GYPSUM 1 Gypsum, Rocksalt, etc. IGNSCG 1 Coarse -grained Igneous Rock IGNSFG 1 Fine-grained Igneous Rock IGNSMG 1 Medium -grained Igneous Rock LIMESTON 1 Limestone METACG 1 Coarse -grained Metamorphic Rock METAFG 1 Fine grained Metamorphic Rock METAMG 1 Medium grained Metamorphic Rock MH 1 USCS Elastic Silt ML 1 USCS Silt ML-CL 1 CLAYEY SILT ML/CL 1 USCS Silt with CLay MLCLCLML 1 CLAYEY SILT / SILTY CLAY MLG 1 USCS Gravelly Silt MLS 1 USCS Sandy Silt MUDSTONE 1 Mudstone PAWli, SM" & COOPER, NC. _ WEST TEXAS REGION f f ' DISPOSAL FACUTY DESCRIPTIVE KEY LUBBOCK TEXAS 00008-124-037 III.ATT CAPP 1.2 �oO�� APRIL 1995 OH 1 USCS High Plasticity Organic silt OHSH 1 USCS High Plasticity Organic silt OL 1 USCS Low Plasticity Organic silt k5 OLSH 1 USCS Low Plasticity Organic silt PEAT PEATCL 1 1 BSI BSI Peat 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 t-" SANDCL 1 BSI Clayey Sand SANDGR 1 BSI Gravelly Sand SANDPT 1 BSI Sand with Peat S SANDSTON SC SC/CLS SHALE SILT SILTCL SILTGR SILTPT SILTSD SILTSTON SM SM/SC SM/SP SP SP-SC SP-SM SPG SW SW -SC SW-SM SWG S 1 y San 1 Sandstone 1 USCS Clayey Sand 1 Clayey Sand/ Sandy Clay 1 Shale 1 BSI Silt 1 BSI Clayey Silt 1 BSI Gravelly Silt 1 BSI Silt with Peat 1 BSI Sandy Silt 1 Siltstone 1 USCS Silty Sand 1 SILTY TO CLAYEY SAND 1 SILTY TO VERY FINE SAND 1 USCS Poorly -graded Sand 1 USCS Poorly -graded Sand with Clay 1 USCS Poorly -graded Sand with Silt 1 USCS Poorly -graded Gravelly Sand 1 USCS Well -graded Sand 1. USCS Well -graded Sand with Clay 1 USCS Well -graded Sand with Silt 1 USCS Well -graded Gravelly Sand COHESIVE SOILS N (Blows/Ft) Penetrometer (tsf) Consistency 0 - 2 0 - 0.375 Very Soft 2-4 0.375 - 0.75 Soft 4-8 0.75 - 1.50 Firm 8 - 15 1.50 - 3.00 Stiff 15 - 30 3.00 - 4.50 Very Stiff 30 + No Penetration Hard HDR Engineedng, hc. PAWA-L, SM TH 3 COOPER, INC. or clay or clay with or clay or clay with COHESIONLESS SOILS i she shel N (Blows/Ft) Condition 0 - 10 Loose 10 - 30 Medium Dense 30 - 50 Dense 50 + Very Dense LUBBOCK TEXAS WEST TEXAS REGION DISPOSAL FACIUTY DESCRIPTIVE KEY 00008-124-037 APRIL 1995 111.ATT 4.APP 1.2 LOG OF BORING NO. B1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360762.650 j i E 926329.37 ° c c o ' j o Ground Surface EL: 3376.0 MSL it, 0 o o �" a) to ; � I .y o � � t I E s > ¢ y a y yap a N >) d U o c U Q aai cn aci o Y 0 a z= a I MATERIAL DESCRIPTION I I i CLAYEY SAND ISC1 Dark Brown to ;f' Reddish Brown, fine grained i 5 10 15 r^ 20 'z 2 5:: i • j I 30 40 :y:^ • i I i I 45 I SILTY SAND ISM i Reddish Brown to 50-' Light Brown, fine grained ! I 55 60 s5 j I 70 I i I i 75 i i 80 I I i i i 85- I 901 95 �.:I•.I I I 10 � I i I iComp letion De pth: 190.0 ; Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: drilling. 5/17/93 Date Boring Completed: 5/17/93 i Continued Next Noe HDR Engineering, Inc. fm r LOG OF BORING NO. B1 o Project Description: West Texas Region Disposal Facility IUR Lubbock County, Texas Location: N 7360762.650 E 926329.37 A 0 6 > LM -J Ground Surface El.: 3376.0 MSL L 2 0 0 i E tE E .2 CL a) > T �; L 0 0 CN 0 U ° N I 4) cn ME F0 E N P- 6 p ` ( -� CL LO aaMATERIAL Z DESCRIPTION -10 SILTY SAND continue -115- 2 12 13(T -135- -14 -145- -150- -155- 60- 175.0 -175-- CLA STONE Yellow Green 1 R4O -185- LIMESTONE Tan 190.01 19 Boring Terminated at 190 feet 203- Completion Depth: 190.0 Remarks: Depth to groundwater not determined because of wash rotary drilling. Date Boring Started: 5/17/93 Date Boring Completed: 5/17/93 HDR Engineering, Inc. LOG OF BORING NO. B2 m Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359126.110 E 925610.21 c i; 7 I r I! x a Ground Surface El.: 3378.3 MSL c a ►- 'N o 4 c7 ¢ (a °° E '� y l 2 l r l a a z MATERIAL DESCRIPTION i SANDY CLAY [C.i 1 Dark Brown 2.0 SILTY SAND (SMl Tan 5 10 >%. CLAYEY SAND (SC 1 Reddish Brown 15.0 15 SILTY SAND, (SM) Reddish Brown 20 25 i I 2 .0 � I 30 CLAYEY SAND (SQ Reddish Brown 35 39.0 40 SILTY SAND (SMI Reddish Brown to Light Brown ' 45 I 50 L i 60 65 I. i 70 i 75 a0 ! s5 (. 90 95-i i':I •'� , I i � i i i ! O Completion Depth: 102.0 ! Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/18/93 Date Boring Completed: 5/18/93 Continued Next Pa e HDR Engineering, Inc. LOG OF BORING NO. B2 o Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359126.110 E 925610.21 -0 0 6 -- rn 0 - 13: E Ground Surface EL: 3378.3 MSL U- iz = I r 0 z 75 CL E M CL CU > 0 U ca 0 Cc 0 > 6 > 4) X .2 � a. CO 0 MATERIAL DESCRIPTION SILTY SAND continued10.2.0 Boring Terminated at 102 feet i� -115- -120- 126: 3 0- -136: - 146- -146- 60- - 61§i I I i I 70- 75- -185- 19 -4 -19 5� 20§- Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/18/93 Date Boring Completed: 5/18/93 HDR Engineering, Inc. m w m LOG OF BORING NO. B3 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358824.250 I j I iZR o E 928018.41 ° o rn°>'I d=" I X c w a U Ground Surface El.: 3368.4 MSL o o o �'� a��i a y o c a i t E t > d w cop >` U 7 U o am o f o Z c a t o H D a MATERIAL DESCRIPTION j I I CLAYEY SAND W Dark Brown 2.0 I S11TY SAND (,SMI Reddish Brown to I 5 : •' Tan I 10 I � � I 15 20 �. CLAYEY SAND (SC I Reddish Brown �• 2 5 .i' 30 35 `: • 39.0 J 40 SILTY SAND (W Reddish Brown to Light Brown 45 50 I 55 I I , I i 60 i i 65 70 � I 75 f ( i 80 I !i, 85 ! i 90 95 I I I 10 Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/18/93 Date Boring Completed: 5/18/93 Continued Next Page HDR Engineering, Inc. OW I F 17 r LOG OF BORING NO. B3 °' Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358824.250 E 928018.41 f !�o�aLLl i C Ground Surface El.: 3368.4 MSL o �'� 1 a 3! o -I I Z a -E a f0 g L > d w 3 d a� mp a w >� U a '- I '� o N c� U c a m a E a a m ' ii a zl= MATERIAL DESCRIPTION I SILTY SAND continued 102.0 ! o Boring Terminated at 102 feet 1 i j I 12 2 ' I 13 I I 14 i II i i I 4 5 I i i 5 i I 6 6 ! I I I 7 j I i 17 + j i 18 I i 185- I 9 j 9 20 Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/18/93 Date Boring Completed: 5/18/93 HDR Engineering, Inc. LOG OF BORING NO. B4 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363196.730 w y o E 924457.05 'e j 6 j o °oj owl °f •� .I °' a Ground Surface El.: 3382.8 MSL o i t iu I C j 'N �' 3=, o f i t E r > d H a �,i �3 Y; Mo aN > � o- U o i � i 'u aai 0 ca C7 E a ' m a Z Ij 0 o a MATERIAL DESCRIPTION t is CLAYEY SAND (SC! Dark Brown .! I 5 9.0 10 SILTY SAND (SM► Tan 12.0 i CLAYEY SAND (SCReddish Brown 15 20 SILTY SAND (SM! Reddish Brown 23.0 25 i CLAYEY SAND (SC! Reddish Brown 30 / 35 40 45 `Z 50 55 SILTY SAND (SM► Reddish Brown to Light Brown 60 65 i I 7a I 75 80 i I I I I i i 85�i 90 95 I...i 0 Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/19/93 Date Boring Completed: 5/19/93 j Continued Next Pa-e HDR Engineering, Inc. wAn n t 4 LOG OF BORING NO. B4 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363196.730 j a E 924457.05 6 > L I i I x ° p J U Ground Surface El.: 3382.8 MSL ' o '� `� 3 w o � I � } L E n A t C > $ d Cr y c3 a y a��, M00 aN >n oo' U I o H f .. 0 c7 ¢ am c E 0 o o' c Cr a l m I MATERIAL DESCRIPTION Q. Z = H ° I a SILTY SAND continued 102.0 Boring Terminated at 102 feet 10 1 � I I 11 12 ' 12 I 3 I 13 14 I I 5 I 5 6 I ( I 16 'I I 17 7 8 i I I I I 8� 20 Completion Depth: 102.0 1 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/19/93 Date Boring Completed: 5/19/93 HDR Engineering, Inc. C. LOG OF BORING NO. B5 � � Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363104.910 I j E 928424.81 \ I c c o LL 0 Ground Surface El.: 3373.3 MSL = 0 C O LL a) rn c •CD - 'a �' iv , o E E c t a E m U r CL > 0 a N o_ co Op > U U , N 0 (n �j y p� N O o_ m -W E \ ' o .c w Q _t f0 a H M a Z 0 o a MATERIAL DESCRIPTION I AY Y SAND (= Dark Brown 2.0 SILTY SAND ISMDark Brown to Tan 5 10 12.0 CLAY SAND ISQ Reddish Brown to 15 ' ' ,Y Light Brown 20 25 30 35 40 45 4 SILTY SAND (SM1 Reddish Brown to Light Brown 50 55 i 60 65 i I 70 I 75 I i i 80 I I I I 85 i I I 90� III i 10 Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/19/93 I Date Boring Completed: 5/19/93 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B5 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363104.910 ! I ! I ai E 928424.81 o C O i o LL W CD r b> C i x N 2Ground Surface El.: 3373.3 MSL o LL ?I w o ! J J a Fa 3 L m > v d H c 3 a `m t5 y mop dN >` �� U (D v I •y i •� i v d fn y d O a m �[ 0 E .e ° O = O _Q ey -� d y co MATERIAL DESCRIPTION a Z C Vl I `a SISAND continued 102.0 LTY 10 Boring Terminated at 102 feet 11 i 1 12 3 i I I i3 I 14 I , 4 I! t 5 5 I i 16 6 I i ff I + I 17 I i ! •• 18� j i j i i 19 i I 20 Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/19/93 Date Boring Completed: 5/ 19193 HDR Engineering, Inc. LOG OF BORING NO. B6/P1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363406.070 0 E 928944.46 p CS o 6 � — " 0 - i X Ground Surface El.: 3371.1 MSL q Hp.0 C J, T.O.S.C. Elev.: 335.02 '�aE odVd Y aN o � I R of C a I Z C oC f a0 MATERIAL DESCRIPTION -, SANDY CLAY (CL) Dark Brown to zz 5 Reddish Brown, very stiff with caliche ' streaks I 10 ;: j? ti SIAYEY SAND (SQ Brown, dense, fine az sz a 2e 16 iz grained with caliche nodules 15=IN 20 - reddish brown, very dense with caliche ea ' streaks 25 - I 30 - %, �% 78 35 ,. 40 ;` SILTY SAND (SMl Brown, very dense, 58 ff fine grained 45 I ~ N>' 50 with some clay { I dense I J 55 v` 60 - very dense with caliche nodules V: ,v 53 70 - with some caliche nodules and streaks >' 77 33 a 75 i 80 - light brown, dense 36 j I i 85 go l j - with caliche streaks l :l 36 i 95i III I a { ! I I I - pinkish tan with moderately cemented ' I 10 Completion Depth: 192.5 I Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted i Date Boring Started: 9i19i94 (0.02-inch) flush threaded PVC pipe. Groundwater not encountered during drilling. Date Boring Completed: 9/20/94 Continued Next Pa e HUR Engineering, Inc. I Fes, LOG OF BORING NO. B6/P1 "Tr Project Description: West Texas Region Disposal Facility faq Lubbock County, Texas Location: N 7363406.070 0 1 E 928944.46 C t C 0 0 -- LL CD CM > L) Ground Surface El.: 3371.1 MSL .2 0 0 '- LL W U) r- �- Z 3: E Z E M CL T.O.S.C. Elev.: 3375.02 E 2 0 r wo MO 0 U 0 U 0 F0 E a: M (0 L D FL MATERIAL DESCRIPTION caliche SILTY SAND continued X 60/4" -1011 E�- 110.0, CLAYEY SAND ISC Reddish Brown 50/6* very dense, fine grained with caliche streaks 12 0- 120,0 SILTY SAND fSMI Brown, very dense, 5014- fine grained -125- 13 7 light brown with slightly cemented 50/3 caliche 40- light brown >"A 4111.5 -145- -150- with caliche streaks 0/4.5' -155- with caliche nodules and slight 5015- cementation 65- -170- 75- hard caliche nodules 50/4" 18 CLAY r-I AYqTnNF Yellow Green -18 I IMFSTONF Yellow Tan, Weathered, Vugs -19 - soft, very broken 192.5 iBoring Terminated at 192.5 feet - -19 -20 — Completion Depth: 192.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 9/19/94 Groundwater not encountered during drilling. Date Boring Completed: 9/20/94 1111 HDR Engineering, Inc. LOG OF BORING NO. B7 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363654.934 a w o E 927703.806 o °o o (n d c m -CM,; " E E X c a Ground Surface El.: 3375.9 MSLCL) �, O J J N E m s > dh 0 a;, N O ,�O N 7 > � 0 U a g >' U) C7 y ¢ aa) 0-3 Y E � Z •� H Q I m a N MATERIAL DESCRIPTION a°U I = ii -%' % SANDY CLAY ICLf Dark Brown, very 25 I i . stiff 5.0 I i 5 ; CLAYEY SAND ISCt Brown, dense, fine grained with caliche streaks and nodules I i 10'i 38 20 with sandy clay layers 53 13 129 I 18 11 25 26.0 SILTY SAND with CLAY ISM) Reddish Brown, dense, fine grained with caliche 30 nodules 50 35 a0 medium dense 24 45 50 CLAYEY SAND ISCI Reddish Brown, dense, fine grained 46 28 10 1 27 17 I 10 55 i 60 se i 65 SILTY SAND ISM I Reddish Brown to I Brown, medium dense, fine grained 1 70 29 75 I SO light brown, dense with caliche 81. i 46 I I i nodules 85- Boring Terminated at 81.5 feet 90- i I J 95 ` 0 Completion Depth: 81.5 i Remarks: Groundwater not encountered during drilling. I Date Boring Started: 9/23/94 Date Boring Completed: 9/23/94 HDR Engineering, Inc. t J 51 Ott LOG OF BORING NO. B8/P2 o Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363330.400 E 926422.86 co r- S U. i> 0 _J Ground Surface EL: 3382.3 MSL .0 0 0 -Z LL 4) (n q Zn C E E -C T.O.S.C. Elev.: 3386.49 E` Z 0 C ao (n 0 M 0 IL U 0 C 0 0 a. -1 0 E 0 a, a. MATERIAL DESCRIPTION 0 (L Z C t; X SANDY CIAYfri) Dark Brown, very 2.0 " -5 - stiff CLAYEY SAND (SC1 Brown, dense fine - grained with caliche streaks 10 _- - - reddish brown 44 :15- red, yellow, orange, and brown, very 54 30 9 31 19 12 dense -25- 30 reddish brown, dense with clay 37 _35- brown 39 _45- very dense 63 _55- _60- 60.0 SILTY SAND ISM Light Brown, very 61 dense, fine grained dense 44 75 80- pinkish light brown to pinkish 6/11. 24 1 2 off-white, very dense with moderately -85- cemented caliche nodules and layers -90 90.01, CLAY 1CLI Dark Brown, very dense with caliche streaks _95- SILTY SAND (M Brown, very dense, 1 L � .1 06- Completion Depth: 185.5 Remarks: wWELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 9/13/94 (0.02-inch) flush threaded PVC pipe. Depth to groundwater not determined because of wash rotary Date Boring Completed: 9/14/94 drilling. Continued Next Page HDR Engineering, Inc. LOG OF BORING'NO. B8/P2 Project Description: West Texas Region Disposal Facility huna Lubbock County, Texas Location: N 7363330.400 0 N J E 926422.86 'O O p o V N d Ca L I x am Ground Surface El.: 3382.3 MSL I aa� T.4.S.C. Elev.: 3386.49 ° m i a) af o "yoo M 0.0 U oamf Z FL 0 a Z ayC? MATERIAL DESCRIPTION fine grained SILTY SAND continued 78 p 1 8419" L 11 117.0 >% SANDY CLAY 10L1 Brown, very dense, Z / fine grained l i 5014' 1 2t SILTY SAND and SAND (SM-SPl Brown, very dense, fine grained 13 ss/9" I 13 ly i 4 - with clay 5014" 14 15 5014" ( 15 6 tan I ! I f s I I 17 I 17 I I 18 CLAY / CLAYSTONE Yellow Green 181. 10 i -- t LIMESTONE Tan, Weathered, Fossil 18 Casts 185.5 Boring Terminated at 185.5 feet I I is s 195� 20 Completion Depth: 185.5 I Remarks: wWELL MATERIAL - Schedule 40, 44nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 9/13/94 Depth to groundwater not determined because of wash rotary Date Boring Completed: 9/14/94 drilling. 1111 HDR Engineering, Inc. E Pik LOG OF BORING "NO. B9 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363726.267 E 925191.509 6 0 _J Ground Surface El.: 3385.2 MSL o :�- - 0 'Z u- 0 C > U) C E C. E .2 = CIL CD > 0 2 —� (D CL U) 0 EO C-4 0 U —J a) Cn E 0-0 d Cr to z 0 aM Z CL MATERIAL DESCRIPTION SILTY Dark Brown 2.0 /X X-1 ' SANDY CLAY (CLf Brown to Reddish 5 - Brown, hard with caliche inclusions 40 70 8 29 1 17 12 10 �0/x 70 -15 58 54 15 28 18 i 10 greenish tan 62 23.0 1 1 CLAYEY SAND (SC1 Reddish Brown, 25/i.e with caliche inclusions very dens 67 38 12 24 16 8 30 - brown 51 - reddish brown, dense 42 40 10 26 17 9 3R.0 40 SILTY SA D(SM) Brown, dense, fine grained 44.0 50 33 8 19 16 3 45- rl AYFY SAND (SCI Brown, dense, fine 50 grained caliche lenses 44 41 36 10 25 17 8 60 very dense 88/11 1 65 68.0, 69 -70-= SILTY SAND IM Brown, dense, fine grained 36 12 1 5 NP NP NP light brown 49 —80—=' tan, very dense with caliche nodules I 58 31 5 I NP NP NP -85- 85.5 light tan with cemented nodules I NP' NV Nr Boring Terminated at 85.5 feet -90- -95- ok OL� 14 Completion Depth: 85.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/5/94 Date Boring Completed: 8/5/94 HEIR Engineering, Inc. LOG OF BORING NO. B10/P3 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363571.906 ! E 924045.165 ,. o >CD wCD °' J I Ground Surface EI.: 3380.1 MSL O u' ` " E _ _ J n a M Q n T.O. S. C. Elev.: 3384.17 E 2 '� N o c � � �' c 3 0- ! -- " a� rn 0 `° CV aa 'I z o a N cv _m a V amla EI�Z d c v, ii MATERIAL DESCRIPTION SANDY CLAY (('-L1 Brown to Red ti I `f! Brown, very stiff, fine grained with sand X 5 ;i✓ 27 sa 8 27 III 15 I 12 10 ' - hard" 35 64 1 12 I 30 15 i 15 -15 i 36 51 13 ! 31 I 18 i 13 20 SILTY SAND ISM) Reddish Brown, 30 43 11 za j 16 j a dense with clay, fine grained 25 � CLAYEY SAND ISM Reddish Brown, 67 43 15 31 1 19 , 12 very dense, fine grained > 30 . SILTY SAND (SMI Brown, very dense, fine grained with caliche nodules 35 y%r 63 121 7 NP NP NP 40 >> 54 I I I - dense ;•'i 47 ( 32 7 1 NP NP NP 50 ,�:; - very dense 4; � ; s3 5 5 dense 43 I j 60 - very dense with caliche inclusions ` ss I 25 s NP NP NP I I 6 5 - dense yx 50 23 5 NP NP I NP ! 70 - light brown to tan, very dense with 7!3 i I caliche mixture 75� { 1 100 38 6 ! NP i NP NP 80 I 111 ' 1 - brown with caliche streaks 64 85 I light brown with slight cementation Be 31 ! 4 NP NP i NP L::•:� 90� I.I ( - caliche l 95 i 77 ; ! 16 4 i NP � NP NP 10 Completion Depth: 183.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted (0.02-inch) flush threaded PVC pipe. Date Boring Started: $/2/94 Groundwater encountered at approximately 160 feet BGS. Date Boring Completed: 8/4/94 Continued Next Pac7e HEIR Engineering, Inc. WzE , LOG OF BORING NO. B10/P3 in Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363571.906 ! o I E 924045.165 c I C O 6 i LL CD I I r I C a O Ground Surface El.: 3380.1 MSL I O E 2 2 2; a CM> 0 .0) 3 V ! o-a E T.O.S.C. Elev.: 3384.17 � o 43 c 3 d t5 a 104 o y d p a V 0- � E � o ' I z a n Q. Z c 0I a MATERIAL DESCRIPTION SILTY SAND continued, very dense 82 ! - caliche nodules and streaks y 50/3" 11 : ; CLAY (rl Reddish Brown, hard 50/4" 87 16 1 3 1 25 1 13 ;y 50/5" 91 19 46 1 25 1 21 SILTY SAND ISM} Light Brown, very 2 dense, fine grained with some reddish 0/4.5 brown clay 50/4" ` 3 - li ht yellowish tan 9 Y � A" 5014" 35 -tan 5014.54 i 14 i SANDY SILT IMLSI Light Brown, Very 50/4" 58 11 1 NP I NP NP dense with caliche nodules and ! i q inclusions - tan, fine grained 0/5.5 i 5 -cemented with caliche 150. 1 SILTY SAND (SMl Light Brown, very 1 dense with Gravel I 5 33 21 i NP I NP NP %.*-R:::50/5.5'20 19 NP I NP NP 6 50/2" I • 50/4" I I ! I 73.0 LIMESTONE Tan, Weathered, Vugs 1 18 183.5 I i Boring Terminated at 183.5 feet go— I I I 9E� i i I 20 Completion Depth: 183.5 I Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: $12/94 Groundwater encountered at approximately 160 feet BGS. ` Date Boring Completed: 8/4/94 HDH Engineering, Inc. rn 69 2 m LOG 'OF BORING NO. B11 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362925.258 o E 924014.44 w a Ground Surface El.: 3374.1 MSL o y'� 3 = o (� j L E r > c° ¢> a� y c a aai 0 cn t7 S y mO _ d Y O E612 O Z C y i d m MATERIAL DESCRIPTION a i i a SANDY CLAY (S..L} Dark Brown, hard 2.0 i SILTY SAND jSM} Tan to White 5.0 5 CLAYEY SAND (SC } Reddish Brown, very dense i ! 10 - fine grained with caliche nodules and 69 ' streaks 15.0 I 15 /- SANDY CLAY (CL} Reddish Brown, hard Ij 20 22.0 fig CLAYEY SAND (SC} Brown, dense 25 30 ; . - fine grained 43 35 SILTY SAND ISM } Light Brown to 4o Brown, very dense, fine grained with caliche nodules 56 zo 6 NP NP NP 45 i 50 - reddish brown I 33 I - dense 55 I 60 - light brown with some clay 42 i zo I 10 I i NP NP I NP 65 I 70 - hard pinkish white/off-white, very 50i1• dense, caliche streaks 73• SANDY CLAY (CL} Reddish Brown, hard 75 with caliche nodules I 80 j I I SILTY SAND (SM) Light Brown to Tan, very dense 85— I 90 - fine grained with slight cementation I j 50i5 � ICI 10 Completion Depth: 174.0 Remarks: Groundwater encountered at approximately 146 feet BGS. Date Boring Started: 9/12194 I Date Boring Completed: 9113194 Continued Next Pa e HDR Engineering, Inc. 11 LOG OF BORING NO. B1 1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362925.258o E 924014.44 > Ground Surface El.: 3374.1 MSL 0 0 '= LL T- low C 0 E -J E > 0 &0 - U) 0 M 0 Q. L) M Q_ Fn 0 E 6 0- tC MATERIAL DESCRIPTION aZ z CL pinkish tan with caliche and moderate 50/4" cementation 104. 06- -SAND continued/ SANDY CLAY (CL1 Dark Brown, hard -j i -110- fine grained 6110.5 116.0 CLAYEY SAND JSQ Reddish Brown, A very dense fine grained with caliche nodules and 5015.5� streaks 12 -130- 50/3.5' -135- 139.0 -140- SILTY SAND ism Tan to Light Brown, 50/4" - - very dense with slight cementation -145- - - fine grained with hard caliche nodules 150- and moderate cementation l50/2.5 -155- 50/2" I i 17 22 i NP I NP I NP -16 CIA)LICU Yellow Green 169.01 i -17 LIMESTONE Tan to yellowish tan 174.0 -1 7� Boring Terminated at 174 feet -180- -185- 9 -q 9 i I i i i 1 -20 Completion Depth: 174.0 Remarks: Groundwater encountered at approximately 146 feet BGS. Date Boring Started: 9/12/94 Date Boring Completed: 9/13/94 HEIR Engineering, Inc. rot Ln a, m iA 12 0 LOG OF BORING NO. B12 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362871.190 i o I j E 925795.555 6 �' a Ground Surface El.: 3381.6 MSL 0 \ o C O LL LL � I ) .N 3 ° i J J =IE II r , a ��, CD o N U '0 �,.. m cn f C7 U ¢ aci o a m Y m E o o 0� Q o .� , _, a 0 a Z 1 C iD N o f 1 I a MATERIAL DESCRIPTION SANDY CLAY ICL1 Dark Brown, very 2.0 I stiff 5 SILTY SAND (SW Tan ' i CLAYEY SAND ISC) Reddish Brown, very dense 10 caliche nodules, lenses and streaks 60 I ! 15 I i jX 20 fine grained 55 I 2 5 30 dense 42 35 40� very dense, light caliche streaks, 50/6" cemented caliche lens i 45 i 50 SILTY SAND ISMI Brown to Light I . Brown, very dense, fine grained 75 I 55 I 6o (.I _ caliche streaks, cemented caliche i 50/4" f I 65 ! I I 70 - dense 36 I I 75 I 80 I i I ( I I 47 Boring Terminated at 82.5 feet i 85 95— I I I 0 Completion Depth: 82.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/26/94 i Date Boring Completed: 9/26/94 14DR Engineering, Inc. ir�r a B f LOG OF BORING NO. B13 o °e Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362833.12 o j E 927048.287 1 6 r I X y N Ground Surface EL: 3377.9 MSL � o C O � LL LL � � � m d 'y `n l m c ) r a E L ; d y c 3 a iU an N mo aN >,a, U o cn c°� am d o f o o I a i a MATERIAL DESCRIPTION a Z c a SANDY CLAY (CLI Dark Brown, very 3.Q za stiff 5 i . CLAYEY SAND(SC) Reddish Brown, very dense 10 -caliche nodules 76 15 I I i 20 .' _ fine grained 90 I I I I 25- / I 30 �. 35 - brown I fine grained 66 43.0I 45 SILTY SAND (SMl Brown to Reddish Brown, very dense I 50 -fine grained 56 25 6 NP NP NP 55 60 - medium dense 29 I I 65 is 1 I I i I 70 - light brown, very dense, pinkish and Si ' I off-white caliche streaks 75:: 80 caliche streaks, slight cementation 81.51 58 ' Boring Terminated at 81.5 feet 85 ! i I I I I I 95 o Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/23/94 Date Boring Completed: 9/23/94 HDR Engineering, Inc. LOG OF BORING NO. B14 rn o Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362717.190 aE I E 928375.33 6 c •- j x j a Ground Surface El.: 3373.3 MSL o LL ►�'- .y w o J E tIE > yo4 3 d �o o N >� H 4) cn c m �, o E o o a y a Z a MATERIAL DESCRIPTION SANDY CLAY (CLi Brown to Light Brown, very stiff 3• 16 66 to 211 16 tz . CLAYEY SAND (SC I Reddish Brown, 5 �` l very dense I ' f' I 10 `/' • - fine grained with caliche nodules, 50/5' ( i ' V, lenses and streaks 15 I 20 y'., _ cemented precipitate lens 64 25- i%•' 30 69 i I I 35i� ` !! 40 65 i I 4 . SILTY SAND (SMI Reddish Brown to Brown, medium dense, fine grained 50 26 5 5 I rl i 60 - very dense, caliche nodules and � I E 67 cemented caliche 65 � I l i I I 70 ' I 61 I 75 80 - tan, fine grained with slight I 50/5• . cementation and caliche nodules 85� I• i (: 90—i CLAYEY SAND / SANDY CLAY i 150/4.5- Dark Brown, very dense/hard with 92,01 /. caliche nodules, streaks and 95 .L cementation SILTY SAND (SM) Light Brown to -" :r Brown, very dense I ! 1 p Completion Depth: 190.0 i Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 9/14/94 drilling. Date Boring Completed: 9/15/94 Continued Next Pa e HDR Engineering, Inc. LOG OF BORING NO. B14 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362717.190 t E 928375.33 -0 6 > Q) to 0 _J Ground Surface EL: 3373.3 MSL C 0 = 2 LL. C MCD U) tv E E CL CL E L) L CL > 0 0 -J -J c7 U 0 am E e;2 �E _J a0 z Z; D MATERIAL DESCRIPTION I slight cementation and cafiche streaks SILTY SAND tintip 53 con caliche streaks and lenses 0017.5 pinkish tan, cemented -4 -1 20-= brown, fine grained with caliche 0/5.5' nodules and streaks 25- 1 3- light brown, slight cementation Do/5.5 -1 3E� j. -14 -145- brown with cemented caliche nodules -0/5.5 - - 1 50- .4light brown, fine grained with slight - - cementation -155- -16 caliche nodules 0/5.7J -165- -170- 171.01 LLMFRTONF Tan CLAY Cl AYRTONF Yellow Green, hard -18 light olive green to yellow i I633 183.51 -18 - LIMESTONE Tan to Yellowish Tan 190,01 1 Vd Boring Terminated at 190 feet 19 i I i -20 Completion Depth: 190.0 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 9/14/94 drilling. Date Boring Completed: 9115194 HDR Engineering, Inc. 0 Cn w 0 LOG OF BORING NO. B15 Project Description: West Texas Region Disposal facility Lubbock County, Texas Location: N 7362083.839 ! o E 929040.147 o r ra �_ Ground Surface El.: 3369.6 MSL a C O 2; U. a > > `ED 0 Q7 3 .1 CD o E L > Vi I co N y '> •y IU d d C Y E 0-0 6= Q Q I N y z! a I MATERIAL DESCRIPTION i = i a j i � I SANDY CLAY (CLl Brown, hard with caliche inclusions, nodules and streaks j 5 i I !;' 30 64 8 23 12 11 CLAYEY SAND (SC l Brown, very dense 10 - reddish brown with caliche streaks and 19111.81 I ;! nodules I 15 "' 54 20 " - orange, yellow, light green, red with 92111.3 slight cementation and caliche lenses 23. SANDY CLAY ICLi Reddish Brown, very dense, fine grained with caliche streaks so s6 ,o za l 18 1 ,o 25 30 � CLAYEY SAND ISCi Reddish Brown to �. Brown, very dense, fine grained with 66 caliche lenses 35 f; 57 If 40 44.0 E1 I I 45 SILTY SAND (,s1 Brown, very dense, 56 I fine grained 50 -dense I 47 32 7 NP i NP i NP 55 - very dense with caliche lenses 158 I i I I i 60 - light brown with caliche inclusions 26 I I 65 pinkish tan with slight cementation j 78 70 - light pinkish brown, dense with 71. 37 24 I 6 I cemented nodules and caliche 75 I i Boring Terminated at 71.5 feet 80 i I 85 90 I I ' i I I i 951 I I j 10 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/7/94 Date Boring Completed: 9/7/94 i HDR Engineering, Inc. 10 nti 0 kr r-- I I LOG OF BORING NO.,*'01'6' Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362128.794 E 927651.971 2 C 3 0 LL > M C au- Ground Surface El.: 3374.3 MSL a) a in �: -� 0 -5 E 0 > 0 IL 00 U U 1 a) cn o. CO E 6z g. 0 MATERIAL DESCRIPTION SANDY CLAY (0 ) Brown 1. CLAYEY SAND (SQ Light Brown to Tan, very dense - caliche 10 brown with caliche nodules is i 15 reddish brown with caliche streaks 82 20- brown, caliche streaks and nodules 80 36 10 25 16 9 -25 11/11.5 -30- 74 35- 63 -40 i. 60 45 fine grained 67 -50- - - 9/10.5 55 fine grained, caliche nodules 66 1 1 28 1 9 i 23 19 1 4 -60 dense 43 650 1 65 SILTY SAND ISM► Light Brown, very 50/5" dense, fine grained with caliche nodules 7 0- dense 45 5 7 hard caliche layer _77 28 80 very dense with off-white caliche 85 R4 ()1 85 SANDY CLAY Irl Reddish Brown, hard with caliche nodules 87.() 1 86 53 i 12 34 21 13 56 i 13 NP NP NP SANDY SILT ULS) Brown 90- 176 SILTY SAND (SM► Brown to Light I Brown, very dense, fine grained 95 69 8 2 Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 151.5 feet BGS. 1 11 Date Baring Started: 8/9/94 r Date Boring Completed: 8/12/94 Continued Next Pa-ge HDR Engineering, Inc. ' LOG OF BORING NO. B16 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362128.794 I ae E 927651.971 o o LL wN a Ground Surface El.: 3374.3 MSL ° o o o� LL iucn �.°' .N `� �,� 3 "- 2 c E J E c J . a E � r > �, y a �, �o o> U d (n d d 0 0. m -1 1 o Q d Z MATERIAL DESCRIPTION SILTY SAND continued 55 0 I I - brown to reddish brown I I 1 - fine grained 99n0" 1 - caliche nodules j i ! 12 - caliche streaks 5/9.5 31 19 NP NP NP 2 - light brown with cemented caliche IIII ! 3 lenses tan 50/1' I 13 14 - s0/4' I 14 5 Q 50/3" ` ! I 15 I. I i i I I l 16 50/3" I I I I 6 17 172.0 I i I I 7t CLAY / Cl AYSTONE Yellow Green, hard 86 1 i 19 i 59 j 29 I 30 i I B sandy inclusions i 8 LIMESTONE Tan i 19 I 9 �200 Completion Depth: 230.0 I Remarks: Groundwater encountered at approximately 151.5 feet BGS. Date Boring Started: 8/9/94 j Date Boring Completed: 8/12/94 Continued Next Page HDR Engineering, Inc, LOG OF BORING NO.., B1 6 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362128.794 8-0 E 927651.971 ELL > M 0 Ground Surface El.: 3374.3 MSL o-Z 0 0 U. CD En C 1 0 Q M CL > 0 L) 0 C CA, (a 0 C" 0 U (n CD W d. u 0 E C; aMATERIAL DESCRIPTION z C ! LIMESTONE continued 203.0 -20 CLAYEY SANDSTONEReddish Tan ancl 205.5 Black -9n7 RHAI F Dark Gray Shale with Limestone sto ne -21 210 Layers 210 CLAYEY SANDSTONE Reddish Tan and Tan and - Black 21 LIMESTONE Gray limestone with clayeY21 sandstone layers -22 r CLAYEY SANDSTONEReddish Tan an Black CLAYSTONE Reddish Brown and Gray - -22 with silt/sand partings 230.0 31 Boring Terminated at 230 feet -23 246- -24F� -250- 25 60- 26!; -270- -275- z -280- { 2$ i f J -29 29 0 Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 151.5 feet BGS. Date Boring Started: 8/9/94 1 Date Boring Completed: 8/12/94 1 HDR Engineering, Inc. LOG OF BORING NO. B17 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362177.208 I o •' 0 E 926397.876 p C0 O o LL i r CM C I ; w I J Ground Surface EL: 3374.4 MSL ' o �° j 0 n °' w _ E E t L > U c7 H d yi ��! >c�i� CJ j U N 'C ,1~HO ,U N p u7 I (7 dmO Y NIdNiQ� v E I a° Z c y I a MATERIAL DESCRIPTION i g° SANDY CLAY {,CI 1 Dark Brown, very 2.5 22 I stiff with caliche nodules and streaks 5 ILTY SSAND IS.MI Tan 0 CLAYEY SAND ISCI Reddish Brown to Brown, dense 10 :/., %` - fine grained with caliche nodules and 52 35 17 18 some sandy clay layers 15 20 j 25 30 _ brown caliche lenses 47 I I I 35 SIJ_TY SAND W I Reddish Brown to Light Brown, medium dense 40 - fine grained 29 I 31 6 I NP NP ' NP i 45 50 very dense I 53 55 60 - light brown, fine grained with caliche eo nodules I 65 i I � 70 - with sandy clay layers i 54 I I ; 22 ` 13 9 75 J. I I I i I I i j so dense ; 45 ; J 85 I I I I 1 90 I - very dense with slight cementation i j 8918" 95 10 Completion Depth: 160.0 1 Remarks: Groundwater encountered at approximately 155 feet BGS. 160.0 Date Boron Started: 4 A test pit, TP-17, was excavated approximately 13 feet east of + g 1 B17 on 1215/94. Date Boring Completed: 9/23/94 Continued Next Page HDR Engineering, Inc. 044 i LOG OF BORING NO. B17 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362177.208 E 926397.876 C > -C 0 .J Ground Surface El.: 3374.4 MSL 2 0 LL 4) LO C CD CD . C, LO CD z E E E > -� 0 0. CD 0 rol 0 U o C) CD am z E o- Z C 0 a, MATERIAL DESCRIPTION SILTY SAND continued 87111 pinkish tan with cemented caliche 5013" nodules and streaks 1 I i i i 20- brown, fine grained with slight 4110.5 >< cementation -125- -13& caliche nodules 0/5.75 -136- -14 —>< light brown, fine grained with caliche 57 nodules and streaks I. 14 -1 5c)- off-white, moderately cemented 50/1" caliche -15 j.160.0 6 Boring Terminated at 160 feet 6 17 175 --ji 8 -185- -19(51 9 20 Completion Depth: 160.101 Remarks: Groundwater encountered at approximately 155 feet BGS. A test pit, TP-17, was excavated approximately 13 feet east of Date Boring Started: 9/22/94 I B17 on 12/5/94. Date Boring Completed: 9123/94 HDR Engineering, Inc. I LOG OF` BORING NO. M/M Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362217.912 E 925146.935 o o LL OW ; C I j =! X E I y vi J Ground Surface El.: 3378.4 MSL d ,� .20 , ; d '� .N �' 6> �; 3 r- .�+ c E C s c L T.O.S.C. Elev.: 3381.E E .2`. d o « H c a �, m p N o d o l c7 at0 am of �o ` a _ _ a I MATERIAL DESCRIPTION If i J CLAYEY SAND ISCI Brown, very dense, j fine grained with caliche nodules10 5 / ol5.5 !'^ - moderately hard caliche t' 15 f brown and reddish brown with caliche 75 lenses and nodules 20 r:. - brown, dense with caliche nodules and 46 36 11 I 23 17 6 ',. streaks I 25� ao 30 I 40 3e 45 30 50 `, - y I + ^� 51 36 9 I 24 17 ; 7 55 41 60 medium dense 27 light brown, very dense, fine grained F 75 i` with caliche nodules and streaks 70 ;;: .� SILTY SAND (SM1 Brown, very dense, 59 25 I 6 NP NP NP l fine grained with caliche nodules and 78 streaks - pinkish light brown i 56 j I 80 L' ; 61 85 - moderately hard caliche 50i4- 90 95 (. I - tan, caliche 5o/5"i I i ' brown �,'• i i 10 Completion Depth: 176.5 i Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/18/94 Groundwater encountered at approximately 150.5 feet BGS. Date Boring Completed: 8/19/94 Continued Next Page HDR Engineering, Inc. r.o a r y 64 Ln LOGOF BORING. 4 BvC 10"NlP 1`\i;8�'�s' OjIj Q/ rn Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362217.912 oyd 925146.935 C o Ground Surface El.: 3378.4 MSL o LL ~Na aoo, o T.O.S.C. Elev.: 3381.6 E a wa) N YaE EimOaZ a0 l a MATERIAL DESCRIPTION d SILTY SAND continue sa 0 1111sodn22d181 tan, fine grained with caliche nodules 5015' 1 brown 58 21 6 NP NE<0P N.a�VmaP 3 light brown with some clay 5013" 3 :' ' hard caliche 14 light brown with caliche 50/5" !!jI!jIjIiiI ji 45- 155 3a. tan with cemented caliche 50/216 s IIIIII 17 0N. _ _J_ _ I AYSTONF Yellow Green with caliche !I 17 1177 Boring Terminated at 176.5 feet 3 99 r 20 Completion Depth: 176.5 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/18/94 ; Groundwater encountered at approximately 150.5 feet BGS. Date Boring Completed: 8/19/94 HDR Engineering, Inc. LOG OF BORING NO. B19 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362263.295 �' y O E 923990.64 o O LL I N y j x OD a Ground Surface El.: 3374.4 MSL > o r {1 C N C> .9 y N «. 3 o E J E J I c t d E fn c a '° > o d ¢ a� N d C a y Y mp d N > 0 U 'a Q 9 o ¢ am E a EI' ; .� H J tNp a w I a I MATERIAL DESCRIPTION = O � ;. SANDY CLAY WIL Dark Brown, very zs stiff 5 hard ; f CLAYEY SAND ISCI Reddish Brown, 15 dense with caliche nodules and streaks 20 - very dense, fine grained 24.0 89 25 SILTY SAND Im Reddish Brown to i ! Light Brown, dense I - fine grained 41 I � I 35- I I 40 . 33 45� 50 ! . .. ..I, 31 I I I ( 55 �. 60 I.! - light brown, hard caliche nodules and 5013- streaks I 65 70�' -fine grained I 56 ! ! I 75- 80-- - light pinkish brown, with caliche 80. sor3•; -a nodules Boring Terminated at 80.2 feet -�, 85� � I 901 95 � I 1 0� Completion Depth: $0,2 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/26/94 Date Boring Completed: 9/26/94 HDR Engineering, Inc. I= ow 01 LOG OF BORING NO. B20 in Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361559.366 E 924494.733 C U, Ground Surface El.: 3376.4 MSL > 20 0 W C 0 LD (n 0 C _J 0 E C CL E M = CL W > 0- z 0 0 a. C14 3 > U 6 Z ! > Um 0 0 CL F3 0 U E ' 6 2 ST -2 a. 0 a. Z CL MATERIAL DESCRIPTION Y iCL Dark Brown, very SANDY CLAY 2.0 1 24 1 60 1 7 28 1 18 10 • stiff 5 50 CLAYEY SAND (SCBrown, very dense - caliche nodules _10- - fine grained 60 78 44 11 28 18 10 2 0- reddish brown 56 dense 41 37 15 32 19 13 brown, very dense 53 _35- reddish brown, dense 30 44 14 26 15 11 _40- medium dense 27 -45 brown 47.0 22 SILTY SAND (W Light Brown to 50- Brown, fine grained with cemented caliche and streaks 40 - dense 55 - brown 38 I I 38 i 9 I NP i NP NP -60=1 36 65 light brown 34 70 34 12 a NP NP j NP 75 32 80 15013- 1 pinkish off-white, very dense, fine grained with cemented caliche 85 reddish brown with caliche nodules 72 _90� L light brown 67 -95 dense i 41 10j Completion Depth: 225.0 Remarks: Groundwater encountered at approximately 150.5 feet BGS. Date Boring Started: 8/19/94 Date Boring Completed: 8/24/94 Continued Next Pa HDR Engineering, Inc. w 0 HDR Engineering, Inc. LOG OF BORING NO. B20 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361559.366 E 924494.733 i b wN Jp pCD py ca LM E_ c ' Surface E: 3376.4 MSL LL�- 0Ground 3 �- r E0 r > a Cr pia;, o aai N a I o ar Y d E N \ J a Im�d Z y o a MATERIAL DESCRIPTION - pinkish tan with cemented caliche 50/4" SILTY SAND continued, very dense 10 1 - reddish brown with caliche nodules 015.5 and streaks I 1 � i 12 - brown, fine grained 0/5.5 28 I 8 NP i NP I NP 12 3 - reddish brown, fine grained with 0n.5 I caliche 13 - tan with cemented caliche 4 5or4" I I I f 4 � 15 = 014.75 i j 5 i 16 - off-white with cemented caliche 0/2.5 6 167-0 I i i CLAYSTONE Yellow Green, hard 17 7s I j 7 I I + 1 I I I i I i 18 LIMESTONE Tan 18 ; 19 I 9 196.0, SANDY CLAYSTONE Green 198.01 CLAYEY SANDSTONE Yellow to Orange i 20 Completion Depth: 225.0 Remarks: Groundwater encountered at approximately 150.5 feet BGS. Date Boring Started: 8/19/94 i Date Boring Completed: 8/24/94 Continued Next Page e++ Ei LOG OF BORING NO. 620 m 4 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361559.366 t �- i d i p E 924494.733 a° C O o U. d y t I X a - Ground Surface El.: 3376.4 MSL T Q o o ALL a� cn y •- N a� ,; ?J - E E C ! ] J l c rE a m t > `� cc cciu - a y ifl p a > c�i V c7 cc a m o E ' Z .. C ' a !If A MATERIAL DESCRIPTION a I o a with claystone and limestone layers CLAYEY SANDSTONE cnntinned i i 20 21 210.0 t IMESTONE Gray 212.0 SANDSTONE Orange to Yellow 214. 21 CLAYSTONE Reddish Brown and Gray with silt/sand partings I i 226- Eq I i i 22 '� Boring Terminated 225 feet at 23 23 24 ` 24 25 25 I 26 I I I 26 I f 27 I I I 27 ! i i 28 i I ' ! 2 29 29 � I i o Completion Depth: 225.0 Remarks: Groundwater encountered at approximately 150.5 feet BGS. Date Boring Started: 8/19/94 Date Boring Completed: 8/24/94 HDR Engineering, Inc. LOG OF BORING NO. B21 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361495.340 o j E 925746.609 a o o LL > rn C _ a 0 Ground Surface El.: 3377.1 MSL o 0 o 2'; a� ; N �' o E c r M d cc WC a a� a a N ' °' ' H aai cn o Y in w a Z C � MATERIAL DESCRIPTION I SANDY CLAY IC 1 Brown, hard 30 73 ! to 33 i 16 n 5 CLAYEY SAND ISCI Brown, very dense i 10 - caliche 82110" i 15 j 20 -' `; reddish brown, fine grained 65 25 s1 j. 35 _ brown, fine grained with cemented 3/9.5 caliche 45� caliche lenses and nodules 88 55 j i I I 60 SILTY SAND (W Reddish Brown to Light Brown, very dense with caliche ass 37 s NP NP NP nodules and slight cementation ti5 + i 70 ss I j I ` 75 I j 80 Boring Terminated at 80.1 feet 501'-! I 85 I 901 95 OCT Completion Depth: 80.1 I Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/29/94 Date Boring Completed: 8/29/94 HEIR Engineering, Inc. PW ern LOG OF BORING NO. B22/P5 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361453.415 E 927000.918 c o r N J O C LL 01 6>7 CLLI C(n C� •� GCi ~ 67`I E E ° I Ground Surface El.: 3374.8 MSL E No 3 cE a t o m T.O.S.C. Elev.: 3378.65 o 2 N W o y C H iul fOo, 0 3 �, ., a a d �� >�j v 'a o. � 5 d o (A c7 a v m e Y �\ am o Ei° 61 2 N i t a o = I a MATERIAL DESCRIPTION ` I i CLAY ICL1 Reddish Brown with caliche nodules 5.0i 5 CLAYEY SAND ISCI Brown, medium `' ;' zs 77 s za 16 12 dense 10 ' ;. - very dense, fine grained with eo cemented caliche nodules 15 ' with caliche lenses 64 Y, 54 40 13 29 18 I 11 60 30 54 35 i - reddish brown, dense, fine grained r, 37 i I 40 j - medium dense i '' 24 18 5 � NP I NP NP - dense 37 j. 50 �.i"` 4o i 1 55 ' SILTY to CLAYEY SAND ISM -SC Light 5z 33 I 10 , 34 24 10 Brown, very dense, fine grained 60 caliche nodules 72 I 65 ( 63 I 70 -dense 42 I I I 75 - tan, very dense, fine grained 57 I i 12 j 4 i NP I NP 1 NP 80 ( dense, caliche nodules 49 A 1 85 I - very dense 89 I 90 brown with caliche streaks and ; 57 ...I I cemented caliche 95 ; J% CLAY (CL1 Reddish Brown, hard 53 i 95 27 53 ! 28 j 25 ;.' SAND to SILTY SAND (SP-SM Brown 10.1 Completion Depth: 200.0 I Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Date Boring Started: 8/15/94 ( f0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 8/16/94 Continued Next Page HDR Engineering, Inc. si HDR Engineering, Inc. LOG OF BORING NO. B22/P5 Project Description: West Texas Region Disposal Facility 1Pq- Lubbock County, Texas Location: N 7361453.415 0 4) 927000.918 o °0 ' _a Surface EI.: 3374.8 MSL d O U. m`a)wQ c C c U) O Ec0 JiuGround tai T.O.S.C. Elev.:3378.05 E= i N U r�E C av am oE a'Z c IL a ' MATERIAL DESCRIPTION � I I ' very dense, fine grained with caliche ; % 8s i nodules ; I SAND to SILTY $AND continued tan with white caliche streaks 50/4" I I i 1 1 �, ✓. • SANDY CLAY ICI 1 Reddish Brown, hard 12 6110.5 70 14 34 21 73 12 ,/ i / /. I f r I 4 - '- -caliche streaks 9srs" 19 z� j 58 33 I 25 14 CLAYEY to SILTY SAND {SC-SM1 Tan, V very dense, fine grained I I I I I caliche nodules �• 0/2.5 5 cemented caliche 16 cemented caliche nodules sas" I 1 CLAYEY SILT Yellow, very dense with caliche nodules 5012" I 7 a I I I I ! 8� 101 1 I CLAY / CLAYSTONE Yellow, hard 82 ss 24 47 1 I 27 1 zo I i 1 18 LIMESTONE Tan, Weathered, Vugs 19 I: 195 20 Completion Depth: 200.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/15/94 Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 8/16/94 Continued Next Page PWR P" 1AM Y-I A LOG OF BORING NO. B22/P5 Project Description: West Texas Region Disposal Facility I Dal Lubbock County, Texas 6 Location: N 7361453.415 0 E 927000.918 C C 0 :1 D M a. Gd SurfEl.: 3374.8 MSLE Ground ace 0 LL CD c cn L `in CD E C E .2 CL T.O.S.C. Elev.: 3378.05 E 2 o N CN > Uv > .2 0 cn a: U 0 coo E Q Z c D in MATERIAL DESCRIPTION Boring Terminated at 200 feet 205- -210- -21 E�- -20- 225- -30- 236- 246: 24 5- -250- -25 26(5-- 26 -7- -2 76: 85- --29 -295- -300- Completion Depth: 200.0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted i (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/15/94 Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 8/16/94 HDR Engineering, Inc. r m HDR Engineering, Inc. LOG OF PIEZOMETER NO. P5A m Project Description: West Texas Region Disposal Facility ED Lubbock County, Texas Location: N 7361453.001 a Cn E 927011.004 "O E 'Oc Ground Surface El.: 3374.8 MSL �_O 2 LL �LL � ° ci LdaN a Elev.: . E 2 O o c Y 4 0G7 M pT.O.S.C. o N 'OE Q c7 d U a m p E o 6 E)I J a MATERIAL DESCRIPTION a = c o 5 �`. 10 ! 15 20 I 25 30 ,.. 35 a0 y• ,;; 45 50 5 5 '• �,; V. 60 6 5 70 75 80 85 i I i s0 95 ' 0 Completion Depth: 169.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/16/94 For material description, refer to Log of Boring B22. I Date Boring Completed: 8/16/94 Continued Next Pa e 7 n LOG OF PIEZOMETER NO. P5A Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361453.001 N J E 927011.004 c y 0 «. O O N N > C y s .� . i s I P I E ` a Ground Surface El.: 3374.8 MSL M M ; d .y c ; o c t a E M r n T.O.S.C. Elev.:3377.85 ° d N o o_ p o. N m fn ea s o a v 0 O am Y O c E ae � a c a m MATERIAL DESCRIPTION o Z = ° o 10 / 1 1 I i l i 12 2 13 13 14 I i 14 = 5 5 6 16 1 17 Piezometer Completed at 169 feet I I I 17 iI i 180� 1 s� 20 I Completion Depth: 169.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/16/94 i For material description, refer to Log of Boring B22. Date Boring Completed: 8/16/94 HDR Engineering, Inc. m w f� HDR Engineering, Inc. LOG OF BORING NO. B23 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361419.201 E 928252.073 I j 6 L I x w a J Ground Surface EL: 3372.8 MSL � o I N ,� LL I H y •5i in w 3 C I J c E E r Ec > I v, o_ �, ns o N >. U o a aai p I to y aCi 0 Y a m o f ao 6 0 C B co y a i co a Z I c y a MATERIAL DESCRIPTION l g I SANDY CLAY fCLI Dark Brown, very 3 28 I X. stiff with caliche nodules 5 SILTY SAND (SMl Tan, very dense � ! i 10 - cemented caliche 1 1 CLAYEY SAND (SCl Reddish Brown, 15 very dense 20 �' _ fine grained with cemented caliche and eaa- caliche nodules 25 X I 30 dense 35 35- 40 SILTY SAND ISM 1 Reddish Brown to i Light Brown, very dense 50/5", is a ; - off-white caliche I 45 .I. 50 - caliche lenses as - dense 55 60 - pinkish tan, very dense, fine grained I 53 34 I s I 65 70 - light brown, dense, fine grained with 40 ' I I caliche nodules I 75 ( I 80 - very dense 81. I ss I i Boring Terminated at 81.5 feet i I 85 I 1 i i I 1 9 95 i j I 0 Completion Depth: $1,5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/1/94 i I Date Boring Completed: 9/2/94 E OR LOG OF BORING NO. B24 Project Description: West Texas Region Disposal Facility 1 —DA Lubbock County, Texas Location: N 7361396.025 _T 0 0 E 929012.096 C 0 0 6 �.'; LL 4) LO CD > CD C .0 CL Ground Surface El.: 3369.2 MSL L, in U- 2 -� cc) Z 0 0 E 4) > a ir Z; a. 0. No U CD :2 1 z . L) V A2 8! Z" E Z M V a0 aa: Z MATERIAL DESCRIPTION SANDY-C LAY (CIL) Brown 2.0 SILTY SAND tM Tan, medium dense 5 cemented caliche 26 9.0 _10- CLAYEY SAND JSC) Brown, medium 22 - - dense with caliche nodules 14.1 15 - SANDY CLAY (CLl Reddish Brown, hard so -.' M. ' with caliche streaks -20 52 56 20 41 26 15 23.0 1 1 1 1 CLAYEY Y SAND (SC) Reddish Brown, dense, fine grained with caliche lenses 41 30- 34 35- medium dense 29 40 dense 31 40 10 22 15 7 37 -50- 53.0 36 SILTY SAND (SM) Brown to Light55 T Brown, medium dense with some clay 22 30 10 and caliche streaks dense with caliche nodules and streaks 37 65 light brown, medium dense, fine 27 grained with caliche nodules 70- brown, dense with caliche lenses 31 75- light brown, very dense with caliche 57 nodules 141 80- dense 1 10 4 85 .1 pinkish off-white, very dense with 50/3" 1 caliche and slight cementation light brown, caliche nodules and 73 streaks with slight cementation -95 15016'! -1 0a Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 142 feet BGS. 16 Date Boring Started: 9/2/94 Date Boring Completed: 9/7/94 I I Continued Next Pa-ge HDR Engineering, Inc. LOG OF BORING NO. B24 Project Description: West Texas Region Disposal Facility hum Lubbock County, Texas Location: N 7361396.025 0 E 929012.096 0 r1 X J Ground Surface El.: 3369.2 MSL o 2 "° j `�' I o j J I J i L E -C > 0 d � �, a ;, 3 d� Mo a. N >U U p 2 f� aai o in c7 c am o f ° o .� J a l m a Z� I N MATERIAL DESCRIPTION � t SILTY SAND continued 99 j 10 108.0 I j SANDY CLAY (CLl Reddish Brown, hard I i with caliche nodules and streaks 0r5.75 114.0 11 ' CLAYEY SAND ISC1 Reddish Brown, very dense 12 12 //. /j. 50l6- SANDY CLAY (CL) Reddish Brown 3 i :f 13 .0 SILTY SAND (SMl Light Brown, very 92 dense 3 14 r7 - fine grained with minor caliche and 99/8" j I = nodules 4 5 0 5 - pinkish tan with caliche cementation i 0/2 5*1 I 5� I 16 -pinkish off-white with caliche layers 5012• 16 168.0 I 17 LIMESTONE Tan Isoo ^ CLAYSTONE Yellow Green I 17 i i it i 18 ` I i I 8 i j I LIMESTONE Tan 19 1 Boring Terminated at 190 feet I 195� I 20 Completion Depth: 190.0 ! Remarks: Groundwater encountered at approximately 142 feet BGS. Date Boring Started: 9/2/94 i Date Boring Completed: 9/7/94 j HEIR Engineering, Inc. LOG OF BORING NO. B251P6 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360704.660 I ! E 928975.793 I b aO Ground Surface El.: 3363.4 MSL ° > E T.O.S.C. Elev.: 3366.60 N oC2 d H o oLEa NC > � oN` 6�7 �mN n vo.mO 5 E Z C fH IvC C MATERIAL DESCRIPTION o- i a CLAY ICL1 Brown CLAYEY SAND ISS1 Brown, medium 28 j/ , X x dense, fine grained with caliche streaks 10 % and nodules 53 - light brown, brown, yellow, orange and light gray, very dense with cemented 15 �" nbdules rown, dense, fine grained with caliche as ' nodules 20 - very dense ', , 51 ' i dense 46 30 39 I I I I 35 very dense with caliche nodules and 71 streaks Y i 40 40.0 y :. SILTY SAND (SMl Tan, very dense, fine 68 I I grained J 45 -dense I 31 23 6 NP NP i NP I 50 - caliche nodules and streaks - 43 55 - light brown, very dense, fine grained 5016" with caliche nodules and streaks 60 pinkish tan, fine grained with caliche tiL 81 nodules and streaks 65 62 70 - dense 38 I I I ! <. I , I 75 - light brown, fine grained with caliche ' 48 45 I ! NP NP NP nodules 80 - pinkish tan, very dense, fine grained { I .. _ 2111.5� I with caliche streaks 85�:•:15a2• 90 I I .; .I � _ light reddish brown fine rained with 9 g th •." a 91 caliche streaks 95 10 I Completion Depth: 171.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted Date Boring Started: 9/7/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 137 feet BGS. Date Boring Completed: 9/9/84 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B25/P6 qrl Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360704.660 ! l o m o E 928975.793 a� c ° c o i° a) W a Ground Surface El.: 3363.4 MSL 20 a mo °' a n T.O.S.C. Elm: 3366.60 N ti o � 3 �, °' a N �� � 5 '� .2 o N a v °m aE a°6 y J a m a MATERIAL DESCRIPTION - caliche cementation 014•5 SILTY SAND continued 0 I I 11 - light brown, fine grained with ezra" I I cemented caliche nodules 11 12 0/a.25 12 3 92 J 4 -pinkish tan, fine grained with caliche 50/3" nodules 14 5� 50 fine grained with cemented nodules oi3 s I i 15 6 - fine grained with cemented caliche 5a3" j a5 I z3 I NP I NP I NP nodules i 6 168.0 AY /CLAYSTONE Yellow Green, hard i 17 171.6 53 Boring Terminated at 171.5 feet 7 16 s 19 19 5-1 20 Completion Depth: 171.5 i Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 9/7/94 Groundwater encountered at approximately 137 feet BGS. Date Boring Completed: 9/9/94 HDR Engineering, Inc. r-, P" OR LOG OF BORING NO. B26 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360750.311 I i o It E 927601.234 p 21O _!I Surface El.: 3373.8 MSL = CO C O N C co d. .LLI 3 o CX I EGround J J a m c°> ¢ c 3 CL d a�laNipa '� I ;0 aai c`n E *Ir I ( a m a Z= I g MATERIAL DESCRIPTION i SANDY CLAY (CUBrown, very stiff 3.0 28 j 5 , ` . CLAYEY SAND (SCl Brown, very dense with Sandy Clay Layers 10 - caliche lenses and nodules 52 i 15 20 ;'; - mottled reddish brown, orange -brown, so light olive green 24.0 25 .SILTY SAND ISM Reddish Brown to Light Brown, dense 30 - fine grained ae ! I ! I 35 40 :.. - medium dense 28 i I I 45 I i I I 50 1 - dense as I I i I I ! 55 I 60 f light brown, very dense, fine grained ! So I j with caliche streaks and nodules I I I I f 65 I 70 dense ( 142 75 80 I - pinkish tan, very dense 80. i Boring Terminated at 80.3 feet I ! I s5 j -90 -95 Completion Depth: 80.3 ! Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/21 /94 Date Boring Completed: 9/21 /94 HDR Engineering, Inc. LOG OF BORING NO. B27 _ "Y-lq Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360826.450 E 925095.770 c o o LL y N a O Ground Surface El.: 3376.8 MSL Q *Z L — W y o y. .+ I J J i C t E r a > o "' a;; y ao U m m (A 0 y cc N O am x o f �N ° "c Q J m ia y M 4 Z N 0 a MATERIAL DESCRIPTION I I= = SANDY CLAY JCL Dark Brown, very -2.0 stiff SILTY SAND (SMI Tan 0 5 I i 1 SANDY CLAY ICLI Reddish Brown, hard10 1 caliche nodules 2 0 77 55 12 36 20 16 -°' CLAYFY SAND (SCReddish Brown, 5� ' very dense 20 // - caliche nodules 56 I 25 I j 1 I I 30 - ,: - dense, fine grained with caliche ao I 1 I I nodules j 35 I - pinkish tan with slight cementation and 1 caliche nodules very dense 86 40 7 26 16 10 I 44.0 45 SILTY SAND ISM Light Brown, dense 50 caliche streaks 38 I 55 i I 1 60 I 34 i 11 I 4 II NP NP I NP I 85 I I 70 - very dense with caliche nodules and 319.51 I I slight cementation i 75 80 -reddish brown with caliche nodules 80. Boring Terminated at 80.8 feet 85 r 90� 95� 0 Completion Depth: 80.8 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/26/94 Date Boring Completed: 8/26/94 HEIR Engineering, Inc. :M V r �_4 w LOG OF BORING NO. B28 O Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360857.386 i o I E 923950.397 6 r I I d y a o Ground Surface El.: 3376.9 MSL 0 o o c C ; y� ; � �y .y .� 3 = d o I C I Z r E r > d ,� °' a a� CN `� >2 U o aai cn aci o Y 61 E 0 a o o n l a m a Z c = H I a MATERIAL DESCRIPTION I i I SANDY CLAY (CLl Reddish to Dark I I Brown 5 I 10 ��1 - caliche 12.0 62 12 37 I 22 15 CLAYEY SAND (SQ Reddish Brown to 15 j: Brown 20 < - fine grained with caliche 25 ��. 30 fine grained with caliche nodules and streaks 34.0 35 SILTY SAND ISM l Brown to Light Brown I 40 - caliche nodules and streaks and slight I I cementation I I 45 50— I 55 60 - light brown, fine grained with caliche 20 i 1 a I NP NP NP nodules 65 - off-white with cemented caliche I i � 70 - light brown, fine grained with caliche I nodules and streaks_75- so I , 85 90 i I I 8 2 j NP NP NP 95 I I I i I � ` • 0 Completion Depth: 161.5 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 8/24194 drilling. Date Boring Completed: 8/25/94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B28 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360857.386 ! E 923950.397 _ o d i L ! x w a Ground Surface El.: 3376.9 MSL o 'M LL, 0 3 o t E t > m N a. tj � � >� U 'a I _o - l C� 2 am o f l a o Z E m o a MATERIAL DESCRIPTION I - pinkish tan, fine grained with caliche 0r5.75 ! nodules and slightly cemented caliche 0 SILTY SAND continued 11 11 119.0 12 SANDY CLAY ((..LI Brown, hard with 122.0 0l5.25 caliche nodules SILTY SAND (SMI Light Brown, very 2 dense ( I 13 I . . caliche nodules and slight cementation 0/5.75 j I 13 ( ! 14 - fine grained, with caliche nodules and 5012' I slight cementation 1a 5 0/5.5 15 . I 159.0 16 CLAYSTONE Green and Yellow, hardf3l 74 as 16 61 I 2e 33 Boring Terminated at 161.5 feet 16 � 7-47 I � I I 18 B I i 90 19� i 20 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 HDR Engineering, Inc. L r M ; t. e•. 11 re LOG OF BORING NO. B29 e`+ Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360157.559 E 924444.931 0 C O 0 LL ; r ° _ 0 `9 Ground Surface El.: 3376.8 MSL 1 o O O `� d rn C y .0 d 3° ° E ( C L c L °' > d N a y �' 0 M o ` V U � i L 0 ¢ am a E �Z° 'c h I J a! a MATERIAL DESCRIPTION SANDY CLAY (C-I {{Brown, hard with 2.0 ! i caliche streaks /0 5 _ SILTY SAND (SM{Tan :�!.. CLAYEY SAND (SC{ Brown, very dense 10� -pinkish caliche S7 34 s I 25 ! 15 10 20 i`� - fine grained so 2 5 1;- 30 .% reddish brown, dense, fine grained 32 I 35 .: I -40- brown, medium dense, fine grained 42.0 26 with caliche streaks 45] SILTY SAND (SM{ Light Brown, dense J 50 fine grained with caliche nodules 40 I I 55 60 , ' pinkish tan, fine grained with caliche 40 I I I I i nodules and streaks ! 65 ..j .. 70 I light pinkish brown, very dense, fine I I 55 � j j j I grained with caliche nodules and streaks I i 75� I I � 80� I ! 1 - light brown 81 .,5f--�J56 I 13 I 4 NP I NP NP Boring Terminated at 81.5 feet ! I 85- f I 901 I I 95� 1 0 Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/25/94 Date Boring Completed: 8/25/94 f HDR Engineering, Inc. LOG OF BORING NO. B30 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360119.490 E 925697.663 �, I o! I iU y, 67 0 O J Ground Surface El.: 3376.0 MSL ° ' o O O LL d� C .- 'y 61 «: 3 `o E n E J 70 C L m U L a > o 6 N 0. ( 0 a O N >. U .5 u y > .-. m 0 f° a�i a�i o x °� m y d Z c a a MATERIAL DESCRIPTION �'.. SANDY CLAY IC L) Dark Brown to 28 Brown, very stiff with caliche nodules y I I I I i 10 1/4 - reddish brown, hard, fine grained with 11. caliche streaks and lenses CLAYEY SAND IRSC) Reddish Brown to 15 Light Brown, very dense 20 ' fine grained with caliche nodules 57 i ! ! 25 1. ,< 28.0 30 SILTY SAND_(,W Light Brown, dense j - caliche streaks and slight cementation 47 35 40 - fine grained with caliche nodules 40 45 50 - pinkish tan with caliche nodules 34 I I 55 I 60 - light brown, fine grained with caliche 40 i ' lenses 65 I iI I I I 70 - very dense, fine grained, caliche 50 I 120 I ( I 4 NP NP NP streaks and nodules with slight 75 cementation i � I 80 - tan with caliche nodules and 80. cementation Boring Terminated at 80.4 feet 85� 90— I J 95 0 I Completion Depth: 80.4 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/29/94 Date Boring Completed: 8/29/94 HDR Engineering, Inc. MP% LOG OF BORING NO. B31 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360081.420 E 926950.395 i 6 - LL 0 -J Ground Surface El.: 3373.9 MSL .2 0 01 (n E E 0 U X c c 0 0 N � U -0 cl 0) 0 I (L Fn -V U --' 0 E Cr aM MATERIAL DESCRIPTION SANDY CLAY {CL1 Dark Brown to Brown to Reddish Brown, very stiff with caliche nodules brown, stiff with caliche nodules and cemented nodules reddish brown, hard with caliche lenses CLAYEY SAND ISCI Reddish Brown, dense fine grained with caliche nodules fine grained SILTY SAND [MLight Brown, dense fine grained 040 0 Z C 26 13 70 1 1 75 1 1 4 1 40 1 23 1 17 I 1 1 42 49 52 31 -70-= fine grained with caliche nodules 39 i j 17 i 5 NP NP NP -75 - moderately cemented with streaks of caliche -80 1 pinkish tan, very dense with 5010-1 moderately cemented caliche -85- -90-- -light brown with well cemented caliche 75 nodules _95� off-white, fine grained with -10 Completion Depth: 166.5 I Remarks: Groundwater encountered at approximately 144 feet BGS. 21 R Date Boring Started: 8/29/94 Date Boring Completed: 8/30/94 Continued Next Page HDR L:nglneering, Inc. LOG OF BORING NO. B31 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360081.420 I I I o E 926950.395 c o o LL > w 0 J Ground Surface El.: 3373.9 MSL o C 0 LL WU) .y �' 3 w o ! `, r o. E co r C > d a: a� cn , d o am Y E�o Z c I c co N H J a l 0 a. a MATERIAL DESCRIPTION g cementation SILTY SAND continued 0/5.75 0 1 - light brown, fine grained with caliche 50/3" and moderate cementation ! 11 12 brown, fine grained with slight 5014" I I cementation i 2 3 - light pinkish brown, fine grained with 0/5.5 I caliche nodules and cementation 13 pinkish tan with cemented caliche 50/3" I I nodules 4 I 5 - tan with caliche nodules 1015.75 5 . 16 r - pinkish off-white with caliche nodules 50/2" I 6 CLAYSTONE Yellow to Green, hard166.51 1 51 Boring Terminated at 166.5 feet 17 I i 17 I j I I � � I I I I i 18 185I 9J 20 q Completion Depth: 166.5 I Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 8/29/94 , Date Boring Completed: 8/30/94 HDR Engineering, Inc. rft 14 9W to LOG OF BORING NO. B32 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360043.351 i o i I E 928203.127 c o 6 LL I c Ground Surface El.: 3363.2 MSL > o LL I `�' 3 r I O aN U N A C7 a. O Y o f o !¢ m a Z s MATERIAL DESCRIPTION I I i i SA,NDY CLAY (CL) Reddish Brown, very 23 50 I 8 23 13 1 10 5 stiff 6.0 I I CLAYEY SAND (SC) Brown to Reddish Brown, medium dense I j 10 ,;i .<,- - fine grained with caliche nodules zz ! i i I 20 reddish brown, very dense, fine 78 grained with caliche nodules 25 30 - dense, fine grained with caliche 39 39 9 22 14 8 nodules and lenses 35 I 40� / ' I I ! -very dense 52 ! 44.0 I I i 45- SILTY SAND (SMl Brown to Light lI Brown, dense 50 I - caliche nodules with slight cementation 47 I 55 i j 60 ! I .j light pinkish brown with caliche j 38 I streaks i I 65- I I , � 70 I I - brown, very dense I i I 50/5" i j 75 80 L - pinkish tan, moderately cemented with I i I sofa i I caliche 85- 90� I' brown, fine grained i86i10-: i i - pinkish tan with caliche nodules and 95:� streaks :, ! - brown, fine rained with caliche 10 Completion Depth: 150.5 '. Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 8/31 /94 drilling. Date Boring Completed: 9/1/94 3 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B32 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360043.351 I a° j E 928203.127 I a L N I y a O Ground Surface El.: 3363.2 MSL o o 0 0 M Q1 in � N o . o — N p in ¢ G1 O !o m Y E o o -- D' fN0 � a! co O o Z c _ ur a ' MATERIAL DESCRIPTION i I, i nodules 8/11.8 105 SILTY SAND continued 1 1 92 � I 1 I 1 2 - light brown, fine grained 50/5" 12 I i 3 50/4" ! 13 14 0/4.5I I i ! 14 5 - fine grained with caliche nodules 150. Boring Terminated at 150.5 feet 5 ! 16 I � 16 ! 17 I i -19 20 Completion Depth: 150.5 Remarks: Depth to groundwater not determined because of wash rotary i Date Boring Started: 8/31 /94 drilling. Date Boring Completed: 911194 HDR Engineering, Inc. k p., F AW LOG OF BORING NO. B33 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360020.158 ; o o� E 928963.699 ;. I c o i o l U. > L rn C I ~ c' ~ L N a Ground Surface El.: 3351.5 MSL o O° U. 61 (n V � d y �' j I 3 « I I L I _ yIa ��ao N > 6 i 0 U) jI :� 1 y° a m Y C� C \ p Z I� y _r I --� i M N D. !0 MATERIAL DESCRIPTION a ° i o- ; y .. SANDY CLAY {CUDark Brown, firm to 8 5 stiff 10 1% - hard 53 8o 14 32 18 14 15 •'r'' I 20 olive green 47 2 5 /f I 27.0I I �- CLAYEY SAND (SQ Reddish Brown i 30 /,: - reddish brown, light olive green, white, 51 I and black, hard 35 I I 40 - reddish brown, greenish off-white I st I �i<; - -_45- 46.0I SILTY SAND ISM l Reddish Brown to 1 Tan, medium dense, fine grained i 50 24 I 55 1 60 - off -whitish tan, fine grained 61. 25 Boring Terminated at 61.5 feet 65 I I I 70 I 75 I i i i I I I i I y I I � � 85— 90 1 I I I � 10� Completion Depth: 61.E i Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/20/94 iDate 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 928885.70 \° o > d t O Ground Surface El.: 3351.0 MSL o Nw 0 cJ z a Da ¢ ; N o N D vd nC Eacm a Z �orcm w J a a MATERIAL DESCRIPTION ✓j SANDY CLAY (CLl Dark Brown to Green Tan 69 32 19 13 5 r � >r 10 - reenish tan with caliche nodules 9 yi• I 15 - light olive green 16. Boring Terminated at 16.5 feet 20 25 I ! 30 35 40 45 50 55 60 65 j 70 I j 75 I I 80- I ! 1 I 85 90 ! 951 Completion Depth: 16.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/26/94 Date Boring Completed: 9126194 i HEIR Engineering, Inc. gym:= A'q LOG OF BORING NO. B34 Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location: N 7359271.480 E 928857.35 l o > rn i � X o rn Ground Surface El.: 3350.0 MSL o o `- LL o 3 o Ec m > cai 2 o ) a y a C14 U 2 .. I '2 O cn C7 Cr ( aci aml Y o E' of.' a 1 _o a Z a I MATERIAL DESCRIPTION i AYEY S ND (SC* Reddish Brown to I Light Brown, dense, fine grained I 5 r- 30 10 - light brown, fine grained with caliche I 31 I ' streaks I 15 1. - reddish brown, very dense with white 73 I caliche nodules brown with caliche nodules 79 dense, fine grained 47 f 30 light brown, very dense 52 brown, dense 33 I i ao 42.0 30 f�: SILTY SAND (SM) Light Brown, dense 45-7 I 50 - fine grained with caliche streaks 30 { 55 60 - very dense, fine grained with caliche ! 5014" . streaks and slight cementation ! I I 65 I I 70 - brown, dense, fine grained I 45 75, I' 80 - very dense I 76 21 i i 3 ! 85 90 -fine grained with slight cementation 50/6" and caliche nodules i 95 I SANDY CLAY (CLIReddish Brown, hard Completion Depth: 130.8 i Remarks: Groundwater encountered at approximately 122 feet BGS. gDate Boring Started: 9/20/94 k Date Boring Completed: 9/21 /94 7 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B34 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359271.480 j OR j E 928857.35 .e c o ° I > E of 1 w a Ground Surface EL: 3350.0 MSL o � ; � � .y o 3 � o � t I n m t n > d y a y u m p a N O O cn am c E 6 r cr 7 I a a a Z w "o a. MATERIAL DESCRIPTION minor caliche streaking and nodules 102.0 SANDY C AY rontinued 50/6" 10 SlLTY SAND (�Mf Tan, very dense 1 - pinkish tan, fine grained with slight 50/3" cementation and caliche j 1 J 12 _ fine grained, with slight cementation, 50/3" caliche and caliche nodules 12 .: • , I I I 13 I Boring Terminated at 130.8 feet 13 I 14 I I 14 I 15 5 6 16 I I I 7 I I i 7 I I I i i I ' I l j i I 8� v-I I I I I I I 190 19�I 20 Completion Depth: 130.8 Remarks: Groundwater encountered at approximately 122 feet BGS. Date Boring Started: 9/20/94 Date Boring Completed: 9/21 /94 HEIR Engineering, Inc. a., LOG OF BORING NO. B35 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359374.461 ' E 927552.288 ' o > a I yo Ho a Surface El.: 3372.1 MSL � o ob oN Lt. M�y a �nGround o J CM > C a" VUc d 5 !I c7 OY o E' a o ZC m( a a MATERIAL DESCRIPTION D 'o I SANDY CLAY (CL1 Brown, very stiff z7 i 5.0 5 .• SILTY SAND 1SMi Tan 6. I SANDY CLAY (CL1 Brown, dense 10 %-, _;%; - caliche lenses az I 15.0 ! 15 ii CLAYEY SAND (SC ) Reddish Brown, very dense 20 fine grained with caliche nodules and 74 40 12 31 1e 13 streaks 25 - � I 30 - dense, fine grained with minor caliche a3 streaks 33 SILTY SAND ISM l Reddish Brown to 35 Light Brown, dense � j I 40 i fine grained 43 ! I ! 1 f 45� I I 50 ! 53 i I - very dense I 55 60 brown, fine grained with caliche ! sa 31 ! NP NP NP !. streaks 65 I.. 1 I I 70 - light brown, dense, fine grained with 137 nodules, streaks and slight cementation 75 BO - very dense, fine grained with some 50 ! j soft caliche nodules -85 -fine grained 59 95- n 10 , I Completion Depth: 150.4 Remarks: Groundwater encountered at approximately 150 feet BGS. r Date Boring Started: 8/30/94 Date Boring Completed: 8/31 /94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B35 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359374.461 i i OR E 927552.288 o .c •= I J Ground Surface El.: 3372.1 MSL J I r0n > �atV >aca : .E y m ¢v a m3 D UE c J a m CL z p a MATERIAL DESCRIPTION - fine grained with small caliche nodules SILTY SAND continued 104.0 015.75 11 3 NP NP NP 1 05 SANDY CLAY ICLI Reddish Brown, hard caliche nodules 50/4" 12 SILTY SAND (SM) Light Brown, very dense, fine grained 50/3• 2 3 - fine grained with slight cementation by 50/5' caliche 3 14 - tan, fine grained with cemented caliche 013.5 � I 1 nodules i 4� i I 5 � -fine grained with slight cementation 150.4 Boring Terminated at 150.4 feet � 5 6 6 i I I 17 18 ' ! 18 I 19 I i 195-i i 20 Completion Depth: 150.4 Remarks: Groundwater encountered at approximately 150 feet BGS. Date Boring Started: 8/30/94 Date Boring Completed: 8/31 /94 HDR Engineering, Inc. o. 1 51 LOG OF BORING NO. B36 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359412.530 I E 926299.556 0 0 ; y y a' o Surface El.: 3375.3 MSL o o o @ LL N(n T2 .N o 13 N o C r E r > U d H dL Y mp o N >o 0 '7 o C� C a m E I 'c H J 0. a MATERIAL DESCRIPTION aU° I CLAY jC 1 Brown, very stiff, 2.0 caliche nodules i 5 i i r i SILTY SAND (W Tan, with caliche 10.0 10 i ANDY ri AYJC ) Reddish Brown, hard64 13• 15 ;- with caliche nodules and streaks ! CLAYEY SAND (SC i Reddish Brown to Brown, very dense 20 59 i 25 ' 30 / 52 3,0 35 SILTY SAND ISM I Brown to Light Brown, dense 40 48 22 5 NP NP NP 45- 50 - brown with caliche nodules 54 - very dense 55 ' 60 . light brown, fine grained with caliche 72 1 nodules and streaks with slight 65 cementation 1 � ! I - cemented caliche i I i 70 - fine grained with caliche nodules and 59 1 streaks 75 80 - tan with caliche lenses 81. 54 i Boring Terminated at 81.5 i 85 I i i � i I 90 s5 j n 0 i Completion Depth: 81.5 I Remarks: Groundwater not encountered during drilling. j Date Boring Started: 8/29/9461 4 Date Boring Completed: 8/29/94 HDR Engineering, Inc. LOG OF BORING NO. B37 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359446.744 I o o� E 925048.40 0-0c o 0 LL l a� y L y j j •� X d I y O J Ground Surface El.: 3376.7 MSL o O O �, U. O Gr) C ._ y'� •m 67 �; 3 - «� o � I , a E m r > a y c 3 a a� �o aN �` p� U m v ff g I �_ l `-' o c7 0. m a E 'E o .t i? _ m i a _co _ I a MATERIAL DESCRIPTION SANDY CLAY ICU Dark Brown, very 2.5 27 stiff 5 SILTY SAND -CM Tan 0 -'� CLAYEY SAND ISO Reddish Brown, dense 10 /?� - fine grained with caliche lenses 39 zz 117 s I I �r 20 very dense, fine grained with caliche 70 lenses and streaks 25 30 ; fine grained with caliche nodules 32.0 60 SILTY SAND J M► Reddish Brown to 35 Light Brown, dense 40 - fine rained with caliche nodules and 46 30 6 I NP NP NP streaks I 45 - light brown, fine grained with caliche 50 nodules and streaks 59 55 ( 60 - very dense 67 i 65 I 70 41 I I I I I 75 i I 80 - very dense ; I 62 i I 85� 90 I I - caliche nodules 50/3•; 95� I I I I I 1 � 0 I Completion Depth: 150.3 Remarks: Groundwater encountered at approximately 144 feet BGS. i I A test pit, TP-37, was excavated approximately 13 feet east of Date Boring Started: 9/22/94 j 637 on 12/5/94. Date Boring Completed: 9/22/94 Continued Next Page HDR Engineering, Inc. y LOG OF BORING NO. B37 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359446.744 OR CO E 925048.40 6 I -LL 0) > C 0) ax) -0J 0 Ground Surface El.: 3376.7 MSL a 0 '= LL M CD En C 0 i1n, — 0 E = I -J QL E CD > 0 Z 0- rn 0 coo ry U 0 ";-, U) 0 -2 0 E 0 U MATERIAL DESCRIPTION 0- Z C o i a. ->< brown, fine grained SILTY SAND cnntentjpd - - 7106: light brown with caliche nodules 5013' -11512 - brown, fine grained 80 25- 30-- light brown, fine grained with caliche 10/5.75r streaks -13 -14 pinkish tan, fine grained with hard 5013" caliche nodules -145� 5 50.3 Boring Terminated at 150.3 feet 013.5' 155- 166- -165- -1 17 -18 -18 -19 --20 Completion Depth: 150.3 Remarks: Groundwater encountered at approximately 144 feet BGS. A test pit, TP-37, was excavated approximately 13 feet east of Date Boring Started: 9/22/94 B37 on 12/5194. Date Boring Completed: 9/22/94 HDR Engineering, Inc. LOG OF BORING NO. B37A u-, m Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359435.910 o E 925042.150 o ° x 0 I y h o J Ground Surface El.: 3376.7 MSL o i .0 C ( C 'y �' .� « � E E a t E E " t n > > o d cc y 2, a ;, yo �o o,„ o O U o i S C7 Cr d °° o f ' 'c J d co a Z N o a MATERIAL DESCRIPTION I SANDY CLAY [CL► Dark Brown 2.5 ' SILTY SAND lm Tan 5.0 5 CLAYEY SAND (SCReddish Brown 10 - fine grained with caliche nodules 1 1.6 Boring Terminated at 11.6 feet ! 15 20 i 25 I I 30 35 40 45 , I I 50 55 60 I 70 75� i 80 � I j 85 I 90 I j ! I , i I 0 Completion Depth: 11.6 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/22/94 Date Boring Completed: 9/22/94 HDR Engineering, Inc. 'k A" 4 OM k . LOG OF BORING NO. B38/P9 Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location: N 7359485.675 '.R E 923890.73 *6 2,.L CD> X (U Ground Surface El.: 3376.9 MSL .0 c .2 0 ;6!t En CD V) 3:'7' a) C E -J E E M C' T.O.S.C. Elev.: 3380.31 E 2 0 > M .2 6.0 0 L) 1) > En a) 0 E 6 -J 0 Z MATERIAL DESCRIPTION Z SANDY CLAY (CLl Brown, very stiff 27 5- -X� -10 X. CLAYEY SAND ISQ Light Brown, very dense, fine grained with caliche nodules 1 > 65 and streaks 20 reddish brown, dense, fine grained 45 25 7 NP NP I NP with some caliche streaking -25- very dense 69 -3540 - SILTY SAND ISMf Light Brown, dense, 59 fine grained with caliche nodules and -45- streaks 50- ->< fine grained with caliche streaks 36 55- 60- fine grained 37 -65- FI i 70 fine grained with a few caliche nodules \ 31 I � and minor streaking 75- -80- very dense, fine grained with minor e6110.sl caliche streaking X 85- f 90 light pinkish brown with caliche '0/5,75F 4 streaking and slight cementation .`Y' j 95- O(T I. fine grained with caliche streaking and i Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 9/12/94 Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 9/12/94 Continued Next Page HEIR Engineering, Inc. 4ft o� m i HDR Engineering, Inc. LOG OF BORING NO. B38/P9 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359485.675 E 923890.73 orn o Ground Surface El.: 3376.9 MSL ao ;o �� o ;LL mU)cL y> � d c E E lI i E a T.O. S. C. Elev.: 3380.31 N N o " y a - o a o N 0 d O Vi 10 c7 N C "a v CD m 2 a. -W d o E o= o C � m 1 a n Z a a a MATERIAL DESCRIPTION g slight cementation 0i4.5 SILTY SAND continued 0 1 - brown, fine grained with caliche NI 50/5" streaks and moderate cementation 1 I 12 - light brown, fine grained with caliche 0/5.25 I streaks and slight cementation 12/ 13 - moderate cementation and caliche 012.5 ' i 13 I I 14 - tan, fine grained with moderate ' 50r1• I I i jJ I I cementation :> 14 _ 5 - white off-white with caliche nodules ° 5012- 4a to ao 22 s 5 1 6 CLAY / CLAYSTONE Yellow Green 161. 59 Boring Terminated at 161.5 7 I 17 18 8 j I J 95J I I I 20 Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted (0.02-inch) flush threaded PVC pipe. Date Boring Started: 9/12/94 Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 9/ 12/94 ( .r Y A^' LOG OF BORING NO. B39 Project Description: West Texas Region Disposal Facility Lubbock County, Texas i Location: N 7358819.601 o E 923876.746 o > r X _ °) N n a, O Ground Surface El.: 3375.5 MSL o O O U. a7 W W "y �' " " 3 r E r C I a' > d � ;, 3 a ;, m Hp M o aN�p`d > ° U y d 0 in c0) a) c _O CL °° Y o E' \ ; Q I M .2 N MATERIAL DESCRIPTION a _ I ! l a SANDY CLAY (Czt 1 Brown, very stiff, Zo fine grained 4.0I I 5 CLAYEY SAND (SC I Brown to Reddish Brown, very dense i 10 - fine grained with caliche silt and 2111.5 i 36 6 26 ! 16 ! 12 nodules - reddish brown, dense, fine grained 48 •, with caliche nodules 25 30 'i; ;.. fine grained so 35 ! I I I 40 % - very dense, fine grained with caliche 53 32 8 26 15 11 %.: nodules and streaks 45 ..46.0 SILTY SAND ISM 1 Brown to Light Brown 50 - brown, fine grained with caliche nodules and streaks 26 - medium dense 55 I i f 60 - light brown, dense, fine grained with 40 1 ! ! caliche nodules and streaks ! i 65 I I i i1 70 -tan 41 75 I I i I i I I 80 80.01 f ; I CLAY (CLI Reddish Brown Clay, hard 81. 23 64 i 35 29 '• with Sand r 85-' i I ' Boring Terminated at 81.5 feet 95 Completion Depth: 81.5 I Remarks: Groundwater not encountered during drilling. I Date Boring Started: 8/25/94 Date Boring Completed: 8/25/94 W HDR Engineering, Inc. c LOG OF BORING NO. B40/P8 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358782.698 E 925023.583 C o 4) z 1 iu u, Ground Surface El.: 3376.9 MSL ° E o o �o m �d JI o _ E Ij Ja t M T.O.S.C. Elev.: 3380.24 N o �°� " (noEQ °o a � p d T ' n ai a t ac" Y u E m 0 MATERIAL DESCRIPTION I ! SANDY CLAY (CL1 Brown 5 . 5.0 ' CLAYEY SAND ISC Brown, medium 24 51 7 30 17 13 \% dense, fine grained with white caliche i 10 nodules -very dense, caliche nodules and 5e streaks - dense, caliche nodules and lenses 90 20 %' -very dense, off-white caliche streaks 'X 62 35 I 9 27 16 reddish brown, fine grained with ' 51 I i25 caliche nodules 30, : dense `.` 47 35 i 3 5. 0 SILTY SAND (SMI Brown, very dense, 14 3 NP NP NP fine grained 40 .�- 96 45 - dense 46 25 6 J NP NP i NP + - fine grained with caliche nodules and 50 streaks c'% =�;; 42 I V 5 5 �' - very dense ` ' 53 60 - light brown, dense, fine grained with S 43 caliche nodules \ 65 - brown with caliche streaks - light brown with caliche nodules and 49 I streaks J 70 42 75 - very dense •-! 56 I 21 1 j 3 1 NP NP NP 1, i 80 - pinkish tan, fine grained with caliche a 51 ! i streaks 85 light brown, fine grained with caliche ' 69 III streaks E..� 90 9 5 pinkish tan with caliche nodules 50n' 7 )_10&_ 11 i Completion Depth: 208.0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted i (0.02-inch) flush threaded PVC pipe. Date Boring Started: 8/16/94 j Groundwater encountered at approximately 147 feet BGS. Date Boring Completed: 8/18/94 J J Continued Next Pa e HDR Engineering, Inc. t r4!. It -�% 7�R P LOG OF BORING NO. B40/P8 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358782.698 0 j E 925023.583 c ° > o, y .J Ground Surface El.: 3376.9 MSL N .� c c 0 0 LL LL d (� iu 10 d .N o 3 w d o 17 o a La T.O. S. C. Elev.: 3380.24 E ? N y 0 m y a °' d a N i N fn _N C d U N O� d m Y E Q i _Q J d d Z C = iA I I d MATERIAL DESCRIPTION - caliche streaks 84 ' SILTY SAND continued I .y 11 -fine grained with caliche nodules ��. 50/6" i 1 � 2 - light brown, fine grained with caliche � J 100 25 8 NP NP NP nodules 12 13 0/5.75 13 - hard cemented caliche 4 Y. /j . 50/5" I 14 I i 5 1. 5014" I 16 I i 20 I 32 i 28 14 T.5 _ 6 160,0 _ CLAY / CLAYSTONE Yellow Green eas" 6 I i 78 17 i 18 .6/10.5 91 I I 21 65 36 29 18 189.0• LIMESTONE Tan, Weathered, Vugs 196- 19� 20 Completion Depth: 208.0 i Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/16/94 I Groundwater encountered at approximately 147 feet BGS. Date Boring Completed: 8/18/94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. MOW Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358782.698 o E 925023.583 c ° c c o o o LL a) > c 2 Lm X H Ground Surface EL: 3376.9 MSL z 5 E z; cn q� 'ate 3 - o a a E o � T.O.S.C. Elev.: . 2 N O a 00 ! y I .hcn Uov pa� a am 0 E °Z o �= a MATERIAL DESCRIPTION a = 20 LIMESTONE continued 21 Boring Terminated at 208 feet 21 22 22 23 23 24 24 i 25 I i 25 i 26 26 I i 27 27 i 28 j I I I I 28 I 290G- i 29 p Completion Depth: 208.0 I Remarks: WELL MATERIAL • Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/16/94 ! I Groundwater encountered at approximately 147 feet BGS. Date Boring Completed: 8/18/94 HDH Engineering, Inc. p 0 LOG OF PIEZOMETER NO. P8A Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358772.098 o j I E 925023.58 c c c o LL C a J `-' Ground Surface El.: 3376.9 MSL E �LL `� 'h 3 o j ; E N n T.O.S.C. Elev.: 3380.18 2 N y o °' " " d oN oo j c C7 a c U ao Ino UE a y Q up I d �o MATERIAL DESCRIPTION a Zo a N /n 10 I ! 15 20 25 i 30 ' 40 Ix \•Y y �k i 5 45 ,yr 50 55 65 70 I 75 I I I I 80 I 90 { 95— i ) i 0 Completion Depth: 158.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/18/94 For material description refer to Log of Boring B401P8, Date Boring Completed: 8/18/94 Continued Next Page HDR Engineering, Inc. f LOG OF PIEZOMETER NO. P8A Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358772.098 E 925023.58 ° o o LL a� °' d. d x v i aJ o Ground Surface El.: 3376.9 MSL.N o o o = o J g T.O.S.C. Elev.: . E 2 c C o a '_ N a e o rn v - o E I :S aZ m o- o a MATERIAL DESCRIPTION g 0 1 i i 1 2 2 13 13; 14 4� 1 5 5 Piezometer Completed at 158 feet. 6 16 17 7 B 8 I i ! y I I I > ! i 20 Completion Depth: 158.0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started: 8/18/94 (0.024nch) flush threaded PVC pipe. For materiel description refer to Log of Boring B40/P8. Date Boring Completed: 8/18/94 HDR Engineering, Inc. F r LOG OF BORING NO. B41 /P7 m j Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358701.715 l o i E 926903.025 o d Ground Surface El.: 3373.5 MSL c C 5 �o c c U. LL a `� la- ` in 3 w o E E I 0 � � I CL c a T.O.S.C. Elev.: 3376.86 E 2 ° o �� " d~ °' 00 N � � v„ ' o .N prn c7 a U a m o f ° o I Q I _m 1 a a0 Z c N a c 1 MATERIAL DESCRIPTION I ICI I CLAYEY SAND (SC l Reddish Brown, very dense, fine grained with caliche y` 5 •' nodules ' 37 19 7 24 j 14 10 10 '/ very dense, caliche lenses ��� \ 79 41 8 i Ij i I 33 I 18 15 1 15 `•' •' - cemented nodules with caliche lenses ' 20 caliche threads `;;/ ;\; 83 31 I I 8 � I I NP I NP ! NP ( I I 25 - caliche lenses X; 78 f.' caliche nodules ��� 58 34 7 21 14 7 35 dense 44 j ao -very dense, fine grained f ''= 73 SILTY SAND ISM 1 Light Brown, very ss 24 1 1 5 1 21 1 17 4 dense, fine grained with caliche nodules I 5p I ..I.. and caliche lenses :.' 54 55 - off-white with cemented caliche 5015" ! 1 i 60 - dense, light brown with cemented ,� 46 I � I a :, I nodules { i 65 - fine grained 36 i I 14 I I I 4 i NP I NP I NP 70 - very dense, fine grained with caliche 69 I I i ! j i nodules 75 53 I I 80 fine grained with cemented caliche t5/10.5� j 21 I 5 NP I NP I NP 85 0l3.38� I I I i I I 90 - cemented caliche streaks i . '4012.25! 94.0%. 95— 'I CLAY (Cl Reddish Brown, hard with F015.75 i .;{ caliche nodules p j 92 I 20 48 27 ' 21 11 00.0t 0 Completion Depth: 189.0 j Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/5/94 Groundwater encountered at approximately 140 feet BGS. Date Boring Completed: 8/9/94 I Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B41 /P7 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358701.715 0 E 926903.025 c o, O Ground Surface El.: 3373.5 MSL d E_ 0 0 � LL iv m N .y o .0 3 W o E i a a T.O. S. C. Elev.: 3376.86 N H 0 C 3. 3. a~ " a te '� U f0 c7 d C 'a. v d 0 a. m he o E o N o r Q � lN0 a o a Z o a MATERIAL DESCRIPTION g SAND with SILT ISP-SM1 Light Brown, 72 very dense, fine grained 0 - tan with caliche nodules 106.0 •. f j . J j SANDY AY CL Reddish Brown, hard caliche nodules 5013" 69 13 36 23 13 i 1 _ ' SILTY SAND (SMI Light Brown, very 0/5.38 dense, fine grained 2 4/9.5 13 3 NP NP I NP 12 125.5 77, CLAYEY SANr) IS, O Light Brown, Fine ..; Grained 13 ` - off-white cemented caliche 0/2.5 13 'F 50l5" 43 18 41 32 9 14 S _ - off-white with cemented caliche 5013" 33 18 35 i 28 7 ,. nodules I 14 - light brown 146.0 MCI SILTY SAND ISM I Light Brown 5 - tan 5 -off-white with cemented caliche •. 0/3.5 33 23 38 28 10 6 - yellow -greenish yellow with caliche 162. 71 100 25 47 25 1 22 lenses CLAY (CLI Yellow to Blue -Green, hard 6 %' % 72 100 25 53 30 23 17 I I i I j cemented caliche nodules 17 cemented caliche I I ! - cemented caliche 18 188.0 i I I I I I I i 9 LIMESTONE Tan, Weathered, Vugs 189. Boring Terminated at 189 feet 9 20 Completion Depth: 189.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Date Boring Started: 8/5/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 140 feet BGS. Date Boring Completed: 8/9/94 HDR Engineering, Inc. NO LOG OF BORING NO. B42 Project Description: West Texas Region Disposal Facility Lubbock County, Texas I Location: N 7358759.060 o y H E 928769.99 o 47 U. m 41 67 t w a Ground Surface EL: 3353.6 MSL � o ;, LL;� .N o 3 l o � I z t E r CL > `0' d v y a mp >o U c2 .. aCi o cn c� X a m a E °E Z 'a MATERIAL DESCRIPTION a SANDY CLAY (CLl Dark Brown, hard 2.5 34 with caliche streaking SILTY SAND LW Tan 6• 5 i '- CLAYEY SAND (SC1 Reddish Brown, very dense 0 ><,e/-.-.z fine grained with caliche nodules and 53 == streaks i l 5 � Y. I I I 23.0 52 25 SILTY SAND (SMI Brown to Light Brown, dense I i 30 - fine grained with caliche streaks at 35 40 very dense 55 , i 45 I 50 - fine grained 3S - dense 55 I I 60 - light brown, very dense, fine grained fi1 54 i • with caliche nodules, streaks and slight I cementation 65 I i Boring Terminated at 61.5 feet 70 +' i 75 I J I II 80� ! ! I 85— I j 90 I 95 I i I I I i 0 Completion Depth: 61.5 1 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/21 /94 Date Boring Completed: 9/21 /94 HDR Engineering, Inc. LOG OF BORING NO. B43 Project Description: West Texas Region Disposal Facility Ila Lubbock County, Texas Location: N 7358032.610 0 i N E 927503.342 0 o o 0 - 0 r 0) x l 'OO 41 °' J Ground Surface E1.: 3368.5 MSL ' o OC M `; (LL// y F- c 'a .0 > _ O J r n E w L > U d y a;, �o >� o� U 07 o u 0 En T c7 X �a° m "�'ao Z,E , `� J I a j MATERIAL DESCRIPTION a° Z C = O i� n SANDY CLAY (CLl Dark Brown, very 3 19 stiff 5 , :. CLAYEY SAND (SC Reddish Brown 10 '' - very dense, fine grained with caliche ss nodules and streaks 13 SILTY SAND ISM) Reddish Brown, 15 dense 20 - fine grained with a few caliche nodules 39 22 8 NP NP NP 25 27.0 CLAYEY SAND (SC1 Brown, very dense 30 , ;. .. _ - fine grained with caliche lenses, 32.0 �� nodules and streaks 35 SILTY SAND ISM 1 Reddish Brown to Brown, medium dense ! 40� fine grained 24 i 45— f - brown, fine grained with caliche 50 nodules and streaks and with some clay 46 - dense 55 I 60 _ pinkish tan, very dense, fine grained 52 with caliche nodules 65 I II i 70 - light brown, fine grained 64 75 i i I i 58 85� 90. i fine j I j ea ' pinkish tan, grained with slight 95� cementation I 10 Completion Depth: 193.0 I Remarks: Groundwater encountered at approximately 135 feet BGS. Date Boring Started: 9/27/94 Date Boring Completed: 9/27/94 Continued. Next Page HDR Engineering, Inc. rs: LOG OF BORING NO. B43 Project Description: West Texas Region Disposal Facility ?v Lubbock County, Texas Location: N 7358032.610 I j o , I E 927503.342 I I a Ground Surface El.: 3368.5 MSL o ' o o° ; LL Cv �, d` .N �' 3 i o = I E L _ > a ,� y o ml m> nai o (n c� °U' a° FOB �E °o ' tea' 'c H `9 y o Z 0 0 MATERIAL DESCRIPTION SILTY SAND continued 50/6- 0 1 - reddish brown, fine grained with slight 5014- cementation 1 12 - light brown, fine grained with caliche streaks 2 13 pinkish off-white, fine grained with 50l3- hard caliche nodules and moderate 13 � cementation ft 4 - tan, fine grained I so I I , a I - pinkish tan, fine grained with slight 15 cementation 50/2- 5 6 CIAYSTONE Yellow Green, hard I I 93 I 16 I 17 - Yellow Green Claystone with 5013' I � 1 l 1 Limestone layers I I 1 7 I � 18 I I 18 i 9 LIMESTONE Gray I i 193.01 9 Boring Terminated at 193 feet i I I i 20 Completion Depth: 193.0 Remarks: Groundwater encountered at approximately 135 feet BGS. Date Boring Started: 9/27/94 ' Date Boring Completed: 9/27/94 HDR Engineering, Inc. LOG OF BORING NO. B44 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358071.200 0 o E 926250.609 0 o g iv w a Ground Surface El.: 3370.0 MSL o N �' .� w o c m c a > o d d °' a °' eat a oN >c�i a U a: a 3 .. L) CD U) C7 y cc 0 O am Y c E ao O .`O-. Q �0 a N R a Z C o a MATERIAL DESCRIPTION CLAY IC L) Dark Brown, very 1. stiff with caliche nodules 3. 5 - SILTY SAND (W Tan CLAYEY SAND ISC) Brown to Reddish Brown 10 dense, fine grained with caliche 42 j I ;. streaks and nodules i 15 20 - reddish brown, fine grained with 33 caliche nodules 25 SILTY SAND ISM ► Brown to Reddish Brown, medium dense 30 - fine grained 27 35 I 40 39 40 10 23 17 6 45— - brown, fine.grained with caliche 50 nodules and streaks 51 - very dense 55 so (: - light brown, dense, fine rained with g g 32 f some caliche nodules I I 65 I i 70 1 I ! -very dense 72.5 54 Boring Terminated at 72.5 feet 75 80 85 90 I I i i 95 ! I 0 Completion Depth: 72.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/28/94 Date Boring Completed: 9/28/94 HEIR Engineering, Inc. 14 LOG OF BORING NO. B45 Project Description: West Texas Region Disposal Facility Lubbock County, Texas j Location: N 7358093.200 E 925621.1 c o I C (D I a, Ia Ground Surface El.: 3371.0 MSL cm o ;yin L a E r a > ° V d u, a y c 3 d iop aN U o G7 o (n 61 ° -V dm of �o y a a I ZIP 0 a MATERIAL DESCRIPTION SANDY CIAY (CI I Dark Brown, stiff 1. SILTY SAND (SMI Tan with caliche 5.0 5 nodules CLAYEY SAND ISC) Reddish Brown to Brown, very dense 10 - fine grained with caliche nodules and 61 streaks 15 �' 20 'i fine grained with caliche nodules and 62 caliche lenses 25 30 - brown, medium dense, fine grained I with caliche lenses 35 SILTY SAND ISM) Brown to Light Brown, very dense 40 - fine grained with caliche streaks and 5013' nodules 45 50 ( - pinkish brown, fine grained with caliche streaks 57 55 - slightly cemented caliche i 60 light brown and pinkish tan, dense, 44 fine grained with slight cementation 65 I J 70 - light brown, very dense, fine grained 54 I � 75 i i 80 - dense 144 f 85� I L+ 89.0� � 90 �r ;� SANDY CLAY (CLI Reddish Brown, hard l with caliche nodules and streaks 92.0 95] I SILTY SAND (SM) Tan 10i I I Completion Depth: 150.6 1 Remarks: Groundwater encountered at approximately 141.1 feet BGS. Date Boring Started: 9/28/94 Date Boring Completed: 9128/94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B45 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358093.200 ° II E 925621.1 o �� r I CDa I Ground Surface El.: 3371.0 MSL o o M; a) �►- y .�' = o J J L EU M L CL > U O d y 3 a y as 0 > L) U u N p C C am Y y E aN o p— r V � a m a. Z p 1 I a MATERIAL DESCRIPTION - fine grained 42110" I SILTY SAND continued, dense 0 11 - pinkish tan, very dense, fine grained 50/4" with moderately cemented caliche 11 i 2 - tan, fine grained 50/4" -125- 3& - fine grained with slight cementation 015.75 j 13Er 14 50/6" ! 14 I I i 15 - fine grained 150. Boring Terminated at 150,6 feet 5 6 6 17 I 1 190� 19 s 20 Completion Depth: 150.6 i Remarks: Groundwater encountered at approximately 141.1 feet BGS. Date Boring Started: 9/28/94 Date Boring Completed: 9/28/94 HDR Engineering, Inc. LOG OF BORING NO. B46 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358112.800 o E 924997.877 oC a L Ground Surface El.: 3369.5 MSL U. a~ o I E °U Cr , c , d6 ID mn CL o f Za aJa i MATERIAL DESCRIPTION •a g IA l a ' SANDY CLAY 1CL1 bark Brown, very 1 . stiff 5 SILTY SAND (SM1 Tan with small 6.0 caliche nodules CLAYEY SAND (SC Reddish Brown, ! very dense 56 35 8 i 23 i 16 7 fine grained with caliche streaks and j nodules 20� - dense, fine grained with some caliche 22.0 45 streaks 25 SILTY SAND (SM1 Reddish Brown to Brown, medium dense 30 -fine grained 26 35 40 - dense, fine grained with caliche 33 nodules and streaks 45 50 - light brown, fine grained with caliche streaks and nodules 34 55 ! 60 i -fine grained with caliche I as 11 i f 3 ! NP 1 NP NP 65 I i 70 I - reddish brown, very dense with caliche70. ! f ; \ streaks and nodules 75— I i I I I Boring Terminated at 70.3 feet 80 � i I i ! I 85� I I I 90� 95� ! I 10 Completion Depth: 70.3 I Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/29/94 Date Boring Completed: 9/29/94 I HDR Engineering, Inc. LOG OF BORING NO. B47/P10 m Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7357405.859 i o i j E 924247.038 o _ d y a O Ground Surface El.: 3364.3 MSL a� .2 U O O LL a� N C 'y .� 3 o n a T.O.S.C. Elev.: 3367.4 E °, o C y C 3 a °' a� y o a N ''� 0` v d 7 y d 0 V1 y C d U dm Q E o «. 3 0- d Z D o d MATERIAL DESCRIPTION g CLAYEY SAND (SCReddish Brown, ' very dense 5 10 ' fine grained with caliche lenses L / 60 37 10 27 22 s 15 "/i f � -✓ I 20 ` dense, fine grained with caliche 22.0 36 streaks 25 SILTY SAND ISM 1 Reddish Brown to Brown, dense 30 fine grained y'> 3s 35 l , 40 ,": ` \\,. - very dense >;", 69/8" 34 s 22 18 a 45 50 - light brown, fine grained `.;' 39 dense 55 60' medium dense ;;r zs Y; 65 \`? 70 I. - very dense, fine grained with caliche ' saa• i nodules and streaks y 75 80 - off-white moderately cemented with 5013' caliche 85 '' f l 90 - light brown, fine grained { 51 11 j s NP i i NP I NP I, ••'. j I � I - pinkish light brown, fine rained with I 10 Completion Depth: 171.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 10/19/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/20/94 Continued Next Page HDR Engineering, Inc. h a LOG OF BORING NO. B47/P10 � w' � Project Description: West Texas Regior) Disposal Facility Lubbock County, Texas Location: N 7357405.859 � o I E 924247.038 d o Co o � �,> m x o Ground Surface El.: 3364.3 MSL '� ; d y in 13 a T.O. S. C. Elev.: 3367.4 E 2 " N in H c 3 a a� o `° o o_ N ° o ° ° i y �n ° d 6 am ° E ! I a ZI'c a MATERIAL DESCRIPTION j slight cementation by caliche ;; ;_ :' 5013• SILTY SAND continued 10 1 50/6" 11 12 - light brown, fine grained with some ''i `.y' 50/6" caliche bonding 12 3 - pinkish off-white, fine grained with 50/3" i i I some caliche bonding � I i I 14 •°� .�i013.5 I ! 14 5 - light brown, fine grained with mild : caliche bonding and hard nodules soya- I i 5 i 6 I - caliche nodules and cemented portion) 61. •{ I ! { i i { CL AYSTONE Yellow Green, hard ! 6 •i I � I 7 0- - light olive green 171. 77n" i Boring Terminated at 171.5 feet ! 17 18 j I 1s j 19ci I I I { , 19 j { I I I I ! I I 20 I I i Completion Depth: 171.5 i Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted (0.02-inch) flush threaded PVC pipe. Date Boring Started: 10/19/94 Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/20/94 HDR Engineering, Inc: LOG OF BORING NO. B48 Project Description: West Texas Region Disposal Facility 10?v Lubbock County, Texas Location: N 7357367.790 0 E 925599.77 ° o oo4) o ca��E ' E y JGround Surface EL: 3366.5 MSL � ' a �LaL� � Z I c_ a L t `G U O N ¢ am o f o Z .� y J a l a 0 a MATERIAL DESCRIPTION l CLAYEY SAND (SC) Reddish Brown, dense 5 10 f - fine grained with minor caliche streaks 12.0 31 SILTY SAND CM Reddish Brown to 1 i 15 Light Brown, medium dense i 20 - fine grained 29 33 7 20 18 I 1 2 J I I 25 i 30 - very dense, fine grained with caliche 74 streaks and nodules 35 40 -brown, dense, fine grained with caliche 34 45— streaks and nodules -light brown, fine grained 35 I ' 55 i 60 31 10 4 NP NP i NP 6568.01 'I 70 :.. `' CLAYEY SAND (,SC Reddish Brown, very dense, fine grained with caliche 71. 1n1.e I I streaks and nodules 75 Boring Terminated at 71.5 feet 80 90 95-1 10 Completion Depth: 71.5 1 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/19/94 f Date Boring Completed: 10/19/94 HL)/-f tngineerrng, Inc. r LOG OF BORING NO. B49 kDate Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7357329.720 o l O E 926852.502 C O LL > i Q C w a Ground Surface El.: 3367.5 MSL o �' = o m I E r C > 0 i d ; N c 3 a d y co a CN >� v a) I I H o in am of o o a MATERIAL DESCRIPTION a Z c H a SANDY CLAY (CL1 Dark Brown 1.5 CLAYEY SAND (SC I Brown to Reddish 5 Brown, dense I I brown, fine grained with caliche 38 I nodules 20 - reddish brown 23.0 35 25 SILTY SAND fSM) Reddish Brown to Light Brown 30 - reddish brown, fine grained with 33 42 5 NP NP NP caliche streaks and a few nodules 35 40 - brown, very dense, fine grained with 50i5" I I caliche nodules and streaks with slight 45 cementation j I 50 - light brown, fine grained with caliche � I i nodules and streaks 31 I - dense 55 i 60 as ! I i I I I 65 70 - light pinkish brown, fine grained with 71 i so I I caliche nodules and streaks with slight I cementation I I 75- I Boring Terminated at 71.5 feet 80 85 90 95 j 0 i Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/17/94 Boring Completed: 10/17/94 i HDR Engineering, Inc. t, LOG OF BORING NO. B501P12 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356622.7619 o E 927454.395 c ay o o J Ground Surface El.: 3365.5 MSL d o o LL LL 0. -Cn =wo a� E c sad M T.O.S.C. Elev.: 3368.29 Z5 N o C 3; 00 a No„ o a vE .- C c7 aU am of �o '" ' QI a m a Z D o i a MATERIAL DESCRIPTION j./ CLAYEY SAND (SC l Reddish Brown, '.� dense �! 5 10 - red, orange, light olive green with `. 48 y caliche nodules and streaks 15 20 % - reddish brown, fine grained with ; , as caliche nodules and streaks 23. SILTY SAND ISM 1 Reddish Brown to 25 / y' Light Brown 30 - fine grained \ `' 43 35 8 NP NP NP 35 40 - medium dense, fine grained with 29 caliche streaks 45 % 50 - light pinkish brown 34 - dense 55 60 - very dense, fine grained with slight y ei cementation 65 >. �. 70 - fine grained with caliche nodules and 50i4- �. streaks 75 i 80 -light brown sz 7 z I { 85 90 I �13111.81 ., � I i 95 - a I light pinkish brown, fine grained with 01 Completion Depth: 161.5 Remarks: WELL MATERIAL -Schedule 40, 44nch blank and slotted Date Boring Started: 10/18/94 (0.02-inch) flush threaded PVC pipe. Depth to groundwater not determined because of wash rotary Date Boring Completed: 10/19/94 drilling. Continued Next Pajqe HDR Engineering, Inc. D-. owe O LOG OF BORING NO. B50IP12 Project Description: West Texas Region Disposal Facility lu?'1116 Lubbock County, Texas Location: N 7356622.7619 a E 927454.395 ! C C > I1" d' ID J Surface El.: 3365.5 MSL ! � 0 41 (nC J ,Ground 3 E!T .Elev.: 3368.29 yt5 ( � C- mO.S.C. VCo I jI a y `-X 61 O a v ;aml Y O E ZI•t y I Q t0 a s i a I i MATERIAL DESCRIPTION ! caliche nodules and slight cementation 05� L f i ; SILTY SAND continued I I I I I I - light brown with moderate cementation :->. 50/3• 1 1 c. i •��� i 12 fine grained with caliche nodules �V'' ; 50/3- 2 3 - light pinkish brown, fine grained with caliche nodules 3 14 - light brown, fine grained with caliche 50/3- 22 15 I nodules and slight cementation 4 �. 5 - pinkish off-white, fine grained with I caliche nodules . o/a.s 15 5- 157.0 CLAYSZONE Yellow Green, hard 16 67 Boring Terminated at 161.5 feet 6 7 7 I 1 B 8 i 19 I 19 20 Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 10/18/94 Depth to groundwater not determined because of wash rotary Date Boring Completed: 10/19/94 drilling. HDR Engineering, Inc. I LOG OF BORING NO. B51 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356642.323 j o d i y o E 926824.887 ; o o a�i r .2 aci E I x 'E c l Ground Surface El.: 3365.2 MSL o L m E i L I a j C7 o cC N 2 d m QO a > U ` cn j I i I y ¢ awi a in Y c B �N ° Z �� .� N n a MATERIAL DESCRIPTION I a ii VK_: • ` CLAYEY SAND (SC I Brown, very dense 5 -I 10 yellow brown, fine grained with caliche 53 streaks and nodules I 154 I 20 - reddish brown, dense, fine grained 22.0 41 l with minor caliche streaks 25 SILTY SAND (SMI Reddish Brown to Light Brown 30 - very dense, fine grained with caliche 51 lenses 35 i.. 40 - medium dense, fine grained with 24 caliche streaks 45 50 light brown, fine grained with caliche nodules and minor caliche streaks 30 2e 5 - dense 55- 60 - pinkish light brown, very dense, fine 50/5- I grained with slight cementation by 65 caliche 67.0 SANDY CLAY (CLI Reddish Brown, hard 70 fine grained with caliche nodules and 72.0 `i0/5.5 54 10 38 23 15 streaks 75 SILTY SAND (SMI Light Brown, very dense 80 - fine grained sa j B5 l i 90 - fine grained with minor caliche streaks 50/4- and slight cementation by caliche 95 - light pinkish brown, fine 2rained with 10 Completion Depth: 141.5 Remarks: Groundwater encountered at approximately 137 feet BGS. Date Boring Started: 10/17/94 Date Boring Completed: 10/17/94 Continued Next Page HDH Engineering, Inc. LOG OF BORING NO. B51 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356642.323 I y 0 E 926824.887 I e I ! o C O I LL d t Q! I I x I 1 9 w e Ground Surface EL: 3365.2 MSL i� c j� LL! `1 .y �' 3 w c I :.' L i E a 'o �, yla;, i iva.w I N O f/i C7 y y I 2 UC am' u Eo 0-0 a d+ I « ! C I -J! H 10 y a l ! MATERIAL DESCRIPTION a° ZIP y l I l a I .' slightly cemented caliche SILTY SAND continued 50i4- 101 f I I I 1 SANDY CLAY ICLI Reddish Brown, hard - fine grained with caliche streaks 112p 5016' SILTY SAND ISM) Light Brown, very ! 1 1 dense i i 2 - light pinkish brown, fine grained with 5014• slightly cemented caliche nodules 2 13 - light brown, fine grained with caliche 76 nodules 3 Q q - fine grained with caliche nodules and 141. 8/11.8 caliche streaks with slight cementation Boring Terminated at 141.5 feet q 5 5 I 16 6 7 I 7 s B 9 9 20 Completion Depth: 141.5 Remarks: Groundwater encountered at approximately 137 feet BGS. Date Boring Started: 10/17/94 Date Boring Completed: 10/17/94 PM HDR Engineering, Inc. L, :; LOG OF BORING NO. B52/P11 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356657.900 E 926199.70 c c o LL ' J Ground Surface EL: 3364.1 MSL Co Cn NCn � ] E_ �_ E I `y n ; � n T.O. S. C. Elev.: 3367.97 I d. V d mcc E c Z d MATERIAL DESCRIPTION SANDY CLAY ICU Dark Brown, very 2.5 z5 i stiff with caliche nodules ' '` I �— SILTY SAND (,SM) Tan D.V 5 ' j :I I CLAYEY SAND ISC1 Brown to Reddish Brown, very dense 10� -caliche streaks, nodules and lenses J 54 15 ` 20 - fine grained with some caliche 35 .i 25 18 7 ti 30 -fine grained 52 SILTY SAND ISMReddish Brown to 35 Light Brown, medium dense vi 40 - fine grained 27 45 5o - light brown, fine grained with calichexlz nodules and streaks �,:;: 31 - dense 55 60 - light pinkish brown, very dense with ;" sola" slight caliche cementation with nodules 65 69.0 CLAYEY SAND (SQ Reddish Brown, 70' i / very dense with caliche nodules and 7 3. 0 streaks 75 SILTY SAND (SMI Light Brown, very dense 80 - fine grained `a `•.X^ 8919" 21 I NP NP I NP 8 5 j 90 fine grained caliche streaks and small 82/9" nodules 95 - light pinkish brown, fine grained with 10 Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted 10.02-inch) flush threaded PVC pipe. Date Boring Started: 10/3/94 Depth to Groundwater not determined because of wash rotary Date Boring Completed: 10/4/94 drilling. Continued Next Pa e HEIR Engineering, Inc. G"1 i r Ln rn w m LOG OF BORING NO. B52/P11 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356657.900 E 926199.70 I wV ! � Ground Surface El.: 3364.1 MSL •c 2 ;� oT y N ( 3 EI c n Elev.: 3367.97 E aiT.O.S.C. Ha fIci� G ii caH a v 0. o f o 6 'c y a! v a = ! MATERIAL DESCRIPTION g ! slight caliche cementation with nodules 5016" ! SILTY SAND contintied 105� 11 - reddish brown, fine grained with -' 50/6" j caliche nodules and streaks V, 2 I light pinkish brown, fine grained with F 50/6" hard caliche nodules and slight caliche , 2 cementation 13 - pinkish tan, fine grained with caliche 50/6" 13 I = nodules 4 - light brown, fine grained with caliche '-' 0/5.75 21 10 NP NP NP nodules 14 15 50/6" 5 16 CLAYSTONE Yellow Green, hard 161. Boring Terminated at 161.5 feet 6 ____ 166.0: ------ - ------------------- Boring reamed to 166 feet to install well 7 17 I I B 8 � � I 9 I ! i I I 20 Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 10/3/94 Depth to Groundwater not determined because of wash rotary Date Boring Completed: 10/4/94 drilling. HDR Engineering, Inc. t LOG OF BORING NO. B53 Project Description: West Texas Region Disposal Facility IU?4 Lubbock County, Texas6. Location: N 7356689.316 0 ! E 925578.748 C O o I d j L I C! I �E X Ground Surface El.: 3364.0 MSL g O dLLl y.d0 Cy!• in ; r a! E L > d' N!d c 3 �� 1 a� a� �oI � 0. CN >U U( o Q) ;w I �°, ; Ia�m!0E'a°o I 'a Z�� 'o i i a MATERIAL DESCRIPTION Cl AYIE SAND (SC) Reddish Brown, E' dense --I 10 - fine grained with caliche nodules and 12.0 50 I i streaks 1 5 SILTY SAND L,SMI Reddish Brown to Light Brown, dense 20 - fine grained with caliche streaks and 32 27 I 7 22 n 5 nodules 25 30 - fine grained with caliche nodules 41 35 I f . 40 - light brown, fine grained with caliche 59 and slight cementation 451 - fine grained with caliche nodules and 50 streaks 30 55 60 - very dense, fine grained with slight 83 13 e caliche cementation 65 70 - reddish brown, fine grained with 71. 59 caliche nodules 75 Boring Terminated at 71.5 feet 80 85 90 I 95� 10 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/5/94 Date Boring Completed: 10/5/94 HDR Engineering, Inc. 0- i 01. V-1 11 mom LOG OF BORING NO. B54 _V Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356736.900 E 924948.931 C 0 - LL > Im CL Ground Surface El.: 3363.7 MSL 0 0 LL 4) (n C 0 .- 0 E c CL E M > 0 ! 00 MO Q. cN 0 0 U 4)C 0 (L CG X E 0 �2 Z C MATERIAL DESCRIPTION CLAYEY SAND (SCI Brown, dense 5 fine grained with caliche nodules, 38 streaks and lenses 15 -20 reddish brown, very dense with caliche 60 nodules and streaks 25- _30-=/' dense, fine grained with minor caliche 32.0 42 54 12 28 18 10 nodules and streaks -35- SILTY SAND ISM) Reddish Brown to Light Brown, dense 40 >< fine grained with minor caliche nodules 36 and streaks -45 light brown, fine grained with caliche -50-:�� nodules and streaks 40 38 8 NP NP i NP -55- -60- - - pinkish tan, very dense with slightly 60 - cemented caliche and a large hard 65- nodule 69.0 1 SANDY CLAY 10 Reddish Brown, 50/3" 62 9 31 21 10 cif hard, fine grained with caliche nodules and streaks 75 80 82.0 50/6 SILTY SAND (W Tan, very dense -85- -go-- off-white pinkish with slightly 50/2.51 cemented caliche -95- E E Completion Depth: 183.0 Remarks: Groundwater encountered at approximately 138.4 feet BGS. Date Boring Started: 10/5/94 Date Boring Completed: 10/7/94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B54 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356736.900 i o i E 924948.931 I ! o d _ ° w N a Ground Surface EL: 3363.7 MSL F o 0 0 LL a,LL E~ .y � o r l d � a i o a Iam� f of o a Z = a a i MATERIAL DESCRIPTION i = So/r j i SILTY SAND continued i 105� I-� 106.0 i 1 1(i CLAYEY SAND (SC I Brown, very dense I i I I - fine grained with caliche streaks and so/a-; slight cementation SILTY SAND (SMI Light Brown, very i 1 dense 12 I.. - light pinkish brown, fine grained with 5014.5 ` .. nodules and slightly cemented caliche 12 5- IL 13 I., I - light brown, fine grained with slight 50/3" cementation 13 rr 1 14 - fine grained with slight caliche 5013" cementation and hard caliche nodules 14 15 5015" I 15 16 5013" 16 168.0 1 7 LIMESTONE Tan with Claystone Layers 173.0 CLAYSTONE Yellow Green 17 18 180.5 LIMESTONE Tan 183.0 Boring Terminated at 183 feet I 18 19 I I I 19 I I I 20 Completion Depth: 183.0 Remarks: Groundwater encountered at approximately 138.4 feet BGS. Date Boring Started: 10/5/94 Date Boring Completed: 10/7/94 HDR Engineering, Inc. �i LOG OF BORING NO. B55 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356052.111 O l O E 924300.525 o o I I C O LL I C1 d 2 y 1 •` r! a Ground Surface EL: 3364.5 MSL a Z'� ! a I I N o 3 o y I y t> I !a0 I U viI y� COI C14a >•c�l V I N 1 1 7 V N ! i °' ° aCo 0 Ei 3° 1 Z� «. I = I H i a a 1 MATERIAL DESCRIPTION i SANDY CLAY ICLI Dark Brown, very ii I stiff I I I 10 '•� _ hard, fine grained with caliche nodules 61 I 11 I 29 I 15 14 and streaks f 20 • "';•% - fine grained with caliche 64 26 16 10 25 CLAYEY SAND ISCI Reddish Brown 30 - caliche lenses, nodules and streaks 75 34 I 6 29 34.0 35 SILTY SAND (SMI Reddish Brown to Light Brown, very dense 40 - fine grained with caliche nodules and ss streaks I j 45 I I I 50 - fine grained with some caliche nodules s, as 11 i 27 16 11 55 60 - light brown, fine grained with caliche ssis- I 1 nodules and streaks 65 70 i Boring Terminated at 70.5 feet 75 80 85� i 90� 95 I i Completion Depth: 70.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/21 /94 Date Boring Completed: 10/21 /94 I MR HDR Engineering, Inc. LOG OF BORING NO. B56 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355991.940 a E 925550.824 0 6 `'� r Ground Surface El.: 3363.4 MSL o w o L aai E i t%� t i0. > ° c7 2 y c 3 a ,` m y mp d cN >c�i a U m l c y 0 1 c7 I 2 am o Ei' °� z c N J a M a MATERIAL DESCRIPTION a o! g SANDY CLAY (CU Dark Brown to Brown, very stiff 1 za 59 16 29 16 13 5 10 - brown with caliche nodules, lenses and12.0 36 I` ' streaks CLAYEY SAND (SCI Reddish Brown, 5q very dense 1 20 >'1 - fine grained with caliche nodules and streaks 25 i 30 61 35 - fine grained 41 . SILTY SAND (,SMI Light Brown, medium 45 I dense 50 !. - fine grained with caliche nodules 23 55 1 60 - very dense, fine grained with caliche 87 nodules and streaks 65 70 - fine grained 71. 75 I Boring Terminated at 71.5 feet I j 75 80 85 90 95 0 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/21 /94 Date Boring Completed: 10/21 /94 HDR Engineering, Inc. 01A oil LOG OF BORING NO. B57 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355953.870 I I o, O 1 E 926803.556 I I I o j C O 1 6 1 «% LL �p > r .00 o C f a Ground Surface El.: 3364.5 MSL j o +� LL .a 3 o L ! a i > ° ¢ yla;, c 3 a �o o_ N >� 0 s U H 6 O. m l U E O .•' 7 J CL t0 I MATERIAL DESCRIPTION Id° I I Z I c y l l a SANDY CLAY CL1 Dark Brown to j Reddish Brown, very stiff " 70 I 12 j Z' 'S I 'z 5 1 t 0� - reddish brown, hard with minor caliche 12.0 3� nodules 15 CLAYEY SAND fSCI Reddish Brown, very dense 20� - fine grained with caliche lenses and 56 minor caliche streaks I 25 30 - fine grained 59 41 12 26 18 8 35 40 �`_ .: - fine grained 41. SAND (SMI Light Brown, medium 45 dSenTY - Reddish Brown to Light Brown 50 - light brown, fine grained with caliche I nodules and streaks 27 20 5 NP NP I NP 55 I 60 - dense, fine grained with caliche 33 nodules 65 70 - light pinkish brown, very dense, fine 71. 3110.5 grained with caliche nodules and streaks Boring Terminated at 71.4 feet 75 I 80 I 85 i I I 90 I 95� I 0 Completion Depth: 71.4 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/14/94 A test pit, TP-57, was excavated approximately 8 feet south of B57 on 1215194. Date Boring Completed: 10/14/94 HDR Engineering, Inc. b . m in 69 0 HDR Engineering, Inc. LOG OF BORING NO. B58 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355332.100 N E 927407.026 p I t o , C O LL j i I L C ~ I x I a L Ground Surface EL: 3364.3 MSL O O N(QI H V O) C> C._���I o C t 1 E I i i0 U a y m cn O d N >c� U CD Q 2 'A .V y cn (J 1 N O Y O Q. CO o f O O 1 J Q.i9 1 MATERIAL DESCRIPTION d I I Z I C Iy i d SANDY CLAY (CL) Dark Brown to Reddish Brown, very stiff zz I 71 s 30 17 13 5 5.0 1 AY Y SAND (SQ Reddish Brown, dense I I 10 caliche nodules 48 � , I 15� j I I � ! I20� - very dense, fine grained with caliche 53 lenses and streaks I 25� 30 - dense, fine grained 43 35 8 22 15 7 35 %.:..". 40 `%' 3s 43.0 SILTY SAND ISM) Reddish Brown to 45 Light Brown, dense 50 - fine grained 39 55 60 29 - light brown, medium dense with 65 caliche streaks 70J. - dense, fine grained with minor caliche 34 streaks 75 80 - very dense, fine grained with caliche 015.75 14 I 1 5 I I nodules and streaks 85 I I 90 - brown, fine grained with caliche 0/5.5 I � nodules, streaks and with slight I 95- 1 cementation 0 Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 135 feet BGS. Date Boring Started: 9/29/94 Date Boring Completed: 9/30/94 Continued Next Pa e LOG OF BORING NO. B58 Project Description: West Texas Region Disposal Facility Lubbock County, Texas — FT Location: N 7355332.100 o , I coI E 927407.026 o a I 07 t x N I y a J Ground Surface El.: 3364.3 MSL c; 00 LL I y 07 (� y N .� 3� 67 o Z t I E a a W U 2 C 3 C7 i17 N I O 67 O Y .n i Q fp ! I a , ti ° ! a MATERIAL DESCRIPTION SILTY SAND continued i sa5• I i I , I 10 light brown, fine grained 50/3•' I 1 "I I ! i I 12 I � 5013" 8 4 I 12 3 fine grained with caliche nodules and 5015• slight cementation 3 SZ 4 77 14 15 5013' 15 I 6 - dense, moderately cemented 50 16 168.0 CLAYSTONE Yellow Green, hard with Limestone Layers 82 98 26 60 32 2e 7 8 182.0 SANDSTONE Light Brown 184. 18 LIMESTONE Gray 190.0 9 Boring Terminated at 190 feet i 19 20 Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 135 feet BGS. Date Boring Started: 9/29/94 Date Boring Completed: 9/30/94 HDR Engineering, Inc. LOG OF BORING NO. B59 Project Description: West Texas Region Disposal Facility Lubbock County, Texas j Location: N 7355351.400 I 0-0` E 926782.131 I o d rn LO�1 CD E'' 1 Ground Surface El.: 3364.7 MSL = n I! Ja a E a I o CL aN l U O oamv z1CCL C MATERIAL DESCRIPTION a I a I SANDY rl AY (f l if Dark Brown, stiff 2 6 !�.. with caliche nodules and streaks ; I I i i 5 I " " rl AYFY SAND (SGl Reddish Brown to Brown 10 dense, fine grained with caliche lenses 47 151 and nodules I ' 20 - fine grained with caliche nodules, 49 streaks and lenses I 25:: 1 30 - fine grained 33 1 33 6 22 14 8 351 40 .. 36 45� J , 50 ' ' - brown, fine grained with caliche nodules and streaks 51.1 Al SILTY SAND ISMI Reddish Brown to 55 Light Brown 60 - very dense, fine grained with caliche 52 streaks, nodules and slight cementation 65 70 - light pinkish brown, dense 71 Ji4a Boring Terminated at 71.5 feet 75 80 85 ' 90� 1 i 10 - Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/3/94 Date Boring Completed: 10/3/94 HEIR Engineering, Inc. + LOG OF BORING NO. B60 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355284.980 E 926152.717 i 6I L Gv07 I y a J G round Surface El.: 3364.2 MSL I 10 0 67 G/7 c ti; ; ; 01 G? N�' 3 y I A I U ¢ C 3.82 d CL N Q` 67 7 y + 2 I amc E H J a m I MATERIAL DESCRIPTION I i a Z c ! _ I a CLAYEY SAND (SC) Brown, dense I 5 10 - caliche streaks and nodules 13.0 I 34 I i SILTY SAND (SMI Reddish Brown 20 : medium dense, fine grained 240 23 24 7 NP NP NP 25 ' CLAYEY SAND (SC l Reddish Brown 30 - dense, fine grained with caliche 47 streaks and nodules 35 40 - fine grained with caliche nodules 37 45 i". 50 ,' - fine grained with caliche streaks ae 52.0 SILTY SAND (SM1 Light Brown, very 55 dense 60 - fine grained with caliche streaks and 57 nodules 65 70 - light pinkish brown, fine grained with se caliche nodules and slightly cemented , 75 caliche I 80 - caliche nodules sore- 85 { 90 j - reddish brown, fine grained with 5e se 11 23 19 I 4 caliche nodules and streaks f 95 - light brown, fine grained with caliche 0 Completion Depth: 141.3 Remarks: Groundwater encountered at approximately 137 feet BGS. Date Boring Started: 10/7/94 Date Boring Completed: 10/10/94 Continued Next Pa e HDR Engineering, Inc. LOG OF BORING NO. B60 Project Description: West Texas Region Disposal Facility Ila Lubbock County, Texas Location: N 7355284.980 E 926152.717 i c o, o LL d a o I Ground Surface El.: 3364.2 MSL i o yin 3'I J J c a E t I > I (aH wo aNip�l US ai O I W I cfl y ! j I y oIY a� CL E a o -� Q a c 'o_ I MATERIAL DESCRIPTION i I o° I z c l i •y o � 105 ((�.; nodules SILTY SAND continued 1 15ora-, 1/ 109.0 11 CLAYEY SAND {SQ Reddish Brown I I5014.1 fine grained with caliche streaks 113.0I I I SILTY SAND tsm Brown I 11 i I 12 - fine grained with slightly cemented 5015- caliche and small nodules 12 13 - fine grained with some clay, slight 50r5- caliche cementation and some caliche nodules c, 4 - fine grained with slight cementation 141.3 Boring Terminated at 141.3 feet 14 5 i 5 6 166� 7 17 18 18 9 I 9 20 Completion Depth: 141.3 Remarks: Groundwater encountered at approximately 137 feet BGS. Date Boring Started: 10/7/94 Date Boring Completed: 10/10/94 HDH Engineering, Inc. _ 14 r... LOG OF BORING NO. B61 Project Description: West Texas Region Disposal Facility lu?v Lubbock County, Texas Location: N 7355323.049 _ E 924899.985 t o d N n O Ground Surface El.: 3364.4 MSL ' c O O �;'U- N (/� C 0 H 0 .0 °' ; 0 z L L E n 'o dy 3 a;, d Ao aN 3= c� S y ani p I cn I '° C7 U ¢ c am c Ela° c C� '- d °' a A I MATERIAL DESCRIPTION d Z c v, ° ! a SANDY CLAY ICI 1 Brown to Reddish 5� Brown i hard, caliche nodules and streaks 40 I 15� <` l reddish brown with some small caliche 49 -%" nodules and some streaks 23• CLAYEY SAND (SCBrown to Reddish 25 Brown, medium dense 30 fine grained with small caliche nodules 25 35 40 y;! - very dense, reddish brown with small 87 44 11 26 17 9 caliche 50 :: - fine grained 49 - dense 53. 55 SILTY SAND ISM I Reddish Brown, dense 60- 35 65 71.5 1 35 Boring Terminated at 71.5 feet 75 i 80 85 90 95 ! ! 0 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 1017194 Date Boring Completed: 1017194 0" HDR Engineering, Inc. LOG OF BORING NO. B62 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354680.114 E 924250.069 o LL l f wO 0 O I Surface EL: 3365.7 MSL O ;o N (n Qyf; cN � -: II � I E acGround J r E t , > d Icc hl� �i Mp� >= U a o 5 o N 3I O Y o t7 I cc am; o E�� a° t o Z c = y ° a a a I ' I MATERIAL DESCRIPTION i � SANDY CLAY ICL Brown, very stiff 5 -��i � 10 - CaIIChe nodules 16 I 74 18 38 22 16 151 20 - minor caliche nodules ?� ; SILTY SAND (,SMI Tan ` 25 , { CLAYEY SAND (SQ Brown to Dark 1 Brown, very dense 30 - fine grained with minor caliche nodules 55 and streaks 35 40 I 76 52 8 31 18 13 45 50 54 54.0 55:� SILTY SAND (W Brown to Light Brown, very dense 60 - fine grained with caliche nodules and 66 streaks 65— 70 - light pinkish brown, fine grained with 75 caliche nodules, streaks and slight 75 cementation i 80 - caliche 85 i j I 90 - light brown, fine grained with small 0r2.5 caliche streaks, nodules and slight 95 cementation i 10 Completion Depth: 187.0 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 11 /3/94 Date Boring Completed: 1 1 /3/94 Continued Next Page HDH Engineering, Inc. BAR r C LOG OF BORING NO. B62 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354680.114 I o E 924250.069 , 1 �N L Ln cC Surface El.: 3365.7 MSL a ZU- —n iGround I ' I N cc cL E C J a I I MATERIAL DESCRIPTION i I 1 1 Z I a fine grained with caliche nodules 8/11.6f I SILTY SAND continued 109.0 1 1 1 1 1 SANDY CLAY ICU Reddish Brown, har112.01 5016" j 80 1 14 40 i 27 19 SILTY SAND (SMl Light Brown, very 1 dense 2 - fine grained 96/10" 12 13 - hard caliche nodules with slight 132.0 50/2• f cementation SANDY CLAY ICL1 Reddish Brown, hard 13 j caliche streaks SILTY SAND ISM) Light Brown, very ' i. .' 145- = dense 15 fine grained with caliche nodules and I I streaks 50/6• 5 6 - fine grained with caliche nodules and 50/2- slight cementation 6 - fine grained with a few caliche nodules 5014" -175- 80- -185- 186.0 L I[u1 MONE Tan 1 87. 9 Boring Terminated at 187 feet 19 20 Completion Depth: 187.0 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 11 /3/94 Date Boring Completed: 1 1 /3/94 HDR Engineering, Inc. LOG OF BORING NO. B63/P14 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354631.702 l o E 925504.097 ., o s I y 0 Ground Surface El.: 3364.7 MSL N 0 0 I LL N (n �•� '� 'y « 3 N I E i C d i L T.O. S.C. Elev.: 3367.86 I o y N �' o; c 3 f a z °' j 0 a N U U Q i U o cn a 0 j15 a—�°I Elo a ' I J a I as ZIP 10 a MATERIAL DESCRIPTION SANDY CLAY ICL) Brown, hard ti 10 ' ,'c '. - fine grained with caliche nodules and 12.0 , 7- 36 76 t2 31 i 17 I t4 streaks I i 5 y: CLAYEY SAND lqr_1 Brown, dense 20 fine grained with caliche lenses, 35 nodules and streaks 25 2 6.0 " Yy SANDY CLAY (CLl Brown, hard 30--minor caliche nodules and a small .` 67 71 13 38 25 13 caliche lens 35 CLAYEY SAND (SC I Light Olive Green to Reddish Brown, very dense 40 75 43 9 28 is 10 45 50 - reddish brown, fine grained with a few ':; 52 caliche nodules 55 SILTY SAND (SM1 Light Brown, very dense 60 fine grained with caliche streaks and 67 nodules ;- 65 70 - dense 40 24 a 75 80 - very dense fi7 j 85 90 - brown, dense, fine grained with minor ! i•: %', 50 caliche nodules i 951 is .Y O Completion Depth: 181.5 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted (0.02-inch) flush threaded PVC pipe. Date Boring Started: 10/13/94 Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/14194 Continued Next Pa e HDR Engineering, Inc. F r 41 rl� M m m LOG OF BORING NO. B63/P14 "rl Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354631.702 { E 925504.097 �o o ! w' L m I .= X °' a '' C7 Ground Surface El.: 3364.7 MSL E U .� c I i0LL Q) � GCi~� y���` C -� � J i cc j T.0.S.C. Elm:3367.86 o � I 150 o O o a v o.mI c E, o .- Z a �a o- Z c y I a MATERIAL DESCRIPTION I - fine grained with slightly cemented ;; 50/6- caliche �; +I 105 ! SILTY SAND continued, very dense -110 �. -fine grained y 50/6• '. 15! ; ' �ti 17 2-fine grained with a few caliche nodules 1 as/ii- 2 3 - reddish brown, fine grained with minor 50/5• caliche streaks 13 7 4 1 - brown, fine grained with one caliche 50/3" nodules 455- J 5&= fine grained with a few caliche nodules ;'; 5/10.5 » zo NP NP NP 15 6 - light brown, fine grained so/a• fi 7 � I. I • 50/5" I 17 9. 0I 8 CLAYSTONE Yellow Green, hard181.5 7e ss zi as 1 za 21 Boring Terminated at 181.5 feet I 8 19 95�- Completion Depth: 181.5 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started: 10/13/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/14/94 �, HDR Engineering, Inc. iS HDR Engineering, Inc. LOG OF BORING NO. B64 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354590.999 o j O E 926755.038 o r Ground Surface El.: 3364.5 MSL o 0 LL' CDO Cn y = C J JCL I C N E r0. > U �yid� C 3lY d� >� V o fn oN Z j MATERIAL DESCRIPTION I a I oCL g — CLAYEY SAND (SC l Reddish Brown to I I i Brown, medium dense j i 5 10 fine grained with minor caliche nodules zs j 15� 20 - brown, very dense, fine grained with 56 46 13 32 I 18 14 caliche nodules and streaks 25- 30 - reddish brown, fine grained 52 35 ; 40 - fine grained with caliche lenses and 55 37 11 30 16 14 minor caliche streaks 44.0 45- STY SAND ISM) Reddish Brown, very dense, fine grained 50 - fine grained 59 55 56.0 CLAYEY SAND (SC 1 Reddish Brown, j dense, fine grained fine grained 49 51 13 29 17 12 63.0 SILTY SAND ISM l Brown, dense 65 70 - slight caliche streaking 71 . 9 9 35 Boring Terminated at 71 .5 feet 75 i 80 I 85 90 95 j '- 10 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/20/94 Date Boring Completed: 10/20/94 LOG OF BORING NO. B65/P13 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353871.061 E 927356.503 1 � C I r- *6 1 - - (D 0 Ground Surface EL: 3364.6 MSL .0 2 0 LL (n: E CL E CL i M 06 T.O.S.C. Elev.: 3367.04 E 2 0 14 t5 da) !!;a.,, C) C) .2 d to ? ! S C CL 0 4) CL 0 - E CL z Z MATERIAL DESCRIPTION SANDY CLAY ICL1 Dark Brown 5 4.0 CLAYEY SAND (SC► Brown, dense fine grained with caliche streaks, 45 1 59 13 I 31 17 14 nodules and lenses -15- -20 :X medium dense, fine grained with 29 caliche nodules and lenses -25- brown, orange, yellow very dense with 81 31 11 28 17 11 caliche nodules, streaks and lenses -35- 40 dense, fine grained with caliche 48 nodules and streaks -45- fine grained with caliche nodules 68 40 10 27 16 11 very dense -55- 62.0 52 SILTY SAND (SM1 Light Brown, dense -65- X&I 70- fine grained 36 75- -80- light pinkish brown, fine grained with 46 q caliche nodules 85 87,01, -90- CLAYEY SAND (SC► Dark Reddish Brown, very dense, fine grained with caliche nodules 9 2. 0 SILTY SAND (SM) Light Brown 95- :]l 0J Completion Depth: 172.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted (0.02-inch) flush threaded PVC pipe. Date Boring Started: 10/21/94 Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/21/94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B65/P13 Project Description: West Texas Region Disposal Facility 13a Lubbock County, Texas Location: N 7353871.061 E 927356.503 Ground El.: 3364.6 MSL .a7) o > U) L C (a L) Surface rZ oLL i n T.O.S.C. Elev.: 3367.04 NH o c °aN= '(l I m3o �C "E o C ty0 H a m la° ZIP coi a MATERIAL DESCRIPTION fine grained with caliche nodules F' .. 1 50/6" . j I SILTY SAND continue k: 051, 1 86 I I 53 23 8 12 3 - light brown and reddish brown with 50/5" caliche nodules 3 14 - fine grained with some caliche nodules 50/6" 14 15 ° 50/4" 15 16 81 16 17 CLAYSTONE Yellow Green, very dense 172. 72 Boring Terminated at 172.5 feet I 17 18 8 I 19 19 20 Completion Depth: 172.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted Date Boring Started: 10/21 /94 (0.02-inch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/21 /94 HDH Engineering, Inc. LOG OF BORING NO. B66 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353909.130 ! E 926103.77 o °ty I o d t - E E Ll U, Ground Surface El.: 3363.5 MSL = �' O` C E n ' ! d yIa iv 'poi a >� v aai a VJ I i; rr c 3 d y aml�E cv a Z= MATERIAL DESCRIPTION l CLAYEY SAND IISQ Dark Brown to I Brown, dense i 5 10� ' - fine grained with caliche nodules and 45 streaks 15 20 brown, very dense, fine grained with 50/6" caliche nodules and streaks 25 30 - reddish brown, dense, fine grained 42 58 j 14 25 19 6 35:� 40 - brown, very dense, fine grained with 42.0 so caliche nodules, streaks and lenses 45 SILTY SAND (SMl Light Brown 50 - fine grained with caliche nodules and streaks 35 - dense 55 60 - very dense, fine grained 62 65 70 - very dense, fine grained with caliche j streaks ! 75 i i 80 50/6" I I 85 90 - fine grained with a few caliche nodules 50/5" and slight cementation ! 95 I 0 Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 138 feet BGS. Date Boring Started: 10/10/94 Date Boring Completed: 10/13/94 Continued Next Page HDR Engineering, Inc. j iA 0 LOG OF BORING NO. B66 Project Description: West Texas Region Disposal Facility hu?v Lubbock County, Texas Location: N 7353909.130 E 926103.77 I a o, Ground Surface El.: 3363.5 MSL o c o LL2 6 LL Zn ' °' °' 5i <n L °: o E E c t E jIcc r > I �' 3 �� v �o ace >� M y S o a) a l a� oCr a m of - p`s o_ Z a i MATERIAL DESCRIPTION - light pinkish brown, fine grained 0/3.5 H SILTY SAND continued , 05 is i I I I i y I - brown, fine grained with caliche 50/4- I . i nodules and streaks 115� .h. I I 12 L light brown, fine grained with minor 0/5.5 26 7 NP NP NP ` caliche streaks and slight cementation I I I 12 3 - brown, fine grained with caliche 5016, nodules and streaks 13 2 4 - light brown with slightly cemented 50/4" nodules 14 15 50/4' -156- -160 - caliche nodules 50/5" 6 17171.0 I CLAYSTONE Yellow Green, hard 46 I I 7 II 8 183.0 61 97 18 49 I 28 I 21 LIMESTONE Tan 8 19 19 196.0 J`_IMESTONE Gray i 20 Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 138 feet BGS. Date Boring Started: 10/10/94 Date Boring Completed: 10/13/94 Continued Next Pa e HDR Engineering, Inc. 0— 1 Poo ku.4 L9 ra LOG OF BORING NO. B66 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353909.130 0 E 926103.77 6 :L mc Ground Surface El.: 3363.5 MSL a LL a)0 Cn C 4) C U; (n 0 E n E E X CL CL 6: Z; (L 5 I c� U - = U (n 0 0 I E 0 LY W MATERIAL DESCRIPTION z LIMESTONE continued 204.0 20 CLAYSIONE Dark Gray 209.0 21 LIMESTONE Gray - 213.0 - -21 CLA STONE Dark Gray with Limestone and Sandstone Seams 217.0 SANDSTONE Dark Gray with limestone -22 seams 220.5 CLAYSTONE Blue with silt/sand partings - -22 Red and Gray - -23 230.0 Boring Terminated at 230 feet -23E� 124(T 245- -2 5 55- -26&- -26E� 270- 75- -2 8 (:T- -85- 96- 296: Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 138 feet BGS. Date Boring Started: 10/10/94 Date Boring Completed: 10/13/94 HDR Engineering, Inc. LOG OF BORING NO. B67 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353947.200 �, E924851.03$ j .Q ,co!°U-!o> Lrn Ca, 0 CD Ground Surface El.: 3363.9 MSL > o o o m cn F' „� ; .y in to 3 c o E J ;.� i L m( E to t > ccQ. i d i l y to 11 yI piY yI�NI5:2 �apl U m ,v_ Q ,u l m «. n O c7 nci CL 5 E I o f= ' I a I m j I �0- ! ZIP l o( a I ! MATERIAL DESCRIPTION SANDY CLAY (CL) Brown, very stiff 16 j with caliche nodules 5 ! 71 I 14 31 14 17 10 _ a few caliche nodules and caliche 12.0 16 ' streaks 15 SILTY SAND (SMI Reddish Brown to Brown, dense, fine grained with caliche 40 I 37 9 27 16 11 nodules and streaks 20 - medium dense 22 24.0 25 ;;f SANDY CLAY (CL Reddish Brown, hard 70 with caliche nodules 30 - caliche nodules and streaks 32.0 70 CLAYEY SAND (Sr Reddish Brown, 35 dense, fine grained 36 32 73 NP NP NP 39.0 40 SILTY SAND CM Light Brown to 74 I 28 17 11 Brown, very dense with some sandy ... clay layers 45 J. t. 50 . - fine grained with caliche nodules SILTY SAND continued 7 i11 7 . 55r - light pinkish brown, fine grained with 79 caliche nodules and streaks 60 - light brown, dense, fine grained 33 65 light pinkish brown, fine grained 39 28 a 70 - light brown, fine grained with slight 71. 1 35 cementation 75 Boring Terminated at 71.5 feet 80 85 I 90 I 95 0 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. A test pit, TP-67, was excavated approximately 10 feet north of Date Boring Started: 10/31 /94 867 on 12/5/94. Date Boring Completed: 10/31 /94 P j HDR Engineering, Inc. LOG OF BORING NO. B68/P15 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353966.506 ;e j �, E 924227.958 j o d r I w Vi 2 G O J Ground Surface El.: 3365.1 MSL I d .0 � � - j C O� i �% LL' rLL �,�- CAd `gin .� � `' 6Ci � r E J .. i E J 1 t T.O.S.C. Elev.: 3368.04 i E �. ta o I ` j C 3 I d ;, N Q a N o O �„ ! •y o f i c7 I a v a m L) E I 6 c r ' I ii j v j I MATERIAL DESCRIPTION a° Z C An o. SANDY CLAY (CIL Dark Brown to Reddish Brown, very stiff 5' 10_caliche nodules Yy:' 26 I -20 - reddish brown, hard with caliche 53 39 10 28 n I ii = nodules and streaks �% ;;• 25 30 32.0 49 CLAYEY SAND (SC) Reddish Brown, 35 dense 40 - fine grained with caliche nodules ,/ - so 31 10 NP NP NP 45 s 50 - fine grained - 52.0 very dense i s, ;4 55 SILTY SAND csM► Light Brown, very dense 60 - fine grained " 54 65 `X 70 - dense '�'% 40 75 ..% 80 - very dense, slight cementation with 50/4- caliche nodules and streaks 85� l% j• I 90 I I - fine grained v ` es 95 - light pinkish brown, fine grained with ,v✓ f 0 Completion Depth: 190.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted Date Boring Started: 10/31 /94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 143 feet BGS. Date Boring Completed: 1 1 /3/94 Continued Next Page HDR Engineering, Inc. i HDR Engineering, Inc. LOG OF BORING NO. 1368/P15 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353966.506 I o E 924227.958 ° o I o I> I a c 0 j2 a Ground Surface El.: 3365.1 MSL E 2 ,� ° u_ ; �' y 0 " 3�f I c _ J = J L I r T.O.S.C. Elev.: 3368.04 o 3 a~ ;, N a N o ° �„ cn t7 ! a'Y' E' o" I I I N a MATERIAL DESCRIPTION a° Z I c I= w i l t a I i caliche nodules and slight cementation SILTY SAND continued I 10 1 I I 4K 50/6" 1 : / / 2 - pinkish tan, fine grained with caliche 64 nodules 2 13 - pinkish off-white, fine grained with / % 50/2" I moderate cementation 13 14 - light brown with caliche nodules as 4 - light pinkish brown, fine grained with 15 caliche nodules 50/6" 15 r. L 6 - light brown, fine grained with caliche 9919" nodules 16 17 2/11.8 17 f 5015" 18 i LIMESTONE Tan and Gray 9 I j Boring Terminated at 190.5 feet ,9 20 Completion Depth: 190.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 10/31 /94 (0.02-inch) flush threaded PVC pipe. Groundwater encountered at approximately 143 feet BGS. Date Boring Completed: 1 1 /3/94 P'] E City of Lubbock " PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 137" STREET LUBBOCK, TEXAS 79401 r PH:(806)775-2167 FAX:(806)775-2164 t" http://purchasing.ci.lubbock.tx.us a•, k�. ITB #015-0-2003/DC, Addendum #2 ADDENDUM #2 ITB #015-0-2003 / DC EXCAVATION & LINING OF CELL II AT THE WEST TEXAS REGIONAL DISPOSAL FACILITY MAILED TO VENDOR: February 13, 2003 CLOSE DATE: February 19, 2003 @ 3:00 PM CST 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. k Price Redetermination - Fuel In order to facilitate possible changes in the price of fuel from the time that bids are opened until contract is awarded, the city of Lubbock will offer the following procedure to permit a one-time price adjustment of the unit price of the bid item for excavation. This adjustment is for off- road consumption of fuel by equipment related to the excavation price shown as bid item number 1, EXCAVATION. This will be a one-time adjustment in price after the contract is awarded and executed ' r, by all parties. The unit price breakdown of all excavation costs must be presented at the time of bid on the form included with this addendum. This adjustment does not include lubrication cost increases. The procedure to determine the price adjustment is as follows: 1. If the wholesale price of diesel fuel increases by ten percent (10%) or more from the price of diesel fuel on the BID closing date (as published by the Oil Price Information Service (OPIS)[www.opisnet.com] for OPIS net prices low sulphur #2 diesel fuel Lubbock TX), the Contractor may petition the Purchasing Manager for an increase in the excavation unit contract price. Any increase in the excavation unit contract price will be the pro-rata cost of diesel fuel to the Contractors total unit price of Base Bid Item 1, Excavation. [Example: if the cost of diesel fuel increases by ten percent (10%) and the fuel cost accounts for ten percent (10%) of the cost of excavation, then the contract unit price may be increased by one percent (1%).] 2. The Contractor shall provide a complete cost analysis of the contract unit price to be adjusted. This analysis shall include all costs including administrative, overhead, material(s), labor [labor units per price and actual documented labor cost per hour], fuel, insurance, profit, and any other cost associated with providing excavation. Failure to provide the detailed cost analysis e with each request for a price redetermination due to fuel price escalation shall preclude any price redetermination due to fuel costs. 015-0-2003Addend2.doc ITB #015-0-2003/DC, Addendum #2 Note, if the Purchasing Manager grants an increase in the excavation contract unit price based upon increases in diesel prices, then the Purchasing Manager may also adjust the excavation contract unit price downward if the cost of diesel decreases by ten percent (10%) or more from the price of diesel fuel on the BID closing date (as published by the Oil Price Information Service (OPIS)[www.opisnet.com] for OPIS net prices low sulphur #2 diesel fuel Lubbock TX). - EXCAVATION FUEL COST ADJUSTMENT BASIS Fuel Basis Cost per gallon $ per gallon ' Excavation Unit Price Per Cubic Yard $ per cubic yardAM The excavation unit price is determined by the following cost items. The total of these items must equal the Excavation Unit Price Per Cubic Yard on the BID FORM and as shown above. The City of Lubbock reserves the right to require additional information over and above that shown below prior to approval of any adjusted fuel price in order to confirm accuracy of the percentage of fuel cost in the unit price per cubic yard of excavtion. Labor Cost (2) $ per cubic yard Cost of fuel per cubic yard (3I $ per cubic yard Equipment Cost (3) $ per cubic yard Administration Cost 13) S Der cubic vard Overhead Et Profit Cost (3) $ per cubic yard Notes: Must equal the unit price shown on the BID FORM, ITEM 1 EXCAVATION. (2) Labor unit cost, when multiplied by the total quantity, must equal the amount shown in the line item for LABOR under Bid Item 1 on the BID FORM. (3) Fuel, equipment, administration and overhead Et profit unit costs, when added "? together and multiplied by the total quantity, must equal the amount shown in the Line item for MATERIALS under Bid Item 1 on the BID FORM. All requests for additional information or clarification must be submitted in writing and directed to: l Diana Caudillo, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to dcaudillo@maiLci.lubbock.tx.us 015-0-2003Addend2.doc am t y, ITB #015-0-20031DC, Addendum #2 THANK YOU, CITY OF LUBBOCK Diana Caudillo Buyer r It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the t bidder's responsibility to advise the City of Lubbock Purchasing, Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five + (5) business days prior to the bid close date. A review of such notifications will be made. r^ 1P^^ T 015-0-2003Addend2.doc City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 r PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.cl.tubbock.tx.us ITB #015-0-2003/DC, Addendum #3 ADDENDUM #3 ITB #015-0-2003/DC EXCAVATION & LINING OF CELL II AT THE WEST TEXAS REGIONAL DISPOSAL FACILITY MAILED TO VENDOR: February 17, 2003 OLD CLOSE DATE: February 19, 2003 @ 3:00 PM CST NEW CLOSE DATE: February 26, 2003 Q 3:00 PM CST 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. The Close Date has changed From: February 19, 2003 @ 3:00 PM To: February 26, 2003 Q 3:00 PM 1 " 2. QUESTION: ' Does the City of Lubbock or the engineer have any boring logs from the cell area or around the landfill that can be made available to the bidders? ANSWER: Already addressed in the addendum. 3. QUESTION: At the pre -bid there was discussion of an addendum no.1 that would be issued by the city. When will this addendum be completed and made available to the bidders? ANSWER: Already addressed in the addendum. w.. 4. QUESTION: The specifications require both the geosynthetic clay liner (GCL) and the 60 mil geomembrane liner to be sampled and conformance tested when the material arrives on site.The GCL section of :> the specifications states that the owners CQA engineer will perform this testing,however the 60 mit geomembrane liner section does not specifically clarify who will pay for conformance testing. Can the city clarify who is responsible for conformance testing for all of the geosynthetic layers required for the project? ANSWER: Pre -construction conformance testing by the manufacturer is at their expense. Construction conformance testing is at the city's expense, unless the test fails and then the contractor pays for it. Lw 5. QUESTION: A Addendum #1 Section 1025 Measurement and Payment Paragraph 1.18 Wheeled Sump Pump, Control Panel and Wiring "...Price shall include the pump, motor, side slope riser, control panel, Flo 015-0-2003/DCAddend3.doc ITB #015-0-2003/DC, Addendum #3 related appurtenances, labor, materials, equipment, and superintendence necessary to completely install the wheeled sump pump...." Are we to include running power to the pump, a wiring the control panel, and performing any startup procedures? If so, from what location is power available to power the pump? Will the electrical line be a buried line? Is there a specification for this line that you would want followed? ANSWER: Contractor should hook up control panel and wiring to pump. At this time, power is not at the site. The city will hook up power to control panel once the supply is installed. on 6.QUESTION: Price Redetermination - Fuel Addendum #2 Will the Price Redetermination also be applied to the fuel cost for the embankment and cover material items or only the excavation item as shown in Addendum # 2? ANSWER: The Addendum stated it was for Item 1 only. 7.QUESTION: Will the information requested to be provided by the contractor for the cost of Labor, Fuel, Equipment, Administration, and Overhead and Profit be considered as confidential and proprietary by the City and Engineer? ANSWER: TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 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. 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 l i 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. Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. All requests for additional information or clarification must be submitted in writing and directed to: Diana Caudillo, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to dcaudillo@mail.ci.lubbock.tx.us w_ rl 015-0-2003/DCAddend3.doc THANK YOU, CITY OF LUBBOCK Diana Caudillo Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the 0„ bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 0 1 5-0-2003/DCAddend3.doc ITB #015-0-2003/DC, Addendum #4 s City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING FEB 2 4 2QQ3 1625 13TM STREET r LUBBOCK, TEXAS 79401 ? `4 J PH: (806)775-2167 FAX: (806)775-2164 ED http://purchasing.ci.Lubbock.tx.us MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ADDENDUM #4 ITB #015-0-2003 / DC EXCAVATION & LINING OF CELL II AT THE WEST TEXAS REGIONAL DISPOSAL FACILITY February 21, 2003 February 19, 2003 @ 3:00 PM CST February 26, 2003 @ 3:00 PM CST 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. QUESTION: Are the requirements for a transducer and meter as specified in Section 13445 separate from the requirements of the pump? . , ANSWER: Yes, the transducer and meter requirements are separate from the pump, and will be paid for as part of Bid Item 19 sent out with Addendum #1. LJ 2. QUESTION: F. Is the fill shown in Section 15 on page C6 of the plans existing or ultimate? ANSWER: This embankment fill is to be installed as part of this project and is included in Bid Item #13. 3. QUESTION: Is pond excavation included as part of this project? ANSWER: NO - Disregard all references to ponds in Bid Items #1 and #13. 4. QUESTION: Is the 6-inch pipe for the transducer included as part of Bid Item #9? ANSWER: No, this pipe will be paid for as part of Bid Item #19 as shown. 015-0-2003Addend4.doc ITB #015-0-2003/DC. Addendum #4 5. QUESTION: Specifications Sections 02500 1.5 D 2 and 2.2 A ..... ASB shall meet TxDOT spec Item 340. The specification item for Asphalt Stabilized Base is Item 345, whereas TxDOT specification item 340 is applicable to Hot Mix Asphalt Concrete Pavement. Please clarify if the contractor is to provide Asphalt Stabilized Base in compliance with TxDOT item 345 or Type B Asphalt Concrete Pavement in compliance with TxDOT item 340. ANSWER: The base course for the asphalt road shall meet the requirements of the City of Lubbock standard specification for Asphalt Stabilized Base (see attached specification). All references to TxDOT Item 340 Type B material, whether on the drawings or in the specifications is to be replaced with the requirements in the city of Lubbock specification for Asphalt Stabilized Base. All dimensions are to remain the same. 6. QUESTION• This job is supposed to be completed in 280 days. Will you allow us to work 24 hours a day, seven days a week? ANSWER: Owner's representative has no problem with them working 24/7. 7. QUESTION: Per addendum #1 Section 01025 Measurement and payment changes the bid quantities on the liner as to the reverence pay area limit on the drawings. Per addendum #1 Section 01025 Measurement and payment the new bid quantities should be as follows. Item # 2 876,386 sq. ft., Item # 3 417,818 sq. ft., Item # 4 876,386 sq. ft. Item # 5 417,818 sq. ft., Item # 6 1,294,204 sq. ft. ANSWER: Payment shall be based upon actual measurements made to the limit as shown on the plans and details. All requests for additional information or clarification must be submitted in writing and directed to: Diana Caudillo, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to dcaudilloCmail.ci.lubboc"%,.tx.us THANK YOU, CITY OF LUBBOCK a audi o Buyer 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 Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid. close date. A review of such notifications will be made. 015-0-2003Addend4.doc r�* City of Lubbock PURCHASING DEPARTMENT k ROOM L04, MUNICIPAL BUILDING E ` 1625 13TM STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us P"* MAILED. TO VENDOR: February 21, 2003 OLD CLOSE DATE: February 19, 2003 @ 3:00 PM CST NEW CLOSE DATE: February 26, 2003 @ 3:00 PM CST 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. Attached are the City of Lubbock Standard Specification for Asphalt Stabilized Base. All requests for additional information or clarification must be submitted in writing and directed to: Diana Caudillo, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to dcaudillo@mail.d.lubbock.tx.us THANK YOU, CITY OF LUBBOCK 6iana a o Buyer 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 Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five 0M (5) business days prior to the bid close date. A review of such notifications will be made. n ITB #015-0-20031DC, Addendum #5 s++ �x 5.1 ASPHALT STABILIZED BASE (ASB) Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed, hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item "Asphalt Stabilized Base" (Plant Mix). The contractor's plant and F equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these . ** specifications. Samples of the compacted ASB will be removed by City personnel from locations designated by the Engineer to determine composition, compaction, thickness, and density. The contractor shall replace the pavement removed from core holes at no cost to the City. ASB found to be deficient in composition, compaction, thickness, or density a, shall be corrected at the contractor's expense as directed by the Engineer. 5.2 ASB MIX DESIGN ,.� The contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1-1/2" 3/4" 112" #4 #40 Percent Retained by Weight 0 8-30 30-55 50-70 . 70-90 Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F and procedures outlined in TxDOT Bulletin C- 14. In no case shall the asphalt content be less than 4% or more than 9% by weight. Asphalt for the mixture shall meet the requirments of TxDOT Item "Asphalt, Oils, and 4 Emulsions". The grade of asphalt and source must be approved by the Engineer prior to use. The contractor shall submit the mix design prepared by a qualified lab for approval by the Engineer. The Engineer will approve the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used. The asphalt content of the production mixture shall not vary from the design more than 0.2% dry weight based on total mixture. 015-0-2003Addend5.doc 2 ITB #015-0-2003/DC, Addendum #5 5.3 PLACING ASB ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Engineer. Prior to placing ASB, the subgrade shall be prepared as previously specified The cross-section shall be constructed to form the specified crown on the HMAC t surface at the centerline of the.street, or as indicated on the plans. ASB shall not be placed when the air temperature as reported by the National Weather Service is below 45 degrees F and falling. During June, July, and August ASB shall be placed at a temperature between 255 and 285 degrees F. During other months ASB shall be placed at a temperature between 275 and 325 degrees F. Any ASB material that is above, or below the specified temperature range may be rejected by the engineer. No payment will be made for any rejected material. °+ The ASB material shall be spread on the approved prepared surface using an approved spreading machine. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the associated plans. '5.4 ASB COMPACTION The ASB shall be compacted thoroughly and uniformly with approved rollers. Rolling shall be continued until no further increase in density can be obtained and all roller marks are eliminated. Compaction shall be completed before the ASB mixture cools P below 185 degrees F. F< The compacted ASB shall conform the cross -sections, lines, and grades shown on the plans or as directed by the Engineer. The surface shall be smooth and have a uniform texture acceptable to the Engineer. 9 3 CITY OF LUBBOCK INVITATION TO BID FOR ,. TITLE: EXCAVATION & LINING OF CELL II AT THE WEST TEXAS REGION DISPOSAL FACILITY ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 015-031DC PROJECT NUMBER: 5515.8107 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL & BID FORM 4. PAYMENT BOND `g 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE A s 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT rR _. 9. CURRENT WAGE DETERMINATIONS 10. STATEMENT OF QUALIFICATIONS p 11. SPECIFICATIONS �. tti NnTir.F Tr) Rir)hFRS 7 li- k . i NOTICE TO BIDDERS ITB #015-031DC Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on the 19th dav of February, 2003, 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: "EXCAVATION & LINING OF CELL 11 AT THE 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 Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 o'clock p.m. on the 19th day of February, 2003, and the City of Lubbock City Council will consider the bids on the 13th day of March, 2003, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 4th day of February, 2003 at 10:00 o'clock a.m., in the Training Conference Room L01, Lubbock, Texas. ,i Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13th Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00 refundable deposit per set. Plans and specifications may be obtained from Parkhill, Smith & Cooper, 4222 85th Street, Lubbock, Texas 79423, Phone: (806) 473-2200. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidders account number. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more + accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. "+ CITY OF LUBBOCK w; to VICTOR KIL AN r'" PURCHASING MANAGER ell GENERAL INSTRUCTIONS TO BIDDERS •* 1 BID DELIVERY, TIME & DATE + 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish EXCAVATION & LINING OF CELL II AT THE 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, the 19th day of February, 2003 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 #015-03/DC, EXCAVATION & LINING OF CELL II AT THE 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: Victor Kilman, Purchasing Manager City of Lubbock P 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. 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. ,l 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 -mandatory pre -bid meeting will be held at 10:00 a.m., February 4th, 2003 in Training Conference Room L01, 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. �y 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may - request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for F interpretation considered, the request must be submitted in writing and must be received by the City of a Lubbock Purchasing Department no later than five (5) days before the bid closing date. Polk 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in g any news media or seen or heard in any communication facility regarding this bid should be disregarded in w. preparing responses. 1 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 Purchasing Manager and a clarification obtained before the bids are received, ... and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager 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. Oft 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. &A 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT a� 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 CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. M, 2 rPP% r; %s 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 L i 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. +�+ 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER 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 responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing 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 (ITS) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND'ADDRE$SED TO: DIANA CAUDILLO, BUYER City of Lubbock 1625 13`h Street Lubbock, Texas 79401 Fax: (806) 775-2164 e Email: DCaudillo@mail.ci.lubbock.tx.us y 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be fully completed within TWO HUNDRED .� EIGHTY (280) 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. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 3 15 AFFIDAVITS OF BILLS PAID r„ The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute r 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. 16 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 f ' 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. a 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: 0" (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by t 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. e� 4 (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. e^► r., 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES _u It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a Oft 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. 0"1 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. .e 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. r 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 k telephone number where such local representative may be reached during the time that the work contemplated by t' 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 e+. 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 `.r CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN 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 A-4 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 Pot 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 t.. condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS w 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 Alm 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 6 !m 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 6 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 rl 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 y" must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, t: but no bid may withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been " opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. : (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). 4; (e) Contract Agreement. (f) General Conditions. � . (g) Special Conditions Cif any). (h) Specifications. (i) Insurance Certificates. All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the , ' contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. ' 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 Bid Items 1 through 16 for the Total Bid Amount. 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. °"' 8 No Text BID SUBMITTAL UNIT COST BID CONTRACT DATE: Pebruazy 26, 2003 PROJECT NUMBER: #015-031DC - EXCAVATION & LINING OF CELL II AT THE WEST TEXAS REGIONAL DISPOSAL FACILITY Bid of D. E. Rice Construction Ccmpany, Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a EXCAVATION & LINING OF CELL 11 AT THE { WEST TEXAS REGIONAL DISPOSAL FACILITY 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. (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 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 fully complete the project within 280 (TWO HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500.00 (FIVE HUNDRED) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to - commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable Am without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5 o of Amnunt Bid Dollars ($ 5° of Bim), 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 fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract ,Y documents made available to him for his inspection in accordance with the Notice to Bidders. z- 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: �1 . � /Mike Williams Secretary Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 02/13/03 Addenda No. 2 Date 02 / 13 /03 Addenda No. 3 Date. 02118 Z03 Addenda No. 4 Date n2/24/m 5 02/24/03 Date: Feb ry 26, 2003 Authorized i nature Mike Maxwell (Printed or Typed Name) D. E. Rice Construction ComDany, Inc. Company P.O. Box 3344 Address Borger Hutchinson City, County Texas 79008-3344 State Zip Code Telephone: 806 - 274-7187 Fax: 806 - 274-3262 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American I Other (Specify) 0 �'> P M, BID FORM D. E. Rice Construction Company, Inc. W r._.J BID FORM CITY OF LUBBOCK, TEXAS OR WEST TEXAS REGION DISPOSAL FACILITY TCEQ MSW PERMIT NO. 2252 CELL 2 CONSTRUCTION February 26 2003 Item Quantity Total Amount No. & Unit Description of Item and Unit Price BASE BID 1. 1,828,800 EXCAVATION C.Y. 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 ponds, but not for miscellaneous excavation relating to structures or utilities at the unit price per cubic yard: No Dollars and seV1EntY-six Cents ($ 0.76 ) $ 1, 389, 888.00 The total amount for Item 1 consists of: MATERIALS:$ None LABOR: $ 1,389,888.00 2. 890,600 GEOSYNTHETIC CLAY LINER (NON -REINFORCED) S.F. Provide and install a geosynthetic clay liner including all o* labor, equipment, materials, supplies, etc., for complete installation, including subgrade proof rolling and anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: No Dollars and tV%Enty--nine Cents ($ 0.29 ) $ 258, 274.00 The total amount for Item 2 consists of: MATERIALS: $ 213,744.00 LABOR: $ 44,530.00 ft Item Quantity Total Amount No. & Unit Description of Item and Unit Price 3. 428,100 GEOSYNTHETIC CLAY LINER (REINFORCED) S.F. Provide and install a geosynthetic clay liner including all labor, equipment, materials, supplies, etc., for complete installation, including subgrade proof rolling and anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: No Dollars and fT, Cents ($ n _ a ) ^�^ The total amount for Item 3 consists of: MATERIALS:$ 158,397.00 LABOR: $ 42,810.00 4. 890,600 GEOMEMBRANE LINER (SMOOTH) S.F. Provide and install a 60 mil thick high density polyethylene liner including all labor, equipment, materials, supplies, etc., for complete installation, including cost of anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot: No Dollars and th rtv-LCents ($_ 0.31 ) The total amount for Item 4 consists of: MATERIALS:$ 187,026.00 LABOR: $ 89,060.00 5. 428,100 GEOMEMBRANE LINER (TEXTURED) S.F. Provide and install a 60 mil thick high density polyethylene liner including all labor, equipment, materials, supplies, etc., for complete installation including cost of anchor trench construction and compaction of backfill in anchor trench after liner installation as shown on the plans at the unit price per square foot No Dollars and -six Cents ($ 0.46 ) The total amount for Item 5 consists of: wpm MATERIALS: $ 141, 273.00 LABOR: $ 55 , 653.00 $ ?pa,2n7_00 Item Quantity Total Amount No. & Unit Description of Item and Unit Price 6. 1,331,000 GEOCOMPOSITE DRAINAGE LAYER *„ S.F. Provide and install the geocomposite drainage layer including all labor, equipment and superintendence, including cost of anchor trench construction and compaction of backfill after geocomposite installation am as shown on the plans at the unit price per square foot: No Dollars $ 425,92.0.00 and thjxW--typo Cents ($ 0.32 ) The total amount for Item 6 consists of: MATERIALS:$ 346,060.00 LABOR: $ 79,860.00 7. 650 GRAVEL DRAINAGE MATERIAL C.Y. Provide and place the gravel drainage material including all labor, equipment, materials, supplies, etc. for excavation required for leachate collection system and complete drainage material installation as shown on the plans at the unit price per cubic yard: thirty-seven Dollars and 1inetY-fig Cents ($ 37.95 ) $ 24,667.50 The total amount for Item 7 consists of: MATERIALS:$ 19,142.50 LABOR: $ 5,525.00 8. 19,100 8 OZ. GEOTEXTILE FABRIC S.F. Provide and install the geotextile fabric that will !1e encompass gravel drainage material for leachate collection system, including all labor, material, equipment and superintendence as necessary as shown on the plans at the unit price per square foot: _ No Dollars and #MltY7s Cents $( 0.37 ) $ 7,067.00 The total amount for Item 8 consists of: MATERIALS:$ 2,292.00 ""` LABOR: $ 4,775.00 e 0 „1 Item Quantity Total Amount No. & Unit Description of Item and Unit Price 9. 1,715 6-INCH PE PIPING L.F. Provide and install the perforated and any non - perforated polyethylene pipe, bends, tees, etc., including all labor, equipment and superintendence necessary as shown on the plans at the unit price per linear foot: seven Dollars and sixty -fire Cents ($ 7.65 ) $ 13 ,119.75 The total amount for Item 9 consists of: MATERIALS:$ 6,259.75 LABOR: $ 6,860.00 10 230 12-INCH PE PIPING L.F. Provide and install the heat fused perforated and nonperforated polyethylene pipe, bends, tees, end caps, etc. 'including all labor, equipment, and superintendence as shown on the plans at the unit price per linear foot: nineteen Dollars and sixty Cents ($ 19.60 ) The total amount for Item 10 consists of: MATERIALS:$ 2,668.00 - LABOR: $ 1,840.00 11. 885,500 PROTECTIVE SOIL COVER (FLOOR) S.F. Place all protective soil on top of the liner system from soil cover material that is available on site, including all labor, material, equipment and superintendence as necessary to install the soil as shown on the plans at the unit price per square foot: No Dollars and fourteen Cents ($ 0.14 ) The total amount for Item 11 consists of: MATERIALS: $ None LABOR: $ 123,970.00 $ 4,508.00 $ 123,970.00 ., Item Quantity Total Amount No. & Unit Description of Item and Unit Price 12. 422,000 PROTECTIVE SOIL COVER (SLOPE) S.F. Place all protective soil on top of the liner system from soil cover material that is available on site, including all labor, material, equipment and superintendence as necessary to install the soil as shown on the plans at the unit price per square foot: P40 Dollars and f; ftePn Cents ($ 0.19 ) The total amount for Item 12 consists of: MATERIALS:$ None LABOR: $ h�, 300.00 13. 11,000 EMBANKMENT FILL C.Y. Install embankment fills, including all pond embankments, ditch embankments, all labor, equipment, and superintendence necessary as shown on the plans and required by the specifications at the unit price per cubic yard: one Dollars and No Cents ($ 1.00 ) The total amount for Item 13 consists of: MATERIALS:$ None LABOR: $ 11,000,00 14. 1 -EROSION CONTROL L.S. Provide all labor, material, equipment, and superintendence as necessary to prepare and implement the Storm Water Pollution Prevention Plan required under National Pollution Discharge Elimination System regulations described on the plans and required by the specifications at the lump sum price:_ thirteen thousand nine hundred twenty-eight Dollars and No Cents ($ 13,928.00 ) The total amount for Item 14 consists of. MATERIALS:$ 5,178.00 LABOR: $ 8 , 75n _ 0n $ 11,000.00 811111111111111111111111 • S 11 Item Quantity Total Amount No. & Unit Description of Item and Unit Price 15. 7,820 ASPHALT ROAD S.Y. 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 at the unit price per square yard: thirty-six Dollars and rangy iicbt Cents ($ 36.98 ) $ 289,183.60 The total amount for Item 15 consists of: MATERIALS: $ 144,591.80 LABOR: $ 144,591.80 16. 9,216 CALICHE ROAD S.Y. 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 at the unit price per square yard: nine Dollars and f�ix Cents ($ 9.46 ) The total amount for Item 16 consists of: MATERIALS:$ 43,591.68 LABOR: $ 43,591.68 17. 1 SITE SIGNAGE L.S. Provide all labor, material, equipment and superintendence as necessary to install all site signs and markers as shown on the plans and required by the spec cations a the lump sum price: six hundred Dollars and No Cents ($ 600.00 ) The total amount for Item 17 consists of: MATERIALS: $ 350.00 LABOR: $ 250.00 $ 87,183.36 $ 600.00 0 Item Quantity Total Amount No. & Unit Description of Item and Unit Price 18. 1 WHEELED SUMP PUMP CONTROL PANEL AND L.S. WIRING Provide all labor, material, equipment and superintendence as necessary to install a wheeled sump pump, including motor, side slope riser, control *^ panel and related appurtenances as shown on the plans and required by the specifications a the lump sum price: ten thousand five 0670 o. WN .. ZEN am- s • - and No Cents ($10, 585.00 ) $ 10, 585.00 The total amount for Item 18 consists of: MATERIALS:$ 9,985.00 LABOR: $ 600.00 19. 1 SUMP ACCESS STRUCTURE L.S. Provide all labor, material, equipment and superintendence as necessary to install the sump access structure, including bollards, 6-inch HDPE transducer conduit and sensor, and 2-inch return line with butterfly valve as shown on the plans and required by the specifications a the lump sum price: eight thousand eight hundred seventeen Dollars $ 8,817.50 and fifty Cents ($ 8,817.50 ) The total amount for Item 19 consists of: MATERIALS: $ 5,382.50 LABOR: $ 3,435.00 F"^ TOTAL MATERIALS: dollars cents ($ 1,285,941.23 1,285,941.23 TOTAL LABOR: dollars cents ($ 2,120, 289.48 2, �$ 0, 289.48 � 6,230.7 TOTAL BID (Items 1-19): dollars cents ($ 3,406,230.713, 1� ) Three million four hundred six thousand two hundred thirty dollars and seventy-one cem Definitions Materials - all materials/products to be installed as a permanent part of the project. Labor — all labor, equipment, supplies, superintendence, etc. used in the construction process, but not a permanent part of the project. ft 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. Geomembrane Liner: Manufacturer: GSE Installer: Falrnn Rnvirnnmantal Lining stQ c 2. Geosynthetic Clay Liner: Manufacturer. GSE Installer: Falcon Environmental Lining Systems 3. Geotextiles and Geocomposites: Manufacturer: GSE Installer: Falcon Environmental Lining Systems 4 Leachate Collection Piping: Manufacturer: nri s(-nnl ex z Installer: T) _ F._ Ri r.P C'nnc;t-n irt-i nn ('o=aDTr, TQG O ►ss 0 r** BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we D. E. Rice Construction Company, Inc. and the Hartford Fire Insurance Company of Hartford, Connecticut the laws of the State of Connecticut as Principal, hereinafter called the Principal, , a corporation duly organized under , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Greatest Amount B Dollars ($ --------------- 5%----------------- ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Excavation & Lining of Cell II at the West Texas Regional Disposal Facility NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. IZ 7ti '' ,,,,�� w Signed and sealed this �m day of February 2003 l D. E. Rice Construction Company, Inc. (Seal) Principal fitness ;� Title Hartford Fire Insurance C fnpany Witness B Ke ' Dunn, Attorney -in -Fact 2/98 W THE HARTFORD HARTFORD PLAZA HARTFORD, CONNECTICUT 06116 'X Hartford Fire Insurance Company Twin City Fire Insurance Company XO Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast 0 KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire insurance Company, Hartford Accident and indemnity Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford r Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida; having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Kevin Dunn, Fred Davis, Cara Hancock Of Lubbock, TX their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written 0°+ instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the a performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. �. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. r� . cc.. p � M� r �Iee�r11�14iw i tQaye ,. ~ M �y'+Alere,cr�, �•alaM�' AG� 3Ta'4t979 �� t87o ro •s � + � `s`.,., .` 4�, fit ,`� I979 AA • _ �'� �ii , y' ,.....• �l '+� f ,. � �Ie14��. ' k Paul A. Bergenholtz, Assistant Secretary John P. Hyland, Assistant Vice President sus STATE OF CONNECTICUT ss, Hartford COUNTY OF HARTFORD On this 19th day of September, 2000, before me personally came John P. Hyland, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. :t ttomulr � �Jic/ • h�tl� Jean H. Wozniak A-ft CERTIFICATE Notary Public My Commission Expires June 30, 2004 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of February 19, 2003 Signed and sealed at the City of Hartford. 0111-!-: �134t •4r' `^: n. tD74 •�T` ' 'c3. I9"f9 y, it ��• .._ es" Colleen Mastroianni, Assistant Vice President 0004 LIST OF SUBCONTRACTORS Minority Owned Yes No 1. Falcon Envirc=ental Lining Systems ❑ x 2. Allen Butler Construction. Inc. ❑ N 3. 4. 6. 7. 8. 9. 10. 10 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 fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contractor (Signature) Mike Williams Contractor (Print) CONTRACTOR'S FIRM NAME: D. E. Rice Construction Company, Inc. (Print or Type ) CONTRACTOR'S FIRM ADDRESS: P.O. Box 3344 (3300 S. Cedar - 79007 Borger, TX 79008 Name of Agent/Broker: Gallagher - InWest Address of Agent/Broker: 110 N. Marienfeld St., Suite 330 City/State/Zip: Midland TX 79701 Agent/Broker Telephone Number: ( 915 ) 570-3456 Date: 02/19/03 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 Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #015-03/DC - EXCAVATION & LINING OF CELL 11 AT THE WEST TEXAS REGIONAL DISPOSAL FACILITY i f' y r J: r r;. .. PERFORMANCE BOND i i b L • Bond No. 46BCSBT1434 "" STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021 (a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that D. E. Rice Construction Company, Inc. (hereinafter called the Principal(s), as Principal(s), and Hartford Fire Insurance Companv (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three million, four hundred six thousand, two hundred thirty & 71/100----- —-------- --------- ------------ -- Dollars ($ 3,406,230.71- ) 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 27th day of March , 2003 , to ITB #015-03/DC - Excavation & Lining of Cell 11 at the West Texas Regional Disposal Facility - City of Lubbock, Texas. 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. N" P" IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 27th day of March , 2003 Hartford Fire InsuranceXompajny D. E. Rice Construction Company, Inc. Surety Principal • By: By: .s Kevin Dunn , Attorney -In -Fact itle) By: (Title) By: (Title) 0" The undersigned surety company represents that it Is duly qualified to do business In Texas, and hereby designates Kevin Dunn 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. Hartford Fire Insurance Compan Surety By: Kevin Dunn Attorney -In -Fact Approved as to Form City of Lubbock By: City Attorney 3 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. THE HARTFORD HARTFORD PLAZA HARTFORD, CONNECTICUT 06115 XX Hartford Fire Insurance Company Twin City Fire Insurance Company F7 XX Hartford Casualty Insurance Company Hartford Insurance Company of Illinois 0 0 Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest 0 Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast 0 KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accident and Indemnity Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida; having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited. Kevin Dunn, Fred Davis, Cara Hancock of Lubbock, TX their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the ,,. performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. STATE OF CONNECTICUT ss, Hartford COUNTY OF HARTFORD On this 14h day of September, 2000, before me personally came John P. Hyland, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. ..a ►Uiva • Jean H. Wozniak CERTIFICATE Notary Public My Commission Expires June 30, 2004 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 27, 2003 Signed and sealed at the City of Hartford. tT '�� a g11115 + %Via r Colleen Mastroianni, Assistant Vice President No Text Bond No. 46BCSBT1434 �^+ STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 (a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) MR a" KNOW ALL MEN BY THESE PRESENTS, that D. E. Rice Construction Company, Inc. (hereinafter called the Principal(s), as Principal(s), and Hartford Fire Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three million, four hundred six thousand, two hundred thirty & 71/100------ ---------- —-------- -------- — Dollars ($ 3,406,230.71 )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 27th day of March , 2003 , to ITB #015-03/DC - Excavation & Lining of Cell II at the West Texas Regional Disposal Facility - City of Lubbock, Texas. and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021 (a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 27th day of March 2003 Hartford Fire Insurance Compan Surety .. *By: f ^ Aw. Kevin unn Attorney -In -Fact D. E. Rice Construction Company, Inc. Principal BY Title) By: (Title) By: (Title) r wee The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin Dunn 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. Hartford Fire Insurance Company Surety * By: Kevin Dunn , Attorney -In -Fact Approved as to form: City of Lubbock By: /--- City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Wft ww 0" 0 A" THE HARTFORD a.., HARTFORD PLAZA HARTFORD, CONNECTICUT 06115 OX Hartford Fire Insurance Company Twin City Fire Insurance Company .,� OX Hartford Casualty Insurance Company Hartford Insurance Company of Illinois 0 0 Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest 0 0 Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast OW 0 KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accident and Indemnity Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida; having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and .A appoint, up to the amount of unlimited. Kevin Dunn, Fred Davis, Cara Hancock of Lubbock, TX their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. On this 19th day of September, 2000, before me personally came John P. Hyland, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, " the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. ww a" L..j Jean H. Wozniak CERTIFICATE Notary Public My Commission Expires June 30, 2004 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 27, 2003 Signed and sealed at the City of Hartford. �zrn,gvr� �o�_ fA�y.1►j� ," ;g'� F19 s s ;07 s '3 r9'[9 Colleen Mastroianni, Assistant Vice President Inquiries Regarding Claims Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number 888-266-3488 Fax - Claims 860-757-5835 or 860-547-8265 E-mail claims@ lstepsurety.com Mailing Address The Hartford The Hartford Fidelity & Bonding (BOND) Hartford Plaza 690 Asylum Avenue Hartford, CT 06115 C Insured's Name D. E. Rice Construction Company, Inc. Insured's Mailing Address P. 0. Box 3344 Borger, TX 79008 Bond/Policy Number 46BCSBT1434 IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS - TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any +� endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of 7% America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily -established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism premium: I $0 Form B-3333-0 #' © 2002, The Hartford Page 1 of 1 P" CERTIFICATE OF INSURANCE r a t i r s oft ACORD CERTIFICATE OF LIABILITY INSURANCE n DATE(MMlDONY) 03/28/2003 PRODUCER (915) 570-3456 FAX (915) 570-3450 Gallagher Inwest 110 N . ➢iarienfeld St. Suite 330 Midland, TX 79701 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 INSURED D. E. Rice Construction Co. P. 0. Box 3344 Borger, TX 79008 INSURERA: United Nat'l Fire Ins Co (AIG) INSURERB: United Nat'l Fire Ins. Co. (US Risk) INSURERC: National Union Ins. Co. (AIG) INSURER D: Fireman's Fund Insurance Co. (FF-McGee) INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�TR TYPE OF INSURANCE POLICY NUMBER ATEYMM/�DNYE DATE EXPIRATION MroD M LIMITS GENERAL LIABILITY 5442592 09/04/2002 09/04/2003 EACH OCCURRENCE $ 1,000,00 FIRE DAMAGE (Any one fire) $ 5O 00 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE JOCCUR MEDEXP(Anyoneperson) $ rj OO A X POLLUTION COVERAGE IYG358922D 09/04/2002 09/04/2003 PERSONAL&ADVINJURY $ 1 000 00 $2,000,000 LIMIT GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2,000,0 GENERAL STAR INDEMNITY POLICY PRO- JECT LOC (US RISK) AUTOMOBILE LIABILITY ANY AUTO 7203477 09/04/2002 09/04/2003 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ A ALL OWNED AUTOS SCHEDULED AUTOS HIREDAUTOS NON -OWNED AUTOS X BODILYINJURY (Per accident) $ X PROPERTYDAMAGE (Per accident) $ GARAGELIABILRY AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS LIABILITY BE2130836 09/04/2002 09/04/2003 EACH OCCURRENCE $ 5,000,00 X OCCUR CLAIMS MADE UMBRELLA AGGREGATE $ 5,000,00 B $ $ DEDUCTIBLE $ RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 7207165 , CO & NM 7207173 09/04/2002 09/04/2003 X TORY LIMITS OER E.L. EACH ACCIDENT $ 1,000,0 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 OK E.L. DISEASE -POLICY LIMIT S 1,000,000 D OTHER Rented/Leased Equipment MN19770074OR 09/04/2002 09/04/2003 $250,000 Limit Per Item DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS dditional Insured on all policies except WC and Waiver of Subrogation on all policies in favor certificate holder as required by written contract. CFRTIFICOTF wni nFR I I enmmnuei MRIIRFn• ipmiRFRI FTTFR• CANCFI_I oTIDN SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1_Q_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF LUBBOCK BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P . 0. Box 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Lubbock, TX 79457 AUTHORIZED REPRESENTATIVE Mike HenthornCIC/SLW AGORD 25-5 (1/91) (9)AGOKD GORI'ORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). wu DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ww 0", 1 1 ACORD 25-S (7197) s-, t: c 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 t - 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 u- 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: , n 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 AN 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. 2 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see r` reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage a.: 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: t. (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 e ` (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 t, ., CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27T" day of March, 2003 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 D.E. RICE CONSTRUCTION COMPANY, INC. of the CITY OF BORGER, COUNTY OF HUTCHINSON and the STATE OF TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #015-03/DC - EXCAVATION & LINING OF CELL II AT THE WEST TEXAS REGIONAL DISPOSAL FACILITY - $3,406,230.71 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with "on 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 Lubb ubbock County, Texas in the year and day first above written. ATT ST: CITY BBO , T S (OWNER) B City Secretary MA APPROVED AS TO CONTENT: 0716 r's Representative APPROVED AS TO FORM: City Attorney PM ATTEST: Corporate S retary CONTRACTOR: D.E. RICE C O NSTRUCTI N COMPANY, INC. By: .90" PRINTED NAME: TITLE: �Cc- -- �ls' !►,� COMPLETE ADDRESS: D.E. Rice Construction Company, Inc. PO Box 3344 Borger, TX 79008-3344 No Text MM .w GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit D.E. RICE CONSTRUCTION COMPANY, INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE 0M 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 SUPERVISOR, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. "., 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 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 p." by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be. deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 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 _M% otherwise specified, all materials shall be 66W and both 6ri kmdn'sfiip 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 conformify with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in .accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE`S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage maybe 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) 2 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. 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. 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. 17. 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. 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 F Representative's written consent. r 3 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 times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination _ at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests 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. M, + 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. P" 24. EXTRA WORK 1i 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 g , 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 k' when presented with a written work order signed by the Owner's Representative; subject, however, to the right of ' the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall w be included in the "actual field cost." W 5 No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative 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 u with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, F i 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. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN 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 (Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising. Injury Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, L0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability lnsurance with limits of not less than; Bodily Injury/Property Damage, $500,000.00 Combined Single Limit, _,7 to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. 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 $500,000.00. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies,. motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and ` (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and e for one year thereafter. ' 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by p•+ the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) (b) 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; 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 t - the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; OR (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. a; u 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 9 G 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. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the — insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: — (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; — (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental _ entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 10 (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and 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 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (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; °�' 11 (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and 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. 12 7 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. r 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES k 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 k essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED) 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 q the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as L a 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 """ 13 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 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, 14 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. r 41. PAYMENTS 42. 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. 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 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 w, 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 R the work within the time provided in this contract. r•+ 15 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, _ Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) 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. 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. 16 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 s delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no i 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 cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided'in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract t..' accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. r: In the event the statement of accounts shows that the cost to complete the work is less than that which would *^� have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and 17 his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually - performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52, LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 18 I 54 55. 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. 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, 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. I 19 r, .. _, n.:.-. r „M.:. a.: .ram ..a�+�s-z'e�a'J�'?n!yA ,,: nr...,:: r ma Y �Y',l .s^,s�s,^ -',' :..r 'b.%d �`� t .,4L,ld:Aa, �e w"x K^, a ., aaa .� vfS ,:..* *„n...e.::. <PIla4Sr 6',"+: adl - r kYa,F'ff I 11-I ;-. ,, . .:-. - .. ... _ .o_. . . ..:v - - ... .. - .. _ _. .. ... . . -. ... Ill--......... ,.. .. .. -. . _. _ ... . .. . �,� ., .. fir... I � 1`� .. .: ,. .. ,. :: - ,. - "I I'll, - .. , .; . , , . , . , 0: � �:. ..... -:,.—`ml ... :o:::�:.::, .� — "I . ..., .... . ... : - - '. . . . :� ,,.,�:.,.. r.. . �: , ', i.. . .. . -.. . .- , ,.: ..: e t...: '.: ., :,.',' . - .. -' - -. - , -. ., . f . ..- 11: - _ - ,: ... - ; CURRENT V11AGE DETtAMINAtIONS ;ro I. 77' r,�-!,;. ,�� ,�i,.-"'�,- ': ... 1 1 � " {' . —� . % I I I - - "', "-.�,.".,"".-..-"��.",�f,.,.",---,."",, , - . � ,-� ". W� -- I 11 , � -- m w I I .... - - " , ,� - I . . � . . . .� .. : - - - - --- � � .., - -1 - --'- �-.. .. . - - - -- 11 .- F L..::. .. . .' .. ': ,, ,.: ,': �.. i ,.... . RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 �w. EXHIBIT A City of Lubbock �* Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.00 Air Conditioner Installer -Helper 7.50 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 Bricklayer -Helper 7.00 Carpenter 11.00 Carpenter -Helper 7.00 Cement Finisher 9.00 Drywall Hanger 11.00 Electrician 15.00 Electrician -Helper 8.00 Equipment Operator -Heavy 10.00 Equipment Operator -Light 9.00 Fire Sprinkler Fitter -Journey 18.00 Fire Sprinkler Fitter -Apprentice 10.00 .m Floor Installer 9.50 Glazier 10.50 Insulator-Piping/Boiler 10.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 w„ Welder -Certified 11.00 1 Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrical Repairer -Equipment Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor -Trailer Truck Driver -Heavy Truck Driver -Light EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Hourly Rate 9.00 7.50 9.00 7.50 12.50 6.50 8.00 6.50 6.00 6.75 9.00 7.00 9.00 9.00 9.00 9.00 9.00 8.00 10.25 7.00 7.50 8.50 8.00 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate rp 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 p Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. ti. 3 STATE City of Lubbock STATEMENT OF QUALIFICATIONS Excavation & Lining of Cell If at the West Texas Regional Disposal Facility ITB NUMBER: 015-03/DC Bidders must complete each of the following items in order to be considered. A 1. FIRM NAME: D. E. Riee Con-,trurti c)n r n _ Inc _ ,,. 2. BUSINESS ADDRESS: 3300 S. Cedar (P.O. Box 3344 - 79008-3344) Borger, TX 79007 .. 3. TELEPHONE, WITH AREA CODE: .` 806/274-7187 FAX, WITH AREA CODE: 806/274-3262 PFIN E MAIL ADDRESS: mwilliams@derice.cm INTERNET URL ADDRESS: r�en 4. TYPE OF ORGANIZATION: (CHECK ONE) �. a. SOLE PROPRIETORSHIP ( ) b. PARTNERSHIP ( ) c. CORPORATION (XX) d. JOINT VENTURE ( ) 5. LIST 5 MAJOR PROJECTS CONSTRUCTED WITHIN THE PAST FIVE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. Project Description: See Attached. Owner/Engineer: " Contact Person: Phone: Date of Completion: Contract Amount: , Project Description: Owner/Engineer: Contact Person: Phone: Date of Completion: Contract Amount: A 0" 4 L s.. Project Description: Owner/Engineer: _ Contact Person: Date of Completion: Project Description: Owner/Engineer: Contact Person: Date of Completion: Project Description: Owner/Engineer: Contact Person: Date of Completion: SUBMITTED BY: Signatu �7 A'�*" X'15--e Printed Name: M; ke_ wi i 1 ; amp Firm Name: D. E. Rice Construction Co., Inc. Address: P.O. Box 3344, Borger PRIVACY NOTIFICATION Phone: Contract Amount: Phone: Contract Amount: Phone: Contract Amount: Date: 02 /26 /03 Title: Bart/Traa- Tel#: 806/274-7187 State: TX Zip:79008 The principal purpose for requesting the information on this form is for use in the selection process for contractors commissioned by the City of Lubbock. Furnishing all information requested on this form is mandatory. Failure to provide such information will delay or may even prevent completion of the action for which the form is being filled out. Information on this form will be used by the City of Lubbock and its Management Team in the consideration of award of contract. If you consider any portion of your SOQ to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 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 SOQ 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 SOQ 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. Marking your entire SOQ CON FIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 0" 2 3300 S. CEDAR P.O. BOX 3344 ml BORGER, TEXAS 79007 BORGER, TEXAS 79008 rw 806 - 274-7187 FAX: 806 - 274-3262 D.E. RICE CONSTRUCTION COMPANY INC Phillips Petroleum Company (Retired 1/99) (806)273-9877 Mr. Gordon Pearce Heavy Eartlunoving, Piping, Concrete and Electrical Also Valve Remanufacturing Projects included excavation for North Holding tanks — in excess of 800,000 c.y., excavation required for Surge and Offtest tanks — in excess of 350,000 c.y. each, construction of hazardous waste ponds (including HDPE liners), various bentonite clay liners / caps and HDPE liner installations. Camp Dresser & McKee, Inc. (505)243-3200 Mr. James R. Doyle Clovis Regional Solid Waste Facility — Phase I — approximately 213,000 c.y of excavation and installation of GCL, 60 mil HDPE, leachate collection system, geogrid, geotextile fabric, gravel base course, and PMBP surfacing. City of Lubbock, Texas Heavy Earthmoving (new landfill) Mr. Holly Holder,P.E., Parkhill, Smith & Cooper (806)473-2200 Citv of Lubbock. West Texas Region Disposal Facility_ Phase I Construction — 3,126,600 c.y. of excavation, 230,030 c.y. embankment fill, 372,282 c.y. landscape berms, installation of GCL, 60 mil smooth and textured HDPE. geocomposite, leachate collection system, irrigation system, protective soil ., cover, scale house and gatehouse buildings, concrete roads and surfaces, asphalt road and parking area. - all-weather roads and parking areas, and truck scales. Weaver Boos Consultants, Inc. (505)867-6690 ^' Mr. Tom Parker, P.E. Heavy Earthmoving (new landfill) Lea County Landfill Phase I Excavation — 302,000 c.y. of excavation, caliche road construction. p„w subgrade preparation for HDPE liner installation, anchor trench excavation. Seaboard Farms of Oklahoma (580)3384755 Mr. Rick Martinez Heavy Earthmoving Construction of Various Swine Confinement Facilities — Total yardage during construction period exceeding 7,878,533 c.y.. e-e Utility Engineering, Inc. (806)359-2563 Mr. Brian Swartwood Heavy Earthmoving, Piping, Concrete, Electrical, And HDPE Liner Installation r-� ,-r.-�`�.. ..e,e•r .... ..^,a^=,'m.,--*,o-, w.�,�r F'� :•,..p;: .. .,... 'x. r?&:?„ '� „r.':;., r 1, ,c',F, ., ,.;;�., u.11' 11?,++Y ;�.n !w�s�s„,r^"' .,. �-,:Ga#tse i. <>',s - :.y5;" a>,,..„, 11 ,: , , ., ,' I. I "I l .,,11 :,, '..:. ., .. -. ": !. .:: iL�a-.. . .. - ..... .... �. I. _ .: - :r .a ,. r- - r.. :: a�n µ, - ., . .:.. .'... E:-- :' :.. ,,,.�.-:. .. ., a n ""- „m -",, "I �n _ 'I""- �'+ , I -_...,, ..-. .,r..-wo->:.. � { , :.n:..........'.. r+ nn .. r..'r:o ..,..,.,.: w +„ . .. , , r .. ... ., ,. , ::, I: t i. r :,: : �.:, r , a. .. f ,. - : :a: __-_;l"'_'___�'.-." _-,.-r",__--l'l',",'��,, _-� --__,_--_ - , .. ,,.: z�'ll"..�..'I . I '. . . . , I . . . F. 8. .- ;. .., . . . . k % I. ," _- . N . SPECIFICATICSNS :. �, � �, : � 11 I , , :�:,.,.,.,.,. � ,, ,!,L -, � I .1, 11 I., , '' , . �,,:f , . I 11 111% :..il. � .- � � I I I 1:11 I 1 2,�. .' ' '-�� 4I� f - -,',_, ,,-_�: !,��, !��i: �b__. . I -I :.I I �i 9 _.. I . -�-, I - , :I ,I. , -I '"',I ,: ,, ,,�., .,; I �"�"",',�,�"',"''".'. '.I�� ��-,-��� , _�: :. I : ,I ,,,'4'. 'I , � I ,,i,. , I, ,,, I I, I .. ": .. _ { :". .'. e _ " -" ' ... ,. - '. - ... -MR Y .. J ... ... ,. olm �11 .. {< _ ',:I. > ,. , , , ;. _ .. , ,. ,, . ,. , ' Project Manual City of Lubbock, Texas West Texas Region Disposal Facility Cell Construction TCEQ New Permit No. 2252 January 2003 PSC Project #: 01258202 HOLLY HOLDfF Rpawi .................. ... • 59052 Q F Ra3 ............. 1 ..._......„:..� MOMMOMMS M `'=:'°: Parkhill Smith & Cooper, Inc. 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 01039 Coordination and Meetings ......................................... .................... ................... ............2 01090 Reference Standards...................................................................................................................2 01300 Submittals..................................................................................................................................3 01400 Quality Control..........................................................................................................................2 01500 Construction Facilities and Temporary Controls......................................................................1..2 01560 Environmental Protection...........................................................................................................4 01600 Material and Equipment.............................................................................................................2 01700 Contract Closeout.......................................................................................................................2 DIVISION 2 - SITE WORK 02200 Excavation and Earthwork.....................................................................................................7 02240 Geosynthetic Clay Liner.......................................................................................................11 02245 Geomembrane Liner.................................................................................................................15 02246 Geotextile Fabrics......................................................................................................................4 02247 Geocomposite Drainage Layer................................................................................................... 5 02248 Gravel Drainage Material...........................................................................................................3 02250 Leachate Collection Systems......................................................................................................4 02260 Protective Soil Cover................................................................................................................. 3 02500 Roadway Construction ............................................................................................................ 6 DIVISION 3 - CONCRETE Not Used DIVISION 4 - MASONRY Not Used DIVISION 5 - METAL Not Used 01258202 TABLE OF CONTENTS 01/03 PAGE - 1 DIVISION 6 - WOOD AND PLASTICS .A, Not Used F �., DIVISION 7 - THERMAL AND MOISTURE PROTECTION Not Used DIVISION 8 - DOORS AND WINDOWS Not Used DIVISION 9 - FINISHES Not Used t: K DIVISION 10 - SPECIALTIES e*e Not Used DIVISION 11 - EQUIPMENT Oft Not Used DIVISION 12 - FURNISHINGS Not Used 46 DIVISION 13 - SPECIAL CONSTRUCTION Not Used +� DIVISION 14 - CONVEYING SYSTEMS Not Used DIVISION 15 - MECHANICAL 15130 Wheeled Sump Pumps...........................................................4 01258202 TABLE OF CONTENTS PAGE - 2 01 /03 DIVISION 16 - ELECTRICAL Not Used APPENDIX A Soil and Liner Quality Control Plan 01258202 TABLE OF CONTENTS PAGE - 3 01/03 A 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 "l 1. 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 F 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 "21.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 attorneys 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 01258202 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 1 01/03 l 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." 1.1.6 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, 01258202 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 2 01/03 agents and employees from and against all claims, damages, whether direct, indirect or consequential, losses and expenses (including but not limited to attorneys fees and court costs) connected with any illness, injury or loss to the person or property of Contractor, its subcontractors, suppliers, their employees and agents, 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: 1. 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. 2. Receive samples which are furnished at the site by Contractor, and notify Engineer of availability of samples for examination. 3. 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. 01258202 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 3 01/03 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. 2. 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. 01258202 SUPPLEMENTARY GENERAL CONDITIONS 00805 4 01/03 :.. 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. I. 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: r� 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by Engineer. F. 2. Shall not exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake an of the responsibilities of Contractor, subcontractors or �{ Y Contractor's superintendent. m: 01258202 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 5 �IXIXI 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. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01258202 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 6 01 /03 PEW PART 1 - GENERAL 1.1 SECTION INCLUDES 1170 SECTION 01010 SUMMARY OF WORK 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 p A. Identification: City of Lubbock, Texas, West Texas Region Disposal Facility, Cell 2 Construction." B. Location: Lubbock, Texas, West Texas Region Disposal Facility, TCEQ MSW Permit No. a ; 2252. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: 1. 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 north 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. Geosynthetic Clay Liner, reinforced and non -reinforced. 4. 60 mil high density polyethylene liners, smooth and textured. 5. Geocomposite drainage layer 6. Polyethylene pipe, gravel and geotextile fabric. } 7. Construction Testing 8. Protective Soil Cover placement. 9. Erosion protections. 10. HMAC road. 11. Caliche road. " 1.4 CONTRACTOR USE OF SITE A. Limit use of site to allow one Owner occupancy. f B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. r: 01258202 SUMMARY OF WORK 01010 - 1 ' 01/03 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. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01258202 SUMMARY OF WORK 01010 - 2 01 /03 SECTION 01019 CONTRACT CONSIDERATIONS PARTI-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. 1.3 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. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01258202 CONTRACT CONSIDERATIONS 01/03 01019-1 SECTION 01039 COORDINATION AND MEETINGS PART 1 - 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 assuri efficient and orderly sequence of installation of interdependent construction elements, wit] provisions for accommodating items installed later. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantia Completion and for portions of Work designated for Owner's occupancy. 1.4 FIELD ENGINEERING A. Control datum for survey is shown on Drawings. B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognize( 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. 01258202 COORDINATION AND MEETINGS 01/03 01039 - 1 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: 1. 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. PART2-PRODUCTS Not Used PART 3 -,EXECUTION Not Used END OF SECTION 01258202 COORDINATION AND MEETINGS 01039 - 2 01 /03 w E4 SECTION 01090 s; REFERENCE STANDARDS • PART 1 - GENERAL 1.1 SECTION INCLUDES f 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. F. 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 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 �r API American Petroleum Institute 1220 L. St. Northwest Washington, DC 20005 ASTM American Society for Testing and Materials 1916 Race Street t 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 01258202 REFERENCE STANDARDS 01090 - 1 01 /03 GRI Geosynthetic Research Institution Drivel University West Wing - Rush Bldg. #10 Philadelphia, PA 19104 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 130140 Ann Arbor, Michigan 48113-0140 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 END OF SECTION 01258202 REFERENCE STANDARDS 01090 - 2 01 /03 OR SECTION 01300 . ... ... SUBMITTALS PART 1-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 Contractor's 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 requirement's as specified. B. Mark as RESUBMITTAL. f. 01258202 SUBMITTALS 01/03 01300-1 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. B. 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. 1.9 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. 01258202 SUBMITTALS 01300 - 2 01/03 1.11 GEOSYNTHETIC LINER A. Within 15 days after Notice to Proceed, submit one actual sample of the reinforced material for shear testing. Sample must be representative of the type used. B. Sample size; 1 roll width, 4-feet in length (minimum). PART2-PRODUCTS ' Not Used t , PART 3 - EXECUTION Not Used END OF SECTION x; r. L. 01258202 SUBMITTALS 01300 - 3 01 /03 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. Contractor will perform all testing services of geomembrane liner. B. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing if deemed necessary. C. The Contractor or the independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. D. 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. E. 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. PART2-PRODUCTS Not Used 01258202 01 /03 QUALITY CONTROL 01400 - 1 PART 3 - EXECUTION Not Used END OF SECTION 01258202 QUALITY CONTROL 01400 - 2 01/03 N 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. 1.2 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. 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. 01258202 01 /03 CONSTRUCTION FACILITIES 01500 - 1 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. C. Protect all lining materials from water before, during, and after installation. 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 a clean 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. I. I 1 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 01258202 CONSTRUCTION FACILITIES 01500 - 2 01/03 AND TEMPORARY CONTROLS SECTION 01560 ENVIRONMENTAL PROTECTION PART 1 - 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 1. Soil and other debris that have eroded and have been transported by runoff water of wind. B. Solid Waste 1. 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 1. 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 1. 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. 1. Garbage a. Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. H. Oily Waste 1. Petroleum products and bituminous materials. 01258202 ENVIRONMENTAL PROTECTION 01560 - 1 01 /03 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) 1. Prepare and comply with SWPPP in accordance with "NPDES General Permits for Storm Water Discharges From Construction activities that are classified as'Associated with Industrial Activity"', Federal Register, Vol. 57, No. 175, September 9, 1992. Submit SWPPP to Engineer within fifteen days after Notice to proceed. B. Preconstruction Survey 1. 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. _. PART2-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. 01258202 ENVIRONMENTAL PROTECTION 01560 - 2 01 /03 4 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 1. 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. +�* 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 EROSION AND SEDIMENT CONTROL MEASURES A. Bumoff 1. Bumoff 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 1. 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 1. 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. i 01258202 ENVIRONMENTAL PROTECTION 01560 - 3 "` 01 /03 3.4 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 1. 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 move to a pickup point or disposal area, where directed. 3.5 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 01258202 ENVIRONMENTAL PROTECTION O1/03 01560 - 4 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 SECTION INCLUDES 1.2 1.3 1.4 A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Product quality monitoring. 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. 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 1. 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 offsite storage and protection when site does not permit on -site storage or -• protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat 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. 0125 8202 MATERIAL AND EQUIPMENT 01600 - 1 01/03 C. Handling 1. 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. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01258202 MATERIAL AND EQUIPMENT 01600 - 2 01 /03 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. 01258202 CONTRACT CLOSEOUT 01700 - 1 01/03 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. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used IMIMI&IN14WOM 01258202 CONTRACT CLOSEOUT 01700 - 2 01 /03 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 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. Project site has been pre -excavated to grades shown on Project Drawings. Earthwork shall include the following. 1. Miscellaneous grading to repair erosion and proof rolling subgrades for geocomposite clay liner. 2. General excavation and filling for those areas to new contours. 3. Excavating for leachate collection system. 4. Excavating and backfilling anchor trenches. 01258202 EXCAVATION AND EARTHWORK 01/03 02200-1 1.4 RELATED SECTIONS A. Section 02240 - Geosynthetic Clay Liner. B. Section 02245 - Geomembrane Liner. C. Section 02247 - Geocomposite Drainage Layer. D. Section 02248 - Gravel Drainage Material. E. Section 02250 - Leachate Collection System. 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 to obtain 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 1 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. Subgrade - The uppermost surface of an excavation or the top surface of a fill or backfill immediately below geocomposite clay liner. M. 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. N. 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. 01258202 EXCAVATION AND EARTHWORK 02200 - 2 01 /03 O. 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. P. Working Platform - A layer of 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. 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 shall not be considered as rock and removal of such material shall 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. PART2-PRODUCTS 2.1 REQUIRED EQUIPMENT A. Subgrade preparation for areas to receive GCL must include rolling with a self-propelled a smooth drum roller. B. No equipment will be allowed within the limits of the lining system without prior approval from the Engineer. Submit all equipment to be used within the limits of the liner in accordance with Section 01300, Submittals including equipment weights, ground pressures, required lift thickness, etc. n 01258202 EXCAVATION AND EARTHWORK 02200 - 3 pow 01/03 PART 3 - EXECUTION 3.1 PREPARATION A. Protection and Restoration of Surfaces 1. 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 1. Stockpile excavated material where shown on plans and in such a manner that it will not obstruct the flow of runoff, streams, endanger a partly finished structure, impair the efficiency or appearance of facilities, or be detrimental to the completed work. 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 1. 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 other 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. B. Protect subgrades from softening and damage by rain or water accumulation. 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. Prepare subgrade in accordance with paragraph 3.6, PREPA.RA.TION OF SUBGRADE AND COMPACTED BERMS, of this section. 01258202 EXCAVATION AND EARTHWORK 02200 - 4 01/03 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 cover any 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 EXCAVATION FOR ANCHOR TRENCHES AND LEACHATE COLLECTION SYSTEM A. Excavate trenches to indicated slopes, lines, depths, and elevations. The Engineer shall verify that the trench has been constructed according to Project Drawings. B. Excavate anchor trenches to uniform widths as shown on Project Drawings. Excavate trench walls vertically from trench bottom to top, except rounded edges will be provided where liner materials enter anchor trenches so as to avoid sharp bends in the geosynthetic materials. C. If the trench is located in clay susceptible to desiccation, only the amount of trench required for one day of installation shall be excavated to minimize desiccation of trench soils. 3.6 PREPARATION OF SUBGRADE AND COMPACTED BERMS A. Fine -grade subgrade to smooth, uniform and compacted conditions, to elevations shown on Project Drawings. Remove all stones larger than 3/4-inch in diameter and any other objects 'which could damage overlying geosynthetic materials. B. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or - construction activities, as directed by the Engineer. C. Proof roll subgrade with self propelled smooth drum roller or by methods acceptable to the Engineer to remove clods and non -uniform subgrade. D. Construct berms to the grades shown. Use suitable fill materials from on site as directed by the Owner and 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. E. The top 12-inches of all berms shall be constructed of topsoil compacted no more than 75% standard proctor density (ASTM D698). 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavations as directed by the Engineer. 3.8 ANCHOR TRENCH BACKFILL A. The anchor trench shall be backfilled and compacted in loose lifts not to exceed 8-inches. Compaction shall be achieved using light, rubber -tired equipment or other light compaction equipment. Care shall be taken to prevent damage to the geosynthetic materials. At no time shall construction equipment come into direct contact with the geosynthetic clay liner, geomembrane or geonet. If damage occurs, it shall be repaired by the Contractor, in accordance with the specifications, prior to completion of backfilling. B. The anchor trench shall be compacted to the Maximum Dry Density shown on the plans as determined by ASTM D698. 01258202 EXCAVATION AND EARTHWORK 02200 - 5 "' 01/03 3.9 LEACHATE COLLECTION SYSTEM BACKFILL A. Excavate trenches for leachate collection and clean out lines to grades and cross sections shown on plans. B. Backfill with gravel drainage material in accordance with Section 02250, Leachate Collection System. 3.10 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade or 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. 3.11 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 0.1.0 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 1. 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. 3.12 FIELD QUALITY CONTROL A. The Contractor will allow the Engineer to inspect and test each subgrade and each fill or backfill layer. Do not proceed until test results for previously completed work verify compliance with requirements. 1. Liner Subgrade: Proof roll to smooth surface such that no ruts or other surface indentions exceed one inch in depth. 2. 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 subgrades, 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. 01258202 EXCAVATION AND EARTHWORK 02200 - 6 01 /03 8" ,.13 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 Tecompact at optimum moisture content to the required density. C. Settlin . g: 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. 3. 14 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. 1. 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 01258202 EXCAVATION AND EARTHWORK 02200-7 01/03 SECTION 02240 GEOSYNTHETIC CLAY LINER 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 SECTION INCLUDES A. Geosynthetic Clay Liner (GCL) B. Installation of GCL. 1.3 RELATED SECTIONS A. Section 02245 - Geomembrane Liner. B. Section 02246 - Geotextile Fabrics. C. Section 02247 - Geocomposite Drainage Layer. D. Section 02248 - Gravel Drainage Layer. E. Section 02250 - Leachate Collection systems. 1.4 REFERENCES Applicable Publications: 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. The latest publication in use at the time of the executed contract will be the one that governs this project. AMERICAN PETROLEUM INSTITUTE (API) STANDARDS API 13A/13B Fluid Loss of Bentonite Clays AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS ASTM D 2216 Laboratory Determination of Water (Moisture) Content of Soil and Rock ASTM D 4632 Test Method for Determination of Water Content of Soil. ASTM D 5261 Measuring Mass per Unit Area of Geotextiles ASTM D 5321 Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method 01258202 GEOSYNTHETIC CLAY LINER 02240 - 1 01/03 OWNER MSW Permit Owner's TNRCC, MSW Permit. SLQCP Owner's Soil and Liner Quality Control Plan (SLQCP) GEOSYNTHETICS RESEARCH INSTITUTE, DREXEL UNIVERSITY GRI-GCL-2 Test Method for Permeability of Geosynthetic Clay Liners TEXAS COMMISSION ON ENVIRONMENTAL QUALITY TCEQ Texas Solid Waste Management Regulation, 31 TAC Chapter 330 U.S. PHARMACOPEA - NATIONAL FORMULARY XVII, PAGE 1210 USP-NF-XVII Test Method for the Free Swell of Bentonite Clay 1.5 QUALITY ASSURANCE A. Manufacturing 1. The Manufacturer shall have at least four (4) years continuous experience in the manufacture of Geosynthetic Clay Liner (GCL) rolls and/or experience totaling 5,000,000 square feet of manufactured GCL. The manufacturer shall permit the owner and the Engineer to visit the manufacturing plant. B. Installation 1. The installation contractor shall have successfully installed a minimum of 1,000,000 square feet of similar lining material in solid waste containment structures, and shall submit evidence of his ability and capacity to perform this work. The installation contractor can meet these criteria by teaming with a subcontractor who is identified in the bid along with the firms experience. 2. Installation shall be performed under the constant direction of a single Field Installation Supervisor who shall remain on site and be responsible, throughout the liner installation, for liner layout, patching, testing, repairs, and all other activities by the Installer. This Installation Supervisor shall have installed or supervised the installation of a minimum of 1,000,000 square feet of GCL. 1.6 SUBMITTALS A. Manufacturer 1. Quality control program and manual, or descriptive documentation. 2. List of material properties and samples of GCL, including data pertaining to typical interface friction angles for the various products. 3. A list documenting no less than 5 completed facilities totaling a minimum of 1,000,000 square feet. 4. Copy of quality control certificates in conformance with Sections 2.4 and the SLQCP. B. Installation Contractor 1. Certification that the Installation Supervisor for the installer has reviewed the Quality Assurance Plan, the Project Plans, and these specifications. 01258202 GEOSYNTHETIC CLAY LINER 02240 - 2 O1/03 2. A list of at least 5 completed facilities, totaling a minimum of 1,000,000 square feet for which the Contractor has installed a GCL. 3. Proposed Installation Panel layout identifying seams and details. Layout plan must be approved by the Engineer at least 10 days before materials are ordered. The panel layout must provide a numbering scheme to be used in quality control/assurance procedures and shall provide that: a. Seams run up and down slopes. b. Field seam lengths are to be minimized. C. GCL shall not have any penetrations. 4. Written certification that Installer is capable of performing all necessary construction testing as required by the TCEQ. 5. Any proposed variance or deviation from these documents shall be submitted in writing by the Installer to the Engineer a minimum of seven (7) working days prior to the scheduled start of GCL installation and will be accepted/rejected by the Engineer prior to start of installation activities. 1.7 WARRANTY A written Warranty shall be obtained from the Manufacturer (for material) and the Installation Contractor (for workmanship). These documents shall warrant the quality of the in place liner A. Manufacturer 1. Fumish a written warranty on a prorata basis for a period of 20 years. The warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet or other normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation. B. Installation Contractor 1. Fumish a written warranty that the entire lining installed to be free of defects in material and workmanship and installed pursuant to the Owner's "Soil and Liner Quality Control Plan" (SLQCP) for a period of 2 years following the date of the Certificate of Completion. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship which become evident during the 2 year warranty period. 1.8 DELIVERY, STORAGE AND HANDLING A. Transportation 1. The GCL rolls or panels shall be packaged individually, in relatively impermeable and opaque protective covers and shipped b appropriate means so that no damage is P PP Yg caused. Tears in the protective covers shall be repaired immediately. Transportation shall be the responsibility of the Installer. B. Delivery 1. Off-loading and storage of the GCL rolls is the responsibility of the Installer. The Installer shall be responsible for replacing any damaged or unacceptable material at no cost to the Owner. No off-loading shall be done unless the Engineer is present. Damage during off-loading shall be documented by the Engineer and Installer. All damaged rolls must be separated from the undamaged rolls until the proper disposition of that material has been determined by the Owner's Representative. The Owner's Representative will be the final authority on determination of damage. 01258202 GEOSYNTHETIC CLAY LINER 02240 - 3 "" 01 /03 C. On -Site Storage 1. The GCL material shall be stored in accordance with the Manufacturer's recommendation, so as to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. 2. The rolls shall be stored on a prepared surface (not wooden pallets). Geomembranes consisting of bentonite supported by geotextiles shall not be stacked more than four rolls high or as recommended by the manufacturer. Geomembranes consisting of bentonite supported by geomembranes shall not be stacked more than two rolls high or as recommended by the manufacturer. PART 2 - PRODUCTS iANNELG74C Rr:,1161 A. The GCL shall consist of natural sodium bentonite encapsulated between two polypropylene geotextiles or natural bentonite adhered to a geomembrane. B. Accessory bentonite for seaming and detail work shall be the same material as in the GCL sheets and shall be as recommended by the manufacturer. C. Geotextiles will consist of woven or non -woven materials. On side slopes, at least one side of GCL must be made of non -woven material. A D. Geomembranes supporting the bentonite will be 60 mil, smooth HDPE on flat areas and 60 mil, textured HDPE on side slopes. E. On side slopes steeper than seven horizontal to one vertical (7:1), GCL must be reinforced by either needlepunching or lock -stitching for internal shear strength reinforcement. F. GCL used on side slopes shall have a coefficient of friction of GCL to the subgrade soil of not less than 22°, and will have a coefficient of friction of GCL to the Textured HDPE of not less than 220. — 2.2 RAW MATERIALS The GCL shall be manufactured of new, first -quality products and shall be manufactured specifically for the intended purpose. 2.3 ROLLS A. The geomembrane shall be supplied in rolls with a minimum width of 15 feet. Rolls in lengths greater than 125 feet may be 12 feet in width. Labels on each roll shall identify the following: 1. Manufacturer 2. Product Identification 3. Roll Number 4. Roll Dimensions 5. Roll Weight _ B. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams. C. Manufactured GCL sheets shall be constructed such that bentonite will not be displaced during transportation, storage and installation. 01258202 GEOSYNTHETIC CLAY LINER 02240 - 4 01 /03 2.4 MANUFACTURER'S CERTIFIED TESTING A. Material Testing 1. Prior to use, the material shall be certified in writing by the manufacturer. The certificate must include roll identification number, testing procedure and test results. Report the following parameters: TABLE 1 BENTONITE MATERIAL g, PrbP tyTest Method Value iJriit Pre uen Free Swell ASTM D 5890 24 min. ml/2g once every 50 tonnes Fluid Loss ASTM D 5891 18 max. ml once every 50 tonnes TABLE 2 GEOTEXTILE MATERIAL $" Property Test Method Value,',unit Frety Woven Mass/Unit Area ASTM D 5261 3.0 min oz/yd2 1 /200,000 ft.Z Nonwoven Mass/Unit Area ASTM D 5261 6.0 min oz/yd2 1/200,000 ft.Z Woven Grab Tensile ASTM D 4632 100 lbs 1/200,000 ft.Z Nonwoven Grab Tensile ASTM D 4632 140 lbs 1/200,000 ft.Z 01258202 GEOSYNTHETIC CLAY LINER 02240 - 5 01 /03 TABLE 3 GCL GEOMEMBRANE PROPERTIES ._ i' `Smooth �-IDIjE 4 I: Textured Property ;` Test 1Vlethod` values HDP E Fr�quen�C3� (s) ;, �Valies Average Thickness (mils) ASTM D 751 40 40 Leading Edge of (❑ 10%) ASTM D 5199 Each Roll(') Carbon Black (%) ASTM D 1603. 2-3 2-3 Each Roll Carbon Black Dispersion ASTM D 3015 -- Al/A2 Each Roll Melt Flow Index 10 min ASTM D 1238 0.3 max. <1.0 Each Roll Strength @ Yield ( i) ASTM D 638(') 20 69 Each Roll Strength @ Break ( i) ASTM D 638(2) 35 36 Each Roll Elongation @ Yield %) ASTM D 638(3) 10 13 Each Roll Elongation @ Break (%) ASTM D 638(4) 500 150 Each Roll Tear Resistance (lb) ASTM D 1004, 6 22 Each Roll DIE C Puncture Resistance (lb) FTMS 101, METH 16 39 Each Roll 2065 Density ASTM D 1505 0.94 min. 0.946 min. Each Roll Dimensional Stability (%) ASTM D-1204 -- ❑ 2 1/100,000 SF (6) 1000C, 1 hr. Low Temperature ASTM D 746 -- 100 1/100,000 SF Brittleness (❑) Cond. B Oxidative Induction Time ASTM D 3895, -- 100 1/100,000 SF (Minutes) 200 ❑ C Pure 02, 1 atm (1) Type IV Dumbell (2) @ 2 in/min. (3) 2 in. break (4) Gauge length (5) Minimum Testing Frequency (6) Not Less than 1 Per Resin Lot. Minimum number of tests is 4. (7) 1 Test Per Every 5 Feet of Edge Width. 01258202 GEOSYNTHETIC CLAY LINER 02240 - 6 01 /03 TABLE BENTONITE/GEOTEXTILE COMPOSITE MATERIAL o Test . ni s, , q FTuency Clay Mass/Unit Area ASTM D, 5261 (1) 0.8 min psf 1/100,000 ft.2 Water Content ASTM D 2216 6.0 % 1/40,000 ft.2 Permeability (5 psi) GRI-GCL-2 5.OxIO-'max cm/sec (2) Grab Tensile ASTM D 4632 90 lbs. 1/200,000 ft.2 (1) Measured at 0% dry moisture content (2) One per week per production line TABLE BENTONITE/GEOMEMBRANE COMPOSITE MATERIAL PROPERTIES !ANJ* Ti�:st--Mdth� Re' 1 OU' aired .. . ..... . . . qaerie y (5) Bentonite Coating I lb/ft2 @ 12% 1/Roll Adj. Moist. Cont. Effective Hydraulic Conductivity GRI GLC-2 <4X 10-14 M/See 1/Roll Coefficient of Permeability ASTM 596 <2.7x 10-15 m/sec 1/Roll (Membrane) Hydraulic Conductivity ASTM D 5084 <IxIO-" m/sec 1/Roll (Bentonite) @ 5 psi Overlapped Seam Effectiveness ASTM D 5084 @ 5 psi < I x 10- " m/sec 1/Roll Composite Action ASTM D 5084 @ 5 psi <IxIO-" m/sec 1/Roll Wet/Dry Cycles (10 Cycles) ASTM D 50846 5 psi No effect on 1/Roll Penn. Freeze/Thaw Cycles (4 Cycles) ASTM D 5084 @ 5 psi No effect on 1/Roll Perm. Free Swell GRI GCL- 1 0.4 in. 1/100,000 SF Moisture Content (Bentonite ASTM D 4643 20% 1/100,000 Coating) SF (5) Minimum Testing Frequency. 01258202 GEOSYNTHETIC CLAY LINER 02240-7 01/03 B. Quality Control Inspection 1. For needle -punched GCL, manufacturer must provide written certification that material is "needle free" by continuous inspections for the presence of broken needles using a metal detector. 2.5 SEAM OVERLAP Match lines shall be imprinted on both edges of the upper geotextile fabric for bentonite/geotextile GCLs as a means for providing quality assurance of the overlap being within manufacturer's recommendations Lines shall be printed such that they are easily visible and at lap distances recommended by the manufacturer. An additional line 12-inches from the edge will be included for overlap in leachate collection lines. For bentonite/geomembrane GCLs, the overlap over the bentomite coating will be a minimum of six inches. Sheets will be overlapped a minimum of 12 inches at leachate collection sumps. 2.6 QUALITY CONTROL SPECIFICATIONS A. Sample Selection - Upon delivery to the installation site, test samples shall be obtained by the Owner to verify conformance to project plans and specifications as well as manufacturer's certifications. Samples shall be taken from selected rolls by removing the protective cover and cutting a full width, three (3) feet long strip. One revolution of the GCL may be discarded before cutting the sample. The sample roll shall be rewrapped and stored with other rolls. The sample strips shall be identified by type, style, lot and roll number. The machine direction shall be noted with a waterproof marker. B. Conformance Testing 1. Samples shall be tested by Owner for conformance with the properties shown in Tables 6 and 7, below: TABLE 6 GCL ON SITE CONFORMANCE TESTS Pro e Test Method, . Value. Unit; :,; Fr`e uenc. Permeability (5 psi) GRI-GCL-2 or 5.Ox10-9 max cm/sec 1/100,000 ft2 ASTM D 5084 Clay Mass/Unit Area ASTM D 5993 0.8 min psf 1/100,000 ft2 Direct Shear (Internal) ASTM D 5321 22 degrees one Direct Shear(Interface) ASTM D 5321 22 degrees (1} (1) Once per soil type 01258202 GEOSYNTHETIC CLAY LINER 02240 - 8 01 /03 TABLE 7 GCL GEOMEMBRANE ON SITE CONFORMANCE TESTING Thickness ASTM D 751/1593 Density ASTM D 792/1505 Carbon Black Content ASTM D 1603 Carbon Black Dis ersement ASTM D 3015 Tensile Properties ASTM D 638 Puncture Resistance ASTM D 4833 Tear Resistance ASTM D 1004 Leading Edge of Each Roll Not less than 1 test per 100,000 Ft2 with not less than one per resin lot. Minimum of 4 tests required C. See Section 0 13 00, SUBMITTALS for submittal information on direct shear requirements. PART 3 - EXECUTION 3.1 PREPARATION Before placing GCL, the Contractor shall provide written documentation that the surfaces to receive GCL have been inspected and are acceptable for installation of the lining. Acceptable surface conditions shall be as described in Section 02200, EARTHWORK and in the SLQCP with no excessive cracking (defined as cracks at least 1-inch in depth and 12-inches in length). 3.2 ANCHOR TRENCH Anchor trenches shall be excavated as specified prior to liner system placement. 3.3 PLACEMENT A. Sheets will be placed in such a manner as to reduce field seams to a minimum. B. Proof -roll subgrade prior to GCL placement. In order to minimize subgrade degradation, GCL placement will commence within four (4) hours of proof -rolling. C. The Installer shall be responsible for the following: 1. No equipment or tools shall damage the GCL by handling, trafficking, or other means. 2. No personnel working on the GCL shall smoke, wear damaging shoes, or engage in other a activities that could damage the GCL. 3. The method used to unroll the panels shall not cause crimps or other damage to the GCL. 01258202 01/03 GEOSYNTHETIC CLAY LINER 02240 - 9 4. The method used to place the panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation shall be identified on the Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of the compensating wrinkles by wind. 5. Adequate loading (e.g., sand bags or similar items that will not damage the GCL) shall be placed to prevent uplift by wind (in case of high winds, continuous loading is recommended along edges of panels to minimize risk of wind flow under the panels). 6. Direct contact with the GCL shall be minimized, i.e., the GCL in traffic areas is protected by geotextiles, excess geomembrane, or other suitable materials. 7. No objects which would be potentially harmful to the GCL or overlying layers remain under, within or on top of the GCL (i.e., tools, needles, stones, etc.). 8. Dragging of GCL material on subgrade will be avoided. D. Weather Limitations 1. GCL placement shall not be done during any precipitation or times of impending precipitation, when the relative humidity exceeds 80 percent, or in the presence of excessive winds, as determined by the installation supervisor. The GCL shall not be placed in the presence of surface moisture (e.g., dew, frost) or on ponded water. GCL which becomes hydrated prior to being covered must be replaced. E. Geosynthetic Liner Protection 1. GCL placement will be limited to that amount that can be installed and covered with geomembrane in one working day. GCL will not be left uncovered and exposed to the elements at the end of any day. F. Damaged Material Replacement 1. GCL which has becomes hydrated before being covered shall be removed and replaced. 3.4 FIELD SEAMING A. Seam Overlap & Bentonite Fillet 1. Seams shall be overlapped as recommended by the manufacturer. For bentonite/geotextile GCLs overlaps shall extend to the manufacturer's printed match line. A fillet of dry granular bentonite will be poured at a rate of 1/4 pound per linear foot, or as recommended by the manufacturer if the GCL has non -woven geotextile encasement, along the entire length of all overlap seams. For bentonite/geomembrane GCLs, the overlap will be a minimum of six inches. Sheets will be overlapped a minimum of 12 inches at leachate collection sumps. B. Seams on Slopes 1. Panels shall be oriented so that the long edges are parallel to the direction of maximum slope. Lateral field seams on side slopes will be avoided if at all possible. However, if extremely long side slopes (longer than the maximum length of roll that the GCL material is available or manufactured) are included in the project, seams along the face of the side slopes will be considered under the following circumstances: a. If seams will be required across side slopes, the Design Engineer will be contacted by the product manufacturer during the bid phase of the project. b. In all cases, should lateral seams be required on side slopes, the manufacturers of the products, the installers of the products, the Contractor, the Geotechnical Professional and the Design Engineer will review the situation and make recommendations as to the integrity of the seaming method and the entire lining system as it relates to the lateral seams. 01258202 GEOSYNTHETIC CLAY LINER 02240 - 10 O1/03 PIR it c. In the case of GCL consisting of bentonite supported by geotextiles, the GCL panels will be overlapped a minimum of three (3) feet with uppermost panel .+ overlapping the lower panel. A water resistant adhesive will be applied in the overlapped areas. d. In the case of GCL consisting of bentonite supported by a geomembrane, no lateral seams across slopes will be allowed. 3.5 SIDE SLOPES .. On side slopes, non -woven geotextile material will be placed facing down and textured GML will be placed facing down. 3.6 REPAIRS Any necessary repairs to the GCL shall be made by placing a patch of the same material extending at least one (1) foot beyond the flaw or damaged area. Granular bentonite shall be added to the overlapped area at a uniform rate of at least 1 /4 pound per linear foot. Adhesive of the type approved by the manufacturer may be used to keep patches in place during placement of overlying materials. 3.7 LEACHATE COLLECTION SUMP AND DITCH LINING Sheets shall be overlapped at least one foot at leachate collection sumps and ditches. An extra layer of GCL material will be placed at the bottom of leachate collection sumps. 3.8 GCL ACCEPTANCE A. The Installer shall retain all ownership and responsibility for the GCL until acceptance by the * Owner. B. The GCL shall be accepted by the Owner when all of the following conditions are met: 1. Installation is finished. 2. Verification of the adequacy of all field seams and repairs is complete. 3. Written certification, including "as built" drawing(s), is provided by the Installer to the Engineer. 4. Documentation of completed installation, including all reports is complete. R, 5. Acceptance of "Soil and Liner Evaluation Report" by the TCEQ. END OF SECTION i. w, - 01258202 GEOSYNTHETIC CLAY LINER 02240 - 11 `�` 01 /03 I SECTION 02245 GEOMEMBRANE LINER 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 SECTION INCLUDES A. High Density Polyethylene (HDPE) geomembrane liner (GML). B. Installation of HDPE GML. 1.3 RELATED SECTIONS A. Section 02240 - Geosynthetic Clay Liner. B. Section 02246 - Geotextile Fabrics. C. Section 02247 - Geocomposite Drainage Layer. D. Section 02248 - Gravel Drainage Material. E. Section 02250 - Leachate Collection systems. 1.4 REFERENCES Applicable Publications: 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. The latest publication in use at the time of the executed contract will be the one that governs this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 413 Rubber Property -Adhesion to Flexible Substrate D 638 Tensile Properties of Plastics D 746 Brittleness Temperature of Plastics and Elastomers by Impact D 882 Tensile, Properties of Thin Plastic Sheeting D 1004 Initial Tear Resistance of Plastic Film and Sheeting D 1204 Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature D 1238 Flow Rates of Thermoplastic by Extrusion Plastometer 01258202 GEOMEMBRANE LINER 02245-1 01/03 D 1505 Standard Test Method for Density of Plastics by the Density -Gradient Technique D 1593 Nonrigid Vinyl Chloride Plastic Sheeting D 1603 Carbon Black in Olefin Plastics D 1693 Environmental Stress Cracking of Ethylene Plastics D 1822 Tensile Impact Energy to Break Plastics and Electrical Insulating Materials D 5199 Standard Test Method for Measuring Nominal Thickness of Geotextile and Geomembranes NATIONAL SANITATION FOUNDATION Standard 54 Flexible Membrane Liners TEXAS COMMISSION ON ENVIRONMENTAL QUALITY TCEQ, 30 TAC Chapter 330 Texas Commission on Environmental Quality, Municipal Solid Waste Management Regulation. TCEQ, Liner Handbook Liner Construction and Testing Handbook Published in accordance with'330.6, July 1, 1994. MSW Permit OWNER Owner's TCEQ MSW Permit. 1.5 QUALITY ASSURANCE A. Manufacturing 1. The Manufacturer shall be listed by the National Sanitation Foundation as having met Standard 54 for Flexible Membrane Liners, and shall have at least five (5) years continuous experience in the manufacture of HDPE geomembrane rolls and/or experience totaling 10,000,000 square feet of manufactured HDPE geomembrane. The manufacturer shall permit the owner and the Engineer to visit the manufacturing plant. B. Installation 1. The installation contractor shall be the manufacturer or an approved contractor trained and licensed to install the manufacturer's geomembrane. 2. Installation shall be performed under the constant direction of a single Field Installation Supervisor who shall remain on site and be responsible, throughout the liner installation, for liner layout, seaming, patching, testing, repairs, and all other activities by the Installer. This Installation Supervisor shall have installed or supervised the installation and seaming of a minimum of 2,000,000 square feet of HDPE geomembrane. Actual seaming shall be performed under the direction of a Master Seamer (who may also be the Installation Supervisor) who has seamed a minimum of 2,000,000 square feet of HDPE geomembrane, using the same type of seaming apparatus specified in the current 01258202 GEOMEMBRANE LINER 02245 - 2 01 /03 i project. This Installation Supervisor and/or Master Seamer shall be present whenever seaming is performed. 1.6 SUBMITTALS A. Manufacturer 1. Quality control program and manual, or descriptive documentation. 2. List of material properties and samples of liner. 3. A list documenting no less than 5 completed facilities totaling a minimum of 2,000,000 square feet. 4. Certification that all resin used in the manufacture of geomembrane for this job meets the specifications. 5. Copy of quality control certificates issued by the HDPE resin supplier. 6. Copy of quality control certificates in conformance with Sections 2.2 and 2.5. 7. Certification that the geomembrane and extrudate produced for this project have the same -properties. B. Installation Contractor 1. Certification that both the Installation Supervisor for the installer and the Master Seamer have reviewed the Quality Assurance Plan, the Project Plans, and these specifications. 2. Three (3) samples of factory seams, if applicable. In addition, the Contractor shall submit three field seam samples. The Contractor shall also provide a list of seam properties, minimum values (see section 2.4), and test methods employed. 3. A list of at least 5 completed facilities, totaling a minimum of 2,000,000 square feet for which the Contractor has installed an HDPE geomembrane. 4. Proposed Installation Panel layout identifying seams and details. a. Layout plan must be approved by the Engineer at least 10 days before materials are ordered. The panel layout must provide a numbering scheme to be used in quality control/assurance procedures and shall provide that: 1) Seams run up and down slopes. 2) Field seam lengths are to be minimized. 3) GML shall not have any penetrations. 5. Written certification that Installer is capable of performing all necessary construction testing as required by the TCEQ. 6. Any proposed variance or deviation from these documents shall be submitted in writing by the Installer to the Engineer a minimum of seven (7) working days prior to the scheduled start of geomembrane installation and will be accepted/rejected by the Engineer prior to start of installation activities. 1.7 WARRANTY A written Warranty shall be obtained from the Manufacturer (for material) and the Installation Contractor (for workmanship). These documents shall warrant the quality of the in -place liner. A. Manufacturer 1. Furnish a written warranty on a prorate basis for a period of 20 years. The warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet or other normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation. 01258202 GEOMEMBRANE LINER 02245 - 3 01/03 B. Installation Contractor 1. Furnish a written warranty that the entire lining installed to be free of defects in material and workmanship and installed pursuant to the City of Lubbock "Soil and Liner Quality Control Plan" (SLQCP) for a period of 2 years following the date of the Certificate of Completion. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship which become evident during the 2 year warranty period. 1.8 DELIVERY, STORAGE AND HANDLING A. Transportation 1. The geomembrane rolls or panels shall be packaged and shipped by appropriate means so that no damage is caused. Transportation shall be the responsibility of the Installer. B. Delivery 1. Off-loading and storage of the geomembrane is the responsibility of the Installer. The Installer shall be responsible for replacing any damaged or unacceptable material at no cost to the Owner. No off-loading shall be done unless the Engineer is present. Damage during off-loading shall be documented by the Engineer and Installer. All damaged rolls must be separated from the undamaged rolls until the proper disposition of that material has been determined by the Owner's Representative. The Owner's Representative will be the final authority on determination of damage. C. On -Site Storage 1. The geomembrane shall be stored so as to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. 2. The rolls shall be stored on a prepared surface (not wooden pallets) and should not be stacked more than two rolls high. PART 2 - PRODUCTS 2.1 MATERIALS A. The geomembrane shall be High -Density Polyethylene. B. Gasket material shall be neoprene, closed cell medium, 3 inch thick, 50 foot lengths with adhesive on one side, or other compatible gasket materials as required. C. Metal battens or straps and hardware shall be stainless steel. D. Water cut-off mastic shall be a Neoprene Flashing Cement as supplied by the manufacturer or as required. E. Sealant shall be General Electric Silicone, RTV 103 or approved equivalent. F. Textured HDPE will have a coefficient of friction of GML to the geocomposite clay liner and geocomposite drainage layer of not less than 22 ❑ . 2.2 GEOMEMBRANE RAW MATERIALS The geomembrane shall be manufactured of new, first -quality resin and shall be compounded and manufactured specifically for the intended purpose. Carbon black shall be added to the resin if the resin is not compounded for ultra -violet resistance. The resin manufacturer shall certify each batch for the properties shown in Tables 1 and 2. 01258202 GEOMEMBRANE LINER 02245 - 4 01 /03 2.3 ROLLS The geomembrane shall be supplied in rolls with a minimum width of 15 feet. Labels on each roll shall identify the thickness of the material, the length and width of the roll, batch and roll numbers, and name of manufacturer. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams The geomembrane rolls shall meet the properties shown on Table 1 for smooth membrane material, and Table 2 for textured membrane material Prior to use, the material shall be certified in writing by the manufacturer to meet the minimum physical properties shown on Tables 1 and 2. The certificate must include roll identification number, testing procedure and test results. Test results are required for every 50,000 square feet of material shipped to site. TABLE 1 TYPICAL PROPERTIES: 60 mil, Smooth Liner TEST" SUL'iS, . . Nominal(') Minimum Thickness (mils) ASTM D 1593 60 54 Sheet Density (g/cc) ASTM D 1505 0.95 0.940 Melt Index (g/10 minutes) ASTM D 1238 0.20 •0.40 (max) Carbon Black Content, (%) ASTM D 1603 2.5 2-3 Carbon Black Dispersion ASTM D 3015 A2 Al, A2, B1 TENSILE PROPERTIES: 1) Tensile strength at yield, ppi ASTM D 638 165 138 2) Elongation at Yield, % (mod. per NSF Std. 54) 15 13 3) Tensile Strength at Break, ppi 285 240 4) Elongation at Break, (2.0" G.L.)% 900 750 (2.5: G.L.)% 720 600 5 Modulus of Elasticity, psi 110,000 80,000 Tear Strength, lbs. ASTM D 1004 50 45 Puncture Resistance, lbs. FTMS 101-2065 96 90 ASTM D 4833 126 120 Low Temperature Brittleness ASTM D 746 <-112 ❑ F <-94 ❑ F Environmental Stress Crack ASTM D 1693 2,000+ 2,000 Resistance, hours (Cond. B) Dimensional Stability, (%) ASTM D 1204 110.5 ❑ 1.0 SEAM PROPERTIES - Fusion Weld ASTM D 4437 1) Shear Strength, ppi (mod. per NSF Std. 54) 157 131 2) Peel Strength, ppi 102(3) 86(3) SEAM PROPERTIES - Extrusion Weld ASTM D 4437 1) Shear Strength, ppi (mod. per NSF STD 54) 156 131 2) Peel Stren i 102(3) 86(3) ' Nominal values, are average lot property values. (2) Minimum values, unless otherwise specified, are the average roll values as reported by the specified test method. (3) Film Tear Bond 01258202 GEOMEMBRANE LINER 02245 - 5 01 /03 TABLE 2 TYPICAL PROPERTIES: 60 mil, Textured Liner TLIV, . SLLTS Pr'o e Test 1Glethod Nomuai '" ` Minimum Thickness, mils ASTM D 1593 60 54 Sheet Density, g/cc ASTM D 1505 0.95 0.940 Melt Index, g/10 minutes ASTM D 1238 0.3 0.40(max) Carbon Black Content, % ASTM D 1603 2.5 2-3 Carbon Black Dispersion ASTM D 3015 A2 Al, A2, B1 TENSILE PROPERTIES ASTM D 638 1) Tensile Strength at Yield, ppi. Type IV Specimem 140 126 2) Tensile Strength at Break, ppi at 2 inches/minute 135 100 3) Elongation at Yield, % 15 13 4 Elongation at Break "(2.0" G.L.)% 350 200 Tear Strength, lbs. ASTM D 1004 45 45 Puncture Resistance, lbs. FTMS 101-2065 85 75 ASTM D 4853 110 95 Low Temperature Brittleness ASTM D 746 <-1120F <-94F]F Environmental Stress Crack ASTM D 1693 2,000+ 2,000 Resistance, hours (Cond. B) Dimensional Stability, % ASTM D 1204 ❑ 0.5 ❑ 1.0 SEAM PROPERTIES - Fusion Weld ASTM D 4437 1) Shear Strength, ppi (mod. per NSF Std. 54) 133 120 2) Peel Strength, pi 87 78 & FTB SEAM PROPERTIES - Extrusion Weld ASTM D 4437 1) Shear Strength, ppi (mod. per NSF Std. 54) 133 120 2) Peel Strength, ppi 87 78 2.4 FIELD SEAMS The field seams shall be tested as follows: A. Shear seam specimens are 1 inch wide, with a grip separation of 4 inches plus the width of the seam. The seam is to be centered between the clamps. The grip separation rate is 2 ipm. B. Both shear seam strength and peel tests shall be run on five replicate specimens. A break through the weld or at the weld -sheet interface shall be considered a Non-FTB (failure) in both seam strength (shear) and peel strength tests. 01258202 GEOMEMBRANE LINER 02245 - 6 01 /03 w. k C. Approved field seaming processes are hot shoe fusion welding and extrusion welding. D. Welding rods or beads used for extrusion welding shall be HDPE and the physical properties shall be the same as those of the resin used in the manufacture of the HDPE geomembrane. 2.5 QUALITY CONTROL SPECIFICATIONS A. Raw Materials 1. Resin a. All resins for use in Geomembrane must pass a candidate pre -approval process . before being eligible for use. Each incoming rail car shall be sampled by compartment with the following testing performed and compared to the manufacturer's specifications: ' 1) Density: ASTM D 1505. 2) Melt Index: ASTM D 1238. 2. Additives a. All additives and concentrates must pass a candidate pre -approval process. All K ' incoming materials are to be statistically sampled with the following testing performed and compared to the manufacturer's specifications: M 1) Density: ASTM D 1505. 2) Melt Index: ASTM D 1238. 3) Carbon Black Content: ASTM D 1603. B. Finished Product: On -Line During Production 1. Coverage a. A minimum of one person from the Quality Department, independent of the Production Department, shall be present for on-line inspection of every roll for 100% of every run. 2. Inspection a. Performed on each roll. 1) Thickness (a) A full width sample shall be cut from the end of each roll, and N thickness shall be checked across the entire sample. 2) Appearance (a) Constant monitoring of: (1) Sheet surface appearance. a (2) Knife -cut edge. (3) Folds, holes, creases, abrasions, or other damage. 3. Roll Identification a. The Q.C. Engineer controls all paperwork, including roll tags. Four tags per roll shall be used on the following: 1) On the roll sleeve. 2) Inside the core. 3) On the production roll sample. 4) On the roll surface. 4. Out -of -Spec. Material a. Any roll not meeting the specification for any of the above inspections shall be placed on hold. is 01258202 GEOMEMBRANE LINER 02245 - 7 01/03 C. Finished Product: Laboratory During Production 1. Sampling a. Test samples shall be obtained from the rolls of material to be delivered to the site for conformance testing. The samples shall be tested for the following requirements at the rates specified. 2. Testing Requirements - Resin a. Specific Gravity/Density 1) Test Method: ASTM D 1505. 2) Test Frequency: Not less than I test per100,000 square feet with not less than 1 test per resin lot. b. Melt Flow Index 1) Test Method: ASTM D 1238. 2) Test Frequency: Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3. Testing Requirements - Finished Product a. Thickness 1) Test Method: ASTM D 1593 (Textured), ASTM D 5199 (Smooth). 2) Test Frequency: Leading edge of each roll of material. 1 per 5 foot of edge width. b. Density 1) Test Method: ASTM D 1505. 2) Test Frequency: Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests: 4. C. Carbon Black Content 1) Test Method: ASTM D 1603. 2) Test Frequency: Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests: 4. d. Carbon Black Dispersion 1) Test Method: ASTM D 3015. 2) Test Frequency: Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests: 4. e. Tensile Properties 1) - Test Method: ASTM D 638. 2) Test Frequency: Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests: 4. f. Puncture Resistance r_ 1) Test Method: FTM Std. 101 C, Method. 2) Test Frequency: 2065 Not less than 1 test per 100,000 square feet with not less than one test per resin lot. 3) Minimum Number of Tests: 4. g. Tear Resistance 1) Test Method: ASTM D 1004. _ 2) Test Frequency: Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests: 4. 01258202 GEOMEMBRANE LINER 02245 - 8 01 /03 h. Dimensioned Stability (Shrinkage) 1) Test Method: ASTM D 1204, NSF 54 Modified. 2) Test Frequency: Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests: 4. 4. Reporting a. All results shall be logged into the batch file. Any testing that yields "out -of -spec" results shall be brought to the immediate attention of the Q.C. Manager. All material produced after the last sample meeting all specifications shall be retrieved and placed on hold. D. Finished Product: Laboratory Post -Production 1. Sampling a. Samples shall be taken at random from each batch. 2. Testing a. Soil Burial: ASTM D 3083 b. ESCR: ASTM D 1693 C. Low temperature: ASTM D 746 3. Reporting a. All results shall be logged into the batch file. These results shall be the official properties for that batch. Any batch that fails any specification shall be placed on hold for further evaluation. PART 3 - EXECUTION 3.1 ANCHOR TRENCH The anchor trench shall be excavated as specified prior to liner system placement. 3.2 PLACEMENT A. The Installer shall be responsible for the following: 1. No equipment or tools shall damage the geomembrane by handling, trafficking, or other means. 2. No personnel working on the geomembrane shall smoke, wear damaging shoes, or engage in other activities that could damage the geomembrane. 3. The method used to unroll the panels shall not cause scratches or crimps in the geomembrane and shall not cause indentations in the supporting soil greater than one inch deep or damage to the underlying geotextile. 4. The method used to place the panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation shall be identified on the Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of the compensating wrinkles by wind. 5. Adequate loading (e.g., sand bags or similar items that will not damage the geomembrane) shall be placed to prevent uplift by wind (in case of high winds, continuous loading is recommended along edges of panels to minimize risk of wind flow under the panels). 6. Direct contact with the geomembrane shall be minimized, i.e., the geomembrane in traffic areas is protected by geotextiles, extra geomembrane, or other suitable materials. 01258202 01/03 GEOMEMBRANE LINER 02245 - 9 B. Weather Limitations 1. Geomembrane deployment shall proceed between ambient temperatures of 320 F to 1 040 F. Placement can proceed below 32' F only after it has been verified by the Engineer that the material can be seamed according to the specification. Below 400 F, preheat of the GML will be required. 2. Geomembrane placement shall not be done during any precipitation, in the presence of excessive moisture (e.g., fog, rain, dew) or in the presence of excessive winds, as determined by the installation supervisor. C. Geomembrane Protection 1. Geomembrane will not be left exposed to weather for more than seven (7) consecutive calendar days. D. Factory Seam Quality Verifications 1. The Engineer will require the Contractor to test up to as much as 20% of factory fusion welds (non-destructive air pressure test and/or vacuum test) in the field to verify factory test results. Additional testing at the Installer's expense will be required if failed tests are obtained in the field. 3.3 FIELD SEAMING Seams shall be oriented parallel to the line of maximum slope, i.e., oriented down, not across the slope. In corners and odd -shaped geometric locations, the number of field seams shall be minimized. No base T-seam shall be closer than 5 feet from the toe of the slope. Seams shall be aligned with the least possible number of wrinkles and "fishmouths." If a fishmouth or wrinkle is found, it shall be relieved and cap -stripped. A. Seam Overlap Panels of geomembrane must have a finished overlap of a minimum of 4 inches for hot shoe fusion welding and 3 inches for extrusion welding, but in any event sufficient overlap shall be provided to allow peel tests to be performed on the seam. No solvent or adhesive may be used unless the product is approved by the Owners Representative. (Samples shall be submitted to the Design Engineer for testing and evaluation). The procedure used to temporarily bond adjacent panels together shall not damage the geomembrane; in particular, the temperature of hot air at the nozzle of any spot welding apparatus shall be controlled such that the geomembrane is not damaged. B. Seaming Equipment and Accessories 1. Approved equipment for field seaming are hot shoe fusion welders and extrusion welders. a. Hot Shoe Welder, 110 Volt, 10 Amps. b. Extrusion Welder, 220 Volt, 19 Amps. C. High-speed, 10,000 rpm, 42 inch side grinder with 80-grit discs. d. 7.5 KW Generator, single-phase with 110/220 Volt Outputs. e. Power Cord, minimum S.O. type, 10 O.S.H.A. approved electrical cord with O.S.H.A. approved twist -type plugs and connections. f. Seam Vacuum Tester for non-destructive seam and patch testing. g. Field Tensiometer, capable of performing seam and peel adhesion tests for quantitative testing on -site. 01258202 GEOMEMBRANE LINER 02245 - 10 01 /03 _ M C. Test Seams I Field test seams shall be conducted on geomembrane liner to verify that seaming conditions are satisfactory. Test seams shall be conducted for each seamer at the beginning of each seaming period, at the Engineer's discretion, and at least once each 4 hours, for each seaming apparatus used that day. 2. All test seams shall be made at a location selected by the Engineer in the area of the seaming and in contact with the'subgrade. The test seam samples shall be 10 feet long for hot shoe welding and 3 feet long for extrusion welding with the seam centered lengthwise. Specimens I inch wide shall be cut from each opposite end of the test seam by the Engineer. The Engineer shall use a tensiometer provided by the Installer to test these specimens for shear and peel. If a test seam fails to meet field seam specifications, the seaming apparatus and/or seamen shall not be accepted and shall not be used for seaming until the deficiencies are corrected and two consecutive successful full test seams are achieved. D. Non -Destructive Seam Testing The installer shall non-destructively test all field seams over their full length. All test equipment, including but not limited to the following shall be furnished by the Installer: I Vacuum Box Testing a. Equipment for testing single wedge fusion seams and extrusion seams shall be comprised of the following: I A vacuum box assembly consisting of a rigid housing, a transparent viewing window, a soft rubber gasket attached to the bottom, port hole or valve assembly, and a vacuum gauge. 2) A steel vacuum tank and pump assembly equipped with a pressure controller and pipe connections. 3) A rubber pressure/vacuum hose with fittings and connections. 4) A plastic bucket and wide paint brush. 5) A soapy solution. b. The following procedures shall be followed by the installer: 1) Excess sheet overlap shall be trimmed away. 2) Clean the window, gasket surfaces and check for leaks. 3) Energize the vacuum pump and reduce the tank pressure to approximately 3-5 psi. 4) Wet a strip of geomembrane approximately 12 inches by 48 inches (length of box) with the soapy solution. 5) Place the box over the wetted area and compress. 6) Close the bleed valve and open the vacuum valve. 7) Ensure that a leak tight seal is created. 8) For a period of approximately 15 seconds, examine the geomembrane through the viewing window for the presence of soap bubbles. 9) If no bubbles appear after 15 seconds, close the vacuum valve and open the bleed valve, move the box over the next adjoining area with a minimum 3 inches overlap and repeat the process. I 10) All areas where soap bubbles appear shall be marked and repaired and then retested. C. The following procedures shall apply to locations where seams cannot be non-destructively tested, as determined by the Engineer: 1) If the seam is accessible to testing equipment prior to final installation, the seam shall be non-destructively tested prior to final installation. 01258202 GEOMEMBRANE LINER 01/03 02245-11 2) If the seam cannot be tested prior to final installation, the seaming operations shall be observed by the Engineer for uniformity and completeness. 2. Air Pressure Testing (For Double Fusion Seam Only) a. The following procedures are applicable to those processes which produce a double seam with an enclosed space. 1) Equipment for testing double fusion seams shall be comprised of the following: (a) An air pump equipped with pressure gauge capable of generating and sustaining a pressure between 25 and 30 psi and mounted on a cushion to protect the geomembrane. (b) A manometer equipped with a sharp hollow needle, or other approved pressure feed device. b. The following procedures shall be followed by the Installer: 1) Seal one end of the seam to be tested. 2) Insert needle or other approved pressure feed device through the sealed end of the channel created by the double wedge fusion weld. 3) Energize the air pump to verify the unobstructed passage of air through the channel 4) Seal the other end of the channel. 5) Energize the air pump to a pressure between 25 and 30 psi, close valve, and sustain pressure for approximately 5 minutes. 6) If loss of pressure exceeds 4 psi, or pressure does not stabilize, locate faulty area, repair and retest. 7) Remove needle or other approved pressure feed device and seal. E. Destructive Seam Testing The Installer shall provide the Engineer with a minimum of one destructive test sample per 500 feet of seam length from a location specified by the Engineer. The Installer shall not be informed in advance of the sample location. 1. Sampling Procedure In order to obtain test results prior to completion of liner installation, samples shall be cut by the Installer as the seaming progresses. A destructive test must be done for each welding machine used for seaming or repairs. Sampling times and locations shall be determined by the Engineer. The Engineer must witness the obtainment of all field test samples and the Installer shall mark all samples with their location roll and seam number. The Installer shall also record in written form the date, time, location, roll seam number, ambient temperatures, and pass or fail description. A copy of the information must be attached to each sample portion. All holes in the geomembrane resulting from obtaining the seam samples shall be immediately repaired. All patches shall be vacuum tested. 2. Size and Disposition of Samples The samples shall be 12 inches wide by 36 inches long with the seam centered lengthwise. The sample shall be cut into two equal length pieces, and given to the Engineer. 3. Field Testing The Installer shall cut six 1-inch wide replicate specimens from his sample and these shall be tested by the Engineer. The Installer shall test two specimens (four when possible for testing both tracks on dual -track fusion welded seams) for peel strength. All tests to be witnessed by the Engineer. To be acceptable, both test specimens must pass. 01258202 GEOMEMBRANE LINER 02245 - 12 01 /03 Any specimen that fails through the weld or by adhesion at the weldsheet interface is a Non-FTB break and shall be considered a failure. 4. Independent Laboratory Testing The Engineer will package and ship all destructive seam samples to an independent testing Laboratory for determination and verification of all field shear and peel strengths. The test method and procedures to be used by the Independent Laboratory shall be the same used in field testing, where seam samples are 1 inch wide, and the grip separation rate is 2 ipm. The minimum passing criteria for independent laboratory testing are all three of the following: a. All seam samples tested in the peel mode must fail in FTB. b. At least four of five seam samples from each peel and shear determination must meet the minimum specified value. C. The average value from all five seam samples from each peel and shear determination must meet the minimum specified value. The above criteria apply to both tracks from each dual -track fusion welded seam before it is considered as passing. ALL FAILED LAB TESTS WILL BE PAID FOR BY THE INSTALLER. 5. Archive Samples The Installer will package and ship the remaining samples to the Engineer for archival. The samples shall include information that indicates where the sample was taken. 6. Procedures for Destructive Test Failure The following procedures shall apply whenever a sample fails the field destructive test. a. The installer shall cap strip the seam between the failed location and any passed test location. b. The installer can retrace the welding path to an intermediate location (at a minimum of 10 feet from the location of the failed test), at the Engineer's discretion, and take a small sample for an additional field test. If this test passes, then the seam shall be cap stripped between that location and the original failed location. If the test fails, then the process is repeated. C. Over the length of seam failure, the Contractor shall either cut out the old seam, reposition the panel and reseam, or add a cap strip, as required by the Engineer. d. After reseaming or placement of the cap strip, additional destructive field test(s) shall be taken within the reseamed area. The reseamed sample shall be found acceptable if test results are approved by the Engineer. If test results are not acceptable, this process shall be repeated until the reseamed length is judged satisfactory by the Engineer. In the event that a sample fails a laboratory destructive test, then the above procedures shall be followed, considering laboratory tests exclusively. The Engineer will document all actions taken in conjunction with destructive test failures. F. Defects and Repairs All seams and non -seam areas of the geomembrane shall be inspected by the Engineer for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by the geomembrane helps to detect defects, the surface of the geomembrane shall be clean at the time of inspection. The geomembrane surface shall be 01258202 GEOMEMBRANE LINER 01/03 02245 - 13 brushed, blown, or washed by the Installer if the amount of dust or mud inhibits inspection. The Engineer shall decide if cleaning of the geomembrane is needed to facilitate inspection. 1. Evaluation Each suspect location in seam and non -seam areas shall be non-destructively tested as appropriate in the presence of the Engineer. Each location that fails the non-destructive testing shall be marked by the Engineer, and repaired accordingly. 2. Repair Procedures a. Defective seams shall be restarted/reseamed as described in these specifications. " b. Small holes shall be repaired by extrusion cap welding. If the hole is larger than 3 inch, it shall be patched. C. Tears shall be repaired by patching. Where the tear is on a slope or an area of stress and has a sharp end it must be rounded prior to patching. d. Blisters, large holes, undispersed raw materials, and contamination by foreign matter shall be repaired by patches. e. Surfaces of HDPE which are to be patched shall be abraded and cleaned no more than 15 minutes prior to the repair. No more than 10% of the thickness shall be removed. Patches shall be round or oval in shape, made of the same geomembrane, and extend a minimum of 6 inches beyond the edge of defects. All patches shall be of the same compound and thickness as the geomembrane specified. All patches shall have their top edge beveled with an angle grinder prior to placement on the geomembrane. Patches shall be applied using approved methods only. 3. Restart/Reseaming Procedures The welding process shall restart by grinding the existing seam and rewelding a new seam. Welding shall commence where the grinding started and must overlap the previous seam by at least 2 inches. Reseaming over an existing seam without regrinding shall not be permitted. 4. Verification of Repairs Each repair shall be non-destructively tested, except when the Engineer requires a destructive seam sample obtained from a repaired seam. Repairs that pass the non-destructive test shall be taken as an indication of an adequate repair. Failed tests indicate that the repair shall be repeated and retested until passing test results are achieved. Recording of Results: daily documentation of all non-destructive and destructive testing shall be provided to the Engineer by the Installer. This documentation shall identify all seams that initially failed the test and include evidence that these seams were repaired and successfully retested. 3.4 GEOMEMBRANE ACCEPTANCE A. The Installer shall retain all ownership and responsibility for the geomembrane until acceptance by the Owner. The surface of the geomembrane shall not have striations, roughness, pinholes, or bubbles and shall be free of hles, blisters, undispersed raw materials, or any contamination by foreign matter; except that if in the opinion of the Engineer the blemish will not adversely affect properties and use of the geomembrane, the Engineer may accept the geomembrane after sufficient laboratory test data are provided to support such acceptance, and further, provided all such testing is done at the sole expense of the Installer. 01258202 GEOMEMBRANE LINER 02245 - 14 O1 /03 t.; B. The geomembrane liner shall be accepted by the Owner when all of the following conditions are met: 1. Installation is finished. 2. Verification of the adequacy of all field seams and repairs, including associated testing, is complete. 3. Written certification, including "as built" drawing(s), is provided by the Installer to the Engineer. 4. Documentation of completed installation, including all reports is complete. 5. Acceptance of "Flexible Membrane Liner Evaluation Report" by the TNRCC. +�* END OF SECTION ew4 �K i;. r� F MRS c 01258202 GEOMEMBRANE LINER 02245 - 15 "' 01/03 SECTION 02246 GEOTEXTILE FABRICS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Geotextile Fabric Specification. B. Geotextile Fabric Installation. 1.3 RELATED SECTIONS A. Section 02245 - Geomembrane Liner. B. Section 02247 - Geocomposite Drainage Layer. r C. Section 02248 - Gravel Drainage Layer. D. Section 02250 - Leachate Collection systems. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 1777 Practice for Conditioning Textiles for Testing D 3776 Tensile Properties of Plastics D 3786 Mullen Burst Strength Test a D 4354 Standard Practice for Sampling of Geotextiles for Testing D 4355 Standard Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light D 4491 Water Transmissivity Test D 4533 Trapezoidal Tear Strength Test D 4632 Standard Test Method for Breaking Load and Elongation of Geotextiles D 4751 Standard Test Method for Determining Apparent Opening Size of a Geotextile D 4833 Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products 01258202 GEOTEXTILE FABRICS 02246 - 1 ' ` 01/03 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Manufacturer's product data. 2. Manufacturer's Installation Instructions. B. Manufacturer's Certification 1. Manufacturer must certify that all geotextile fabric has been inspected and that no broken needles are present in each roll of material. C. Contractor's Experience Record 1. Indicate experience of installing manufacturer's product. 2. Provide at least 5 reference names with recent telephone numbers on past municipal solid waste landfill projects. 1.6 QUALITY ASSURANCE A. Manufacturer: 1. Certify that the company has at least 5 years experience. 2. Certify upon job completion that fabric was installed in accordance with manufacturer's recommendations and in conformance to the contract specifications. B. Contractor Certify experience exceeds 2,000,000 square feet of fabric in the past 5 years. 1.7 PACKAGING AND STORAGE A. Rolled on a cardboard core and wrapped in plastic with sealed ends. B. Material will be covered to block sunlight. C. Store material in a manner to avoid contact with soil. — PART 2-PRODUCTS 2.1 GEOTEXTILE FABRIC A. Nonwoven fabric. B. Acceptable Material. 1. Polypropylene. 2.2 GEOTEXTILE COMPONENTS A. Geotextile Filter. Encompass gravel drainage material for leachate collection system. 01258202 GEOTEXTILE FABRICS 02246 - 2 01/03 n 2.3 GEOTEXTILE FILTER SPECIFICATIONS r j U.V. Resistance I % ` ASTM D-4355 I 70 I (500 hours) strength I PART 3 - EXECUTION 3.1 EQUIPMENT All equipment, tools and machines used in the performance of the work shall be subject to approval prior to commencement of work. The equipment shall be maintained in satisfactory working condition at all times. 3.2 CONSTRUCTION INSPECTION The Contractor shall conduct a visual inspection of each panel or sheet as it is unrolled. The Engineer shall be notified of any damage. 3.3 GEOTEXTILE PLACEMENT n - t< Material will be placed in the locations shown on the plans. Placement shall be conducted by experienced and trained personnel, including supervisors, foreman, and skilled laborers who are qualified and approved by the manufacturer of the geotextile. All placement shall be in strict 01258202 GEOTEXTILE FABRICS 02246 - 3 "'"° 01/03 accordance with the geotextile manufacturers recommendations. The placement shall be performed to provide a complete sheet without holes, tears, excessive wrinkles, creases, or other imperfections. 3.4 FIELD SEAMS Geotextile fabric may be placed by overlapping the edges a minimum of 18-inches or by sewing a 2- inch to 4-inch overlapped seam. The contractor shall replace any geomembrane liner that is damaged as a result of the sewing process. 3.5 BALLAST To protect installation from excessive wind, all geotextile fabric in place must be protected by ballasting the fabric with weighted sandbags. Sandbags must be placed as fabric is installed and not removed until gravel drainage material is ready to be placed. 3.6 REPAIRS Repairs to damaged geotextile fabric will be made in accordance with the geotextile manufacturers recommendations. END OF SECTION 01258202 GEOTEXTILE FABRICS 02246 - 4 O1/03 ORR SECTION 02247 GEOCOMPOSITE DRAINAGE LAYER PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Dual Geotextile/high density polyethylene (HDPE) drainage geonet geocomposite specification. B. Geocomposite installation. 1.3 RELATED SECTIONS A. Section 02245 - Geomembrane Liner. B. Section 02250 - Leachate Collection Systems. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 413 Rubber Property -Adhesion to Flexible Substrate D 638 Tensile Properties of Plastics D 792 Specified Gravity and Density of Plastics by Displacement D 1238 Flow Rates of Thermoplastic by Extrusion Plastometer D 1505 Test Method for Density of Plastics by the Density -Gradient Technique D 1603 Carbon Black in Olefin Plastics D 1777 Practice for Conditioning Textiles for Testing D 3776 Tensile Properties of Plastics D 3786 Mullen Burst Strength Test D 4355 Standard Test Method for Deterioration of Geotextiles from Exposure to, Ultraviolet Light D 4491 Water Transmissivity Test 01258202 GEOCOMPOSITE DRAINAGE LAYER 02247-1 01/03 D 4533 Trapezoidal Tear Strength Test D 4632 Standard Test Method for Breaking Load and Elongation of Geotextiles D 4716 Standard Test Method for Constant Head Hydraulic Transmissivity (In -Plane Flow) of Geotextiles and Geotextile Related Products. D 4751 Standard Test Method for Determining Apparent Opening Size of a Geotextile. D 4833 Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Manufacturer's product data. 2. Manufacturer's Installation Instructions. B. Manufacturer's Certification 1. Manufacturer must certify that all geotextile geocomposite has been inspected and that no broken needles are present in each roll of material C. Contractor's Experience Record 1. Indicate experience of installing manufacturer's product. 2. Provide at least 5 reference names with recent telephone numbers on past municipal solid waste landfill projects. 1.6 QUALITY ASSURANCE A. Manufacturer: 1. Certify that the company has at least 5 years experience. 2. Certify upon job completion that geocomposite was installed in accordance with manufacturer's recommendations and in conformance to the contract specifications. B. Contractor Certify experience exceeds 2,000,000 square feet of geocomposite in the•past 5 years. 1.7 MANUFACTURER'S CERTIFICATION A. Manufacturer shall submit certification indicating material delivered meets project specifications. B. Heat -bonded HDPE drainage geonet/dual geotextile geocomposite will be supplied in rolls which are tagged as follows: 1. Manufacturer's name. 2. Product Identification. 3. Lot Number. 4. Roll Number. 5. Dimensions of Roll. 01258202 GEOCOMPOSITE DRAINAGE LAYER 02247 - 2 01 /03 1.8 STORAGE A. Material shall be wrapped in plastic with sealed ends. B. Material will be covered to block sunlight. C. Store material in a manner to avoid contact with soil. PART 2 - PRODUCTS 2.1 TYPE A. Dual Geotextile/Geonet Geocomposite. 2.2 GENERAL A. Manufacturing Procedure 1. Supplied geonet/geotextile geocomposite shall be manufactured by heat bonding geotextile to both sides of geonet. No glue, adhesive, or other foreign substance shall be permitted. No product exhibiting burned through geotextiles shall be permitted. B. Manufacturing Requirements 1. Supplied geonet/geotextile geocomposite shall be manufactured to exhibit a bond between the HDPE drainage net and the geotextile, or geotextiles, which shall be greater than that between soil and the geotextile (average peel strength shall be ❑ 1 lb. per inch per ASTM D-413). Peel strength shall be tested a minimum of once every 40,000 square feet of material manufactured. 2.3 HDPE DRAINAGE GEONET CORE A. Manufacture Information 1. HDPE drainage geonet core shall be made by continuous extrusion of a web, forming the geometry required to provide the specified Transmissivity as a homogeneous three-dimensional structure. The resin shall be selected to provide an optimum combination of strength, environmental resistance and resistance to the high compressive loads that might reduce transmissivity. Geonet shall contain stabilizers to prevent ultraviolet light degradation. B. HDPE Drainage Geonet Core Properties 1. HDPE drainage geonet core shall be no less than 7.5 linear feet wide. Other than listed material properties, core material shall meet or exceed the following properties: 01258202 01 /03 GEOCOMPOSITE DRAINAGE LAYER 02247 - 3 C. HDPE Drainage Geonet Core Properties, Continued. Polymer Density (-UV Stabilizer) Carbon Black Content (Range) Melt Index (Range) Thickness (Nominal) Unit Weight (Nominal) Peak Tensile Strength MD (Range) @2% Strain MD (Range) Transmissivity @ 15,000 psf (Min) ASTM D792-1505 0.937 g/cn s ASTM D-1603 2-3 % ASTM D-1238-E <1.0 g/10min ASTM D-1777 220022 mils ASTM D-5199 ASTM D-3776 0.16200.0162 lbs/ft2 (Option C) ASTM D-638-M 600060 lbs/ft2 ASTM D-4595 ASTM D-638-M 100010 lbs/ft ASTM D-4716 I 1 X 10-1 1 m2/sec min D. Geotextile Fabric Properties 1. Dual filter geotextile fabric bonded to both sides drainage geonet shall be a nonwoven, needle punched polyester or polypropylene fabric. Both sides of the geotextile shall conform to the following properties: PROPERTY` ' „ :: TEST 1VIETHOD MlNI1VIUM VALUE UNITS Unit Weight (MARV) ASTM D-3776 8.0 oz/yd2 Thickness (MARV) ASTM D-1777 90.0 mils Grab Tensile (MARV) ASTM D4632 200.0 lbs Grab Elongation (MARV) ASTM D4632 50.0 % Mullen Burst (MARV) ASTM D-3786 450.0 psi Puncture Resistance (MARV) ASTM D4833 130.0 lbs. Trapezoidal Tear (MARV) ASTM D4533 80.0 lbs Permittivity (MARV) ASTM D-4491 80.0 gtnf ASTM D4491 1.5 sec-) Permeability (MARV) ASTM D-4491 0.20 cm/sec AOS (MARV) ASTM D-4751 100 Sieve Size U.V. Resistance (MARV) ASTM D-4355 70 % MARV = Minimum Average Roll Value 01258202 GEOCOMPOSITE DRAINAGE LAYER 02247 - 4 01/03 PARTS - EXECUTION 3.1 GENERAL Exhibit care in keeping the geocomposite free of debris and clean prior to installation. If not free from soil and debris, clean just prior to installation. 3.2 FIELD SEAMS Field Seams should only run up and down slopes When deploying, adjacent rolls may be butted net to net or overlapped and upper layer of geotextile heat tacked every 4-to-5 linear feet or sewn. If butted, net should be secured with plastic ties provided by the manufacturer approximately every 4-to-5 linear feet along the roll length. If overlapped, 1 tie every 5 linear feet is sufficient. No metallic ties shall be used. Horizontal seams shall be tied at 1 linear foot intervals. After securing net, geotextile can be overlapped, overlapped and heat tacked every 4-to-5 linear feet, or sewn. Where sewn, geotextile overlap, beyond edge of HDPE Geonet, before sewing, shall exhibit a minimum average roll value of 6 inches. Geocomposite shall not be welded to geomembrane. 3.3 PLACING Contractor shall handle geocomposite in a manner which will ensure against damage in any form. Install over geomembrane liner keeping tension on geocomposite; and position by hand, if necessary, to minimize wrinkles. Geocomposite shall not be placed across slope (in horizontal direction). 3.4 BALLAST Care shall be taken to avoid wind problems. Weight with sand bags, or equivalent, during installation and do not remove weight materials until cover material is in place. 3.5 DAMAGE TO GEOMEMBRANE LINER Any damage to the GML will be repaired by the Contractor at Contractor's expense in accordance with Section 02245 - Geomembrane Liner. 3.6 GEOCOMPOSITE MATERIAL PROTECTION Contractor will take measures to protect the completed geocomposite and liner system after installation is complete. Protective soil cover must be placed within 14 calendar days of geocomposite installation. END OF SECTION 01258202 GEOCOMPOSITE DRAINAGE LAYER 02247 - 5 '"� 01 /03 h SECTION 02248 GRAVEL DRAINAGE MATERIAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS t A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Gravel Drainage Material. B. Drainage Material Installation. 1.3 RELATED SECTIONS A. Section 02245 - Geomembrane Liner. B. Section 02246 - Geotextile Fabrics. C. Section 02247 - Geocomposite Drainage Layer. .: D. Section 02250 - Leachate Collection Systems. 1.4 REFERENCES Applicable Publications: 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. The latest publication in use at the time of the executed contract will be the one that governs this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS C 33 Specification for Concrete Aggregates C 88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or ` Magnesium Sulfate C 131 Test Method for Resistance of Degradation of Small Size Coarse Aggregates by Abrasion and Impact in the Los Angeles Machine C 136 Method for Sieve Analysis of Fine and Course Aggregates D 75 1982 Method for Sampling Aggregates w D 2434 Test Method for Permeability of Granular Soils (Constant Head) D 2487 Classification of Soils for Engineering Purposes D 4373 Test Methods for Calcium Carbonate Content of Soils 01258202 GRAVEL DRAINAGE MATERIAL 02248 - 1 01 /03 1.5 QUALITY ASSURANCE A. Contractor must provide written certification that the drainage gravel meets or exceeds the performance requirements of this specification. B. Contractor must provide all necessary documentation as specified. 1.6 SUBMITTALS The following information must be obtained and submitted by the Contractor in accordance to Section 01300, "Submittals". A. Gravel Material to be used. Minimum five gallon bucket. B. Gradation Results. C. Soundness and Loss Test Results. D. Permeability Test Results. E. Calcium Carbonate Contents. PART 2 - PRODUCTS 2.1 GRAVEL A. Gravel shall consist of clean, sound, hard, durable, round particles of stone or gravel. The gravel shall be free of silt and clay as defined by ASTM D-2487, vegetable matter, and other objectionable materials or coatings. B. Gravel Quality 1. Crushed materials will not be acceptable. C. Gradation 1. The following gradation is a suggested starting point in determination of proper particle size for meeting permeability requirements. Gradation may be adjusted to meet or exceed permeability requirements. 01258202 GRAVEL DRAINAGE MATERIAL 02248 - 2 01 /03 D. Permeability: 1.0 x 10-2cm/sec or higher. (ASTM D-2434 @ Field Density.) E. Calcium Carbonate: Not to exceed 15% by weight. PART 3 - EXECUTION 3.1 GENERAL Gravel drainage material must be placed in a manner to prevent damage to the underlying geotextile fabric, geomembrane or geocomposite clay liner. Any damage to the geotextile fabric, geomembrane or geocomposite clay liner will be repaired or replaced in accordance with the specifications at the expense of the Contractor. 3.2 PLACEMENT Gravel drainage material will be placed in accordance with Section 02250, Leachate Collection . Systems. Gravel around leachate pipe shall be done in a manner to prevent deflection or loading of the pipe. 3.3 COMPLETION Following gravel installation,' the gravel will be covered with the encompassing geotextile fabric so that the ends of the geotextile fabric overlap at least 6 inches. END OF SECTION r•. g.: F E r 01258202 GRAVEL DRAINAGE MATERIAL 02248 - 3 "' 01/03 AM Owe r SECTION 02250 LEACHATE COLLECTION SYSTEMS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Polyethylene (PE) Pipe Material. B. Polyethylene (PE) Pipe Installation. 1.3 RELATED SECTIONS A. Section 02245 - Geornembrane Liner. B. Section 02246 - Geotextile Fabrics. C. Section.02247 - Geocomposite Drainage Layer. D. Section 02248 - Gravel Drainage Layer. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS * 1248 Specification for Polyethylene Plastics Molding and Extrusion Materials D 2487 Classification of Soils for Engineering Purposes * 2837 Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials * 3350 Specification for Polyethylene Plastics Pipe and Fittings Materials AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS M 252 Corrugated Drainage Tubing 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Provide piping layout with all bends, tees, elbows, etc. 2. Pipe manufacturer's data. 3. Pipe Manufacturer's Installation Data. 01258202 LEACHATE COLLECTION SYSTEMS 01/03 02250-1 B. Manufacturer's Certification 1. Manufacturer must certify that the materials supplied meet all the requirements of these specifications. C. Contractor's Experience Record 1. Indicate past experience installing manufacturer's product. 1.6 QUALITY ASSURANCE A. Manufacturer 1. Certify that the company has manufactured this project for at least five years. 2. Certify material meets or exceeds these requirements specified herein. B. Contractor 1. Provide experience record for installing manufacturer's product. Minimum five years experience. IWI 204a*& .N.118J141 AUV ►110 Verify that field measurements are as indicated on the shop drawings. 1.8 HANDLING OF PIPE Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking should be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe should be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Joined segments of pipe shall be handled so as to avoid damage to the pipe or joining system. When lifting sections of pipe, chains or cable type chokers should be avoided. Nylon slings are preferred. Spreader bars should be used when lifting long fused sections. Care should be exercised to avoid cutting or gouging the pipe. 1.9 REPAIR OF DAMAGED SECTIONS Segments of pipe having cuts or gouges in excess of 10% of the wall thickness of the pipe should be cut out and removed. The undamaged portions of the pipe shall be rejoined using one of the methods identified below as approved by the specifying engineer. PART2-PRODUCTS 2.1 POLYETHYLENE PIPE A. Must be ASTM D-1248, Type III, Class C, Grade P-34, Category 5. B. PPI rating of PE-3408. C. Cell Classification: ASTM D 3350, 345434C. D. Hydrostatic Design Basis shall not be less than 1600 psi (11.03 MPA) as per ASTM D-2837. E. Minimum Standard Dimension Ratio (SDR): 17. 01258202 LEACHATE COLLECTION SYSTEMS 02250 - 2 01 /03 ~ 2.2 CORRUGATED POLYETHYLENE PIPE A. Type: ASTM F 405. B. Cell Classification: ASTM D 3350, 324420C. C. Minimum Pipe Stiffness: 71 psi. D. Must comply with the requirements of AASHTO M 252. 2.3 FITTINGS A. Type: Same as pipe. B. Bends: Only long radius bends acceptable. C. Dissimilar Pipe Connections: Connections between corrugated pipe and smooth heat fusion pipe shall be made with flange adaptors and slip-on metal flanges. Metal flanges shall be cast or ductile iron. Bolts and nuts shall be stainless steel. PART 3 - EXECUTION 3.1 INSTALLATION A. Place a 6-inch thick layer of gravel on top of the geotextile material across the entire length and width of trench. B. Do not drive heavy vehicles or equipment on top of the material to avoid damage to geomembrane liner. C. Using hand held mechanical tampers, carefully consolidate the material. D. Place the pipe in the center of the trench and place gravel. E. Place gravel under the haunches of the pipe in 2-inch lifts followed by hand held mechanical compaction up to the springline of the pipe. F. Above the springline, lifts of gravel may be 4-inches thick, followed by hand held mechanical compaction. G. After gravel is placed to full depth, cover the top with the geotextile fabric. 3.2 PIPE JOINING A. Sections of polyethylene pipe should be joined into continuous sections on the job site using manufacturer's recommended methods. B. The joining method shall be the heat fusion method performed in strict accordance to the manufacturer's recommendations. C. The heat fusion equipment used should be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to, temperature requirements, alignment and fusion pressures. D. All bends, tees, and fittings may be shop made in accordance with manufacturers recommendations. 01258202 LEACHATE COLLECTION SYSTEMS 02250 - 3 01/03 3.3 PIPE JOINING CORRUGATED POLYETHYLENE PIPE A. Sections of corrugated polyethylene pipe shall be placed into continuous sections on the job site using manufacturer's recommended methods. B. Pipe shall be joined using manufacturer's coupling pieces and ties. END OF SECTION 01258202 LEACHATE COLLECTION SYSTEMS 02250 - 4 01/03 SECTION 02260 PROTECTIVE SOIL COVER *" PART 1 - GENERAL t 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Protective Soil Cover Specification. :•, B. Protective Soil Cover Installation. 1.3 REFERENCES •- The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY TCEQ, 30 TAC Chapter 330 Texas Cominission on Environmental Quality, Municipal Solid Waste Management Regulation +�* TCEQ, Liner Handbook Liner Construction and Testing Handbook Published in Q accordance with'330.6, July 1, 1994 ,., OWNER MSW Permit Owner's TCEQ MSW Permit 1.4 WEATHER LIMITATION Protective soil cover shall be constructed when the atmospheric temperature is above 35 degrees F. When the temperature falls below 35 degrees F, the Contractor shall protect all areas of completed protective soil cover by approved methods against detrimental effects of freezing. Areas of completed protective soil cover damaged by freezing, rainfall, or other weather conditions shall be corrected to meet specified requirements. Protective soil cover placement shall not occur on rainy days or when w- rain is imminent. 1.5 SUBMITTALS ,a A. Submit list of all equipment proposed for use in placing and maintaining protective cover. No equipment will be allowed within the limits of the liner system without approval of the Engineer. 01258202 PROTECTIVE SOIL COVER 02260 - 1 '"�' 01 /03 B. Submit in accordance with Section 01300, Submittals, including equipment weight, ground pressure information, required lift thickness information, etc. Unapproved equipment operating on the floor of the liner system or the side slopes will not be allowed. PART 2-PRODUCTS 2.1 MATERIALS Material used is a coarse sand that is stockpiled on site near the project limits. All material shall be free of debris and rocks larger than 2 inches in diameter. 2.2 EQUIPMENT A. Tracked equipment used to place soil cover on the horizontal portion of the liner system must be low ground pressure type (5.0 psi maximum track pressure). B. Equipment that exerts ground pressures of higher than 5.0 psi on the lining system will not be approved unless contractor can certify that these conditions can be met with a specific lift thickness of protective cover. Submit calculations to document the certification. C. Only low ground pressure equipment (< 5.0 psi) equipment will be allowed on the sideslope of the lining system. Submit list of equipment to be used on the sideslopes, including equipment weights, ground pressures, required lift thicknesses, etc. for Engineer approval prior to placing equipment on the sideslopes. It will be Contractor's responsibility to demonstrate that equipment used on the sideslopes will not damage the liner or cause a "sliding" failure. PART 3 - EXECUTION 3.1 STOCKPILING MATERIAL If necessary, materials shall be stockpiled in the manner and at locations designated. Prior to stockpiling, the storage sites shall be cleared, drained, and leveled by the Contractor. Approved material available from excavation or grading shall be stockpiled in the manner and at locations designated. 3.2 GRADE CONTROL The finished and completed protective soil cover shall conform to the grades, lines, cross sections, and dimensions shown. 3.3 LAYER THICKNESS The completed thickness of the protective soil cover shall be as indicated. Protective soil cover will be placed such that the top surface, during spreading operations, is a minimum of 2-feet above the geocomposite material. 3.4 COMPACTION Compaction control is not required; however, it should be stable for construction and disposal equipment. ` 01258202 PROTECTIVE SOIL COVER 02260 - 2 01 /03 r�+ d, 3.5 THICKNESS CONTROL The thickness of the select -material subbase course shall be measured at intervals providing at least one measurement for each 5000 square feet or major fraction thereof of protective soil cover. The thickness measurement shall be made by survey. The Contractor will provide survey control during '! construction. The Owner will provide final thickness survey after Contractor notifies owner protective soil cover has been placed and ready for verification survey by Owner. Any areas of inadequate Q" + thickness requiring a resurvey will be done at Contractor's expense. 3.6 PLACEMENT n A. Contractor will take measures to protect the completed liner system after installation is k.. , complete. No portion of the liner system will remain exposed for more than 15 days after installation is complete and the system has been accepted by the Owner and the Engineer. g : B. Place the protective cover material with machinery that, in the opinion of the Engineer, will not damage any portion of the liner system or leachate collection system or cause "sliding" of the lining system or any part of the system. Equipment used to place the protective cover must not exert a ground pressure load greater than 5 psi on the liner or leachate collection system and must be approved by the Engineer prior to utilization on the system. 3.7 MAINTENANCE The protective soil cover shall be maintained in a satisfactory condition until accepted. END OF SECTION w 01258202 PROTECTIVE SOIL COVER 02260 - 3 '"" 01 /03 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 1 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. 1. 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. 01258202 ROADWAY CONSTRUCTION 02500 - 1 "~ 01/03 American Association of State Highway and Transportation Officials (AASHTO) AASHTO T 180 Moisture -Density Relations of Soils AASHTO T230 Determining Degree of Pavement Compaction of Bituminous Aggregate Mixture AASHTO T30 Mechanical Analysis of Extracted Aggregate Texas Department of Transportation (TxDOT) "Standard Specifications for Construction of Highways, Streets and Bridges, 1993." 1.4 TESTING A. Subgrade Testing: 1. 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: 1. 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 (± 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. 01258202 ROADWAY CONSTRUCTION 02500 - 2 01 /03 I 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 11 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.) 01258202 ROADWAY CONSTRUCTION 02500 - 3 01 /03 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 or caliche 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 all 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. Caliche shall comply with the requirements of TxDOT as defined in, Section 1.3.A.3 of this specification. Caliche shall meet TxDOT Item 247.2 - Flexible Base, Type "C", Grade 4. The gradation of the flexible base shall be of the following: 1. 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 nonplastic 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 1.3.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. 01258202 ROADWAY CONSTRUCTION 02500 - 4 01 /03 2.4 BITUMINOUS PRIME COAT A. The specifications for the bituminous materials are: a 1. 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-1 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 d A. Paving shall be done in dry weather when subgrade is stable. Ground moisture shall not be sealed under paving. s„5 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 t ' 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. µ y 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 01258202 ROADWAY CONSTRUCTION 02500 - 5 '^ 01 /03 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' - 3251 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 hand 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 01258202 ROADWAY CONSTRUCTION 02500 - 6 01/03 SECTION 15130 E WHEELED SUMP PUMPS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Wheeled sump pump and motor and related accessories. FRI 2. Side slope riser. 3. Control panel fi< 1.2 PERFORMANCE REQUIREMENTS A. Provide pumps to operate at system fluid temperatures without vapor binding and cavitation, are non -overloading in parallel or individual operation, and operate within a 25 percent of midpoint of published maximum efficiency curve. 1.3 SUBMITTALS A. Section 01330 - Submittal Procedures: Submittal procedures. B. Product Data: Submit certified pump curves showing performance characteristics with pump and system operating point plotted. Include NPSH curve when applicable. Include electrical characteristics and connection requirements. Submit also, manufacturer model number, dimensions, service sizes, and finishes. C. Manufacturer's Installation Instructions: Submit application, selection, and hookup configuration with pipe and accessory elevations. Submit hanging and support requirements and recommendations. .� D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. t ; 1.4 CLOSEOUT SUBMITTALS '^ A. Section 01700 - Execution Requirements: Closeout procedures. B. Operation and Maintenance Data: Submit installation instructions, servicing requirements, assembly views, lubrication instructions, and replacement parts list. C. Maintain one copy of each document on site. w. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. B. Installer: Company specializing in performing Work of this section with minimum three years experience approved by manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A* A. Protect systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system. t. 01258202 WHEELED SUMP PUMPS 15130 - 1 "`� 01/03 1.7 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.8 WARRANTY A. Furnish five year manufacturer warranty for pumps. PART2-PRODUCTS 2.1 WHEELED SUMP PUMP A. Manufacturers: 1. EPG Surepump Wheeled Sump Drainer. Model WSD5-5 or approved equal. B. Drainer shall have a 1 1/2 inch threaded discharge nozzle. C. Performance requirements. 1. Flow capacity: 20 gal/min. 2. Head: 85 ft. D. Each wheeled sump drainer shall be capable of pumping contaminated ground water for spill recovery, leachate, purge and sampling applications. E. A transmitter mount shall be welded at the center bottom of the sump drainer for liquid level control. The sump drainer shall permit the unit to "pump down" to within 12 inches of the sump bottom without any loss of performance or damage to the pump. The sump drainer shall be equipped with a vent valve to assist with the evacuation of air from the sump drainer. F. Each unit shall be fitted with 250 ft. of stainless lifting cable of sufficient strength to permit removal of the unit. -� G. Each unit shall be suitable for side slope riser installation. H. Motor: Each unit shall come with a .75 HP submersible, hermetically sealed Franklin electric motor designed for continuous duty. The motor shall be single phase with 250 ft. of cable. The motor shall be connected to the pump via a motor adapter and coupling in 304 stainless steel. Single phase motors shall have thermal protection in the motor windings to protect the windings from overload. The unit will restart automatically after the motor cools down. The motor lead wire shall be no -splice with EPG's "CP" waterproof and chemically resistant insulation. I. Materials: Major components shall be made of 304 stainless steel, seal rings are to be made of TeflonTM and bearings are to be E-G1ideTM. In addition, all fasteners are to be 304 stainless steel. J. Check Valve: Each unit shall include a built-in check valve, with housing and disc of 304 stainless steel and check valve seat of TeflonTM. K. Shaft: The shaft shall be of 304 stainless steel and rotate on E-GlideTM bearings which are product lubricated. L. Diffuser Chamber: The diffuser chambers for each impeller shall be 304 stainless steel. _ Further, they shall be fitted with TeflonTM impeller seal rings. M. Impellers: The impeller(s) shall be closed and consist of 304 stainless steel. 01258202 WHEELED SUMP PUMPS 15130 - 2 01 /03 I 2.2 2.3 SIDE SLOPE RISER A. Non -guide rail disconnect system (N-Series) by Surepump or approved equal. CONTROL PANEL A. B. C. D. E. Furnish one EPG Companies, Inc. U.L. listed L925 PT control panel to operate pump motor and auxiliary equipment in manual or automatic mode. The panel enclosure will be NEMA type 4. Enclosure shall come equipped with an inner door, stainless steel drip shield and tamper resistant latch. The control system will operate from a 240 volt, 60 hertz, single phase power supply. Pump control components will be sized to operate pump motor of specified horsepower. Standard features to be included with the control panel include: 1. Main 20 amp disconnect switch. Shall prevent opening of panel while power is on and includes 250 volt, 10 amp dual element fuses. 2. "Hand -Off -Auto" Selector Switch: Allows manual or automatic operation. The selector switch shall be a heavy duty, oil tight, NEMA 4 rated switch mounted on the inner door. 3. Motor Contactor: The motor contactor will be sized to the pump motor horsepower. 4. Control Transforner: Transformer with fused primary to isolate control circuit from power circuit and for easier and safer field wiring of accessories. It shall lower incoming voltage to 120 Volts. 5. Running Light: Indicates energization of motor circuit. It shall be heavy duty, oil tight, NEMA 4 rated and shall have a voltage surge suppressor built in to prolong lamp life. 6. Motor Start Winding Control with Start Capacitors and Start Winding Relay: Capacitor is used to start motor. Relay is used to remove start winding from circuit when motor reaches operating speed. 7. LevelMaster Level Control: The LevelMaster shall be mounted on the inner door. Meter shall have a digital readout and the capability to monitor and maintain pumping operations as well as at least two other level signals. Level control shall be accurate to within 0. 1 inch. 8. Heater with Adjustable Thermostat: To promote even distribution of heat and elumnation of hot spots and condensation. Heater clement shall be mounted in space between the sub -panel and the back of the enclosure and provide a minimum of 36 inches square of heating area. 9. Lightning Arrestor: Shall be grounded, metal to metal, to water strata. 10. Terminal Strip: Provides easy connection of external components. 11. Corrosion Inhibitor Emitter: Inclusion of an industrial, corrosion inhibitor emitter that shall protect internal components of control panel from corrosion for up to one year. 12. For options see specification sheets. The submersible pressure transmitter level sensor shall have a range of 0 to 250 feet with a 4 to 20 MA output signal. Transmitter construction shall be stainless steel body, stainless steel diaphragm and Viton seals with chemical resistant signal cable. The transmitter circuit shall be protected by intrinsically safe barriers. 01258202 WHEELED SUMP PUMPS 15130-3 01/03 F. Simplex System: This system is designed to start a pump on a change in liquid level as sensed by the pressure transmitter. The pump will continue to run until the selected level is reached. If the liquid level changes beyond set points, a high and/or low level will be annunciated. PART 3 - EXECUTION 3.1 INSTALLATION A. Provide pumps to operate at specified system fluid temperatures without vapor binding and cavitation, are non -overloading in parallel or individual operation, and operate within 25 percent of midpoint of published maximum efficiency curve. B. Lubricate pumps as necessary before start-up. C. Install side slope riser as shown on plans and as recommended by the manufacturer. Avoid damage shall to the liner system. END OF SECTION 01258202 WHEELED SUMP PUMPS 15130 - 4 01 /03 0" APPENDIX A SOIL AND LINER QUALITY CONTROL PLAN F' WEST TEXAS REGION DISPOSAL FACILITY SOIL AND LINER QUALITY CONTROL PLAN (SLQCP) OM r. Prepared for WEST TEXAS REGION DISPOSAL FACILITY �.. LUBBOCK COUNTY, TEXAS MSW PERMIT NO.2252 NOVEMBER 1998 F 6 , . �..,.r.�aa' • 1* ,�TACF-.' i - - { r�pMuYMoa oyrarr�MM�t O.• S 6546040. C: p 7- �s Aft HDR Engineering, Inc. 12700 Hillcrest Road, Suite 125 Dallas, Texas 75230 91 ... WEST TEXAS REGION DISPOSAL FACILITY - MSW PERMIT NO.2252 SOIL AND LINER QUALITY CONTROL PLAN TABLE OF CONTENTS Section Page 1.0 INTRODUCTION...........................................................................................................1 1.1 General...............................................................................................................1 1.2 Definitions...........................................................................................................1 2.0 GEOSYNTHETIC CLAY LINER (GCL)......................................................................... 4 2.1 General...............................................................................................................4 2.2 Submittals........................................................................................................... 4 2.2.1 Pre-installation...................................................................................... 4 2.2.2 Installation............................................................................................. 5 2.3 Delivery, Storage, and Handling.........................................................................5 2.3.1 Packing and Shipping...........................................................................5 2.3.2 Storage and Protection......................................................................... 6 2.4 Materials............................................................................................................. 6 2.5 Manufacturer.......................................................................................................6 2.5.1 Acceptable Manufacturers.................................................................... 6 2.5.2 Manufacturing Experience....................................................................7 2.6 Warranty............................................................................................................. 7 2.7 Execution............................................................................................................ 7 2.7.1 Examination.......................................................................................... 7 2.7.2 Subgrade Preparation.......................................................................... 7 2.7.3 Installation ............................................................................................. 7 2.8 Equipment.........................................................................................................10 2.8.1 Storage...............................................................................................10 2.8.2Installation ...........................................................................................10 3.0 FLEXIBLE MEMBRANE LINING (FML)...................................................................... 3.1 General............................................................................................................. 3.2 Submittals......................................................................................................... 3.2.1 Manufacture's Certifcation of SLQCP Conformance ........................ 3.2.2 Contractor's and Manufacturer's QC Program ................................... 3.2.3 Contractor's Installation Plan.............................................................. 3.2.4 Contractor's Material Submittals......................................................... 3.2.5 Manufacturer's Warranty.................................................................... 3.2.6 Contractor's Warranty......................................................................... 3.3 Quality Assurance... ............................................................................ 3.4 Delivery, Storage and Handling........................................................................ 3.5 Products............................................................................................................ 3.6 Installation Procedures..................................................................................... 3.7 Field Quality Control........................................................ .. West Texas Region Disposal Facility 10-i Soil and Liner Quality Control Plan 11 11 11 11 11 11 12 12 12 13 13 14 15 17 4.0 LEACHATE COLLECTION SYSTEM 4.1 Granular Drainage Media 4.2 Geocomposite Drainage Materials 4.3 Leachate Chimneys 4.4 Drainage Layer Placement k 5.0 PROTECTIVE COVER 5.1 General 5.2 Protective Cover Soil 5.3 Protective Cover Soil / Tire Chips 6.0 MARKING AND IDENTIFYING OF EVALUATED AREAS 7.0 SLER, FMLER AND CONSTRUCTION DOCUMENTATION k wif C West Texas Region Disposal Facility 10-ii Soil and Liner Quality Control Plan 21 21 21 21 21 25 25 25 25 27 28 rwe 1.0 INTRODUCTION 1.1 General This Soil and Liner Quality Control Plan (SLQCP) presents engineering and quality control requirements for liner and leachate collection system construction at the West Texas Disposal Facility. The SLQCP shall be used in conjunction with the Site Development Plan Attachments and final construction drawings and specifications. The SLQCP shall address the following: • A Quality Assurance Program and the Quality Assurance Procedures to be implemented during the composite liner construction including field observation, laboratory and field testing, and acceptance criteria for constructed work. • Recording and documenting procedures to demonstrate that the constructed composite liner meets the requirements of project plans and specifications. • Lines of communication, responsibilities and role of Quality Assurance team and other related project personnel ., • Report submittals required by the Texas Natural Resource Conservation a. Commission (TNRCC). 1.2 Definitions This section provides the definitions for terms used in this SLQCP. "Quality Control" - Actions taken by the FML manufacturers and FML contractor to ensure that the geosynthetic materials and workmanship meet the requirements of project plans and specifications. "Quality Assurance" - Actions taken by the Geotechnical Professional (GP) to assure conformity of the liner system production and installation with the Quality Assurance Plan, drawings and specifications. QA is provided by a party independent of installation. "Work" - All tools, equipment, supervision, labor and material or supplies necessary to complete the project as specified herein and as shown on the plans. "Geosynthetics" - A generic classification given to synthetic (man-made plastic) materials used in geotechnical engineering applications. Included are flexible membrane lining, geotextiles, geonets, geogrids, geocomposites and geocells. West Texas Region Disposal Facility 10-1 "`" Soil and Liner Duality Control Plan "Flexible Membrane Lining (FML): - Essentially an impermeable synthetic material used as an integral part of a lining system. It is sometimes referred to as a geomembrane, sheet or panel. On this project, the FML will consist of a High Density Polyethylene (HDPE) material. "Geotextile" - A permeable synthetic textile used with soil, rock, sand, gravel or any other similar materials as an integral part of the composite lining system. It provides protection to the FML as a geosynthetic cushion and also serves as a filter interface between two - types of soil materials. "Geosynthetic Clay Liners" (GCL): - Geosynthetic clay liners (GCLs) are factory — manufactured, hydraulic barriers typically consisting of bentonite clay or other very low permeability clay materials, supported by geotextiles and/or geomembranes which are held together by needling, stitching and/or chemical adhesives. "Manufacturer" - Firm(s) responsible for the production of FML and geotextile from resin. "Earthwork Contractor"' - The firm responsible for excavation and subgrade preparation under the liner installation. The firm may also be responsible for placing protective cover and granular drainage materials over the installed lining system. "FML Contractor" - The firm responsible for handling, storing, placing, seaming, and other aspects of the installation of the FML, geosynthetic cushion and geotextiles as a part of the composite lining system. "Geotechnical Professional" (GP) - Person(s) of firm(s) authorized by the Owner to manage and oversee the execution of the work. For clay liner construction, this includes a professional engineer registered in this state who possesses professional experience in geotechnical engineering and testing, or a graduate geologist who has a minimum of four years experience in engineering geology and is experienced in geotechnical testing and its interpretations. For construction involving geosynthetics, the Geotechnical Professional must be a professional engineer. The Geotechnical Professional is also responsible for observing, testing and documenting activities related to liner quality assurance during the installation of the lining system, and for issuing the final report. All completed work is subject to approval of the Geotechnical Professional. "Owner" - The City of Lubbock. "Qualified Engineering Technician" - The qualified representative of the Geotechnical Professional who is NICET - Certified in Geotechnical Engineering Technology at Level 2 or higher, who is an engineering technician with a minimum of four years of directly related experience or a graduate engineer/geologist with one year of directly related experience. "Quality Assurance Laboratory" - The firm responsible for conducting tests on samples of liner system components taken from the site. The laboratory shall be independent of the West Texas Region Disposal Facility 10-2 Soil and Liner Quality Control Plan Owner, Manufacturer, Lining Contractor and any party involved with the. manufacture and/or installation of any of the geosynthetics. "Proiect Plans and Specifications" - All project related plans and specifications including design modifications and "as -built" plans. " Proiect Documents" - All contractor submittals, construction plans, "as -built" plans, construction specifications, QA plan, safety plan and project schedule. r7 West Texas Region Disposal Facility 10-3 " Soil and Liner Quality Control Plan 2.0 GEOSYNTHETIC CLAY LINER (GCL) 2.1 General This section includes the requirements for selection, installation, and protection of geosynthetic clay liner (GCL). 2.2 Submittals 2.2.1 Pre -installation Submit the following to the Geotechnical Professional for approval prior to GCL deployment. 1. The supplier or GCL manufacturer results for standard tests described in Table 2 -1. 2. Written certification that the GCL meets the properties listed in Table 2-1. 3. Written certification that GCL manufacturer has continuously inspected each roll of GCL for the presence of needles and other defects and found GCL to be defect -free. 4. Written certification from the GCL manufacturer that the bentonite will not _ shift during transportation or installation thereby causing thin spots in the body of the GCL. 5. Quality control certificates signed by a responsible party of the GCL manufacturer for each roll delivered to the site. Each certificate shall include roll identification numbers and results of all quality control tests. At a minimum, results shall be given for tests corresponding to Table 2-1. The bentonite and textile suppliers shall each certify the respective properties under Manufacturer's Quality Control. The GCL manufacturer shall also perform the bentonite tests described under Manufacturer's Quality Control and third party tests. West Texas Region Disposal Facility 10-4 Soil and Liner Quality Control Plan _ P" TABLE 2-1 STANDARD TESTS ON GCL MATERIAL TEST ITEM TYPE OF TEST STANDARD TEST METHOD FREQUENCY OF TESTING Manufacturers Quality Control Bentonite(A) Geotextile GCL Product Free Swell(") ASTM D 5890 per 50 tons and every truck or railcar Fluid Loss (A) ASTM D 5891 per 50 tons and every truck or railcar Grab Tensile Strength(a) ASTM D 4632 per 200,000 fe Mass/Unit Area ASTM D 5261 per 200,000 fe Grab Tensile Strength(B) ASTM D 4632 per 200,000 fe Clay Mass/Unit Areal ASTM D 5993 per 40,000 ftz Permeability(Di ASTM D 5084 per week for each production linem Lap Joint Permeabilit?XF) ASTM D 5084 Per each material and lap type Conformance Testing by 3 ° Party Independent Laboratory GCL Product Clay Mass/Unit Area(c) ASTM D 5993 at least 1 test per 100,000 ftz and ASTM D 4354 procedure A PermeabilitylDltFl ASTM D 5084 per 100,000 ftz Direct Shear (FXG) ASTM D 5321 Per GCUadjoining material type Notes: A - Tests to be performed on bentonite before incorporation into GCL. Free swell shall have a minimum test value of 24 mi. Fluid loss shall have a maximum value of 18 ml. B - For geotextile backed products only. Geotextiles shall meet minimum manufacturer's criteria. C - Minimum test value of 0.8 Ib tfe on an oven dry basis (zero percent moisture). D - 1 x 10'8 m3/m2/sec or as required by the permit E - Report last 20 permeability values, ending on production data of supplied GCL. F - Test at confining/consolidating pressures simulating field conditions. G - Not applicable for slopes of 71-1:1 V or flatter. Testing must be on material in hydrated state unless GCL is to include geomembrane on both sides of GCL 2.2.2 Installation The GCL installation Contractor shall submit to the Geotechnical Professional a Subgrade Surface Acceptance Form, signed by the GCL installation Contractor, for each area that will be covered directly by GCL as installation proceeds. 2.3 Delivery, Storage, and Handling 2.3.1 Packing and Shipping The GCL shall be supplied in rolls wrapped individually in relatively impermeable and opaque protective covers. West Texas Region Disposal Facility 10-5 Soil and Liner Quality Control Plan The GCL rolls shall be marked or tagged with the following information: a. Manufacturer's name b. Product identification c. Roll number d. Roll dimensions e. Roll weight 2.3.2 Storage and Protection The Contractor will provide an on -site storage area for GCL rolls from time of delivery until installed as recommended by the GCL Manufacturer. After Contractor mobilization, he shall store and protect GCL from dirt, water, ultraviolet light exposure, and other sources of damage. He shall preserve the integrity and readability of GCL roll labels. Rolls must not be stacked higher than recommended by the manufacturer to preclude thinning of bentonite at contact points. 2.4 Materials The active ingredient of the GCL shall be natural sodium bentonite. The bentonite shall be encapsulated between two geotextiles. The geotextile-backed GCL shall provide sufficient internal shear strength for the slopes to be lined. All GCLs shall be evaluated for stability prior to use on site and the evaluation included in the SLER/FMLER submittal. The bentonite shall be continuously adhered to both geotextiles to ensure that the bentonite will not be displaced during handling, transportation, storage and installation, including cutting, patching and fitting around penetrations. * The bentonite sealing compound or bentonite granules used to seal penetrations and make repairs shall be made of the same natural sodium bentonite as the GCL and shall be as recommended by the GCL manufacturer. The permeability of the GCL overlap seams shall be equal to or less than the permeability of the body of the GCL sheet. 2.5 Manufacturer 2.5.1 Acceptable Manufacturers The GCL shall be CLAYMAX or BENTOMAT products produced by CETCO, BENTOFIX as produced by National Seal or an equivalent pre -approved by the Geotechnical Professional. 2.5.2 Manufacturing Experience West Texas Region Disposal Facility 10-6 Soil and Liner Quality Control Plan The Manufacturer of the GCL shall have a minimum of 2 years of continuous experience in the manufacture of similar GCL products. The Manufacturer must demonstrate, by submitting a list of previous projects, a minimum of 5 million square feet of manufacturing experience of similar GCL products. 2.6 Warranty The Manufacturer shall provide a five (5) year warranty to the Owner against manufacturing defects. The warranty shall include defective product found to be not in compliance with the requirements of this SLQCP. The warranty shall include the supply of the replacement GCL material. The warranty shall not include the cost of re- installation, defects or failures due to improper installation. 2.7 Execution 2.7.1 Examination The Geotechnical Professional or his representative will collect samples of delivered to the site or designated by the Manufacturer by roll number to be delivered to the site for conformance testing. 2.7.2 Subgrade Preparation The subgrade shall be prepared in a manner consistent with proper subgrade preparation techniques for the installation of geosynthetic materials and as recommended by the GCL manufacturer. The subgrade shall be properly compacted so as not to settle and cause excessive strains in the GCL or other synthetic liner materials. Prior to installation, ensure a surface.free of debris, roots, " or angular stones larger than 1/2 inch. The subgrade must be rolled with a smooth -wheeled roller. During installation, ensure that rutting or raveling is not caused by installation equipment. 2.7.3 Installation 2.7.3.1 GCL Deployment: Handle GCL in a manner to ensure it is not damaged as recommended by the GCL manufacturer. At a minimum, comply with the _. following: 1. On slopes, anchor the GCL securely and deploy it down the slope in a controlled manner. 2. Weight the GCL with sandbags or equivalent in the presence of wind. 3. Cut GCL with a cutter (hook blade), scissors, or other approved device. Protect adjacent materials from potential damage due to cutting of GCL. West Texas Region Disposal Facility 10-7 Soil and Liner Quality Control Plan i 4. Prevent damage to underlying layers during placement of GCL. 5. During GCL deployment, do not entrap in or beneath GCL, stones, trash, or moisture that could damage GCL. 6. Visually examine entire GCL surface. Ensure no potentially harmful foreign objects, such as needles, are present. 7. Do not place GCL in the rain or at times of impending rain. 8. Do not place GCL in areas of ponded water. 9. Replace GCL that is hydrated before placement of overlying geomembrane and a minimum of 12 inches of approved _ cover soil 10. In general, only deploy GCL that can be covered during that day by geomembrane. 11. For needle -punched GCLs, add granular bentonite to the overlapped areas at the manufacturer's specified rate. 12. Protective soil cover (including leachate collection media) shall be placed over the liner as soon as practicable. 131 Avoid dragging GCL on the subgrade. 14. Vehicular traffic other than low contact pressure vehicles such as smooth -tired ATV's or golf carts must not be allowed on deployed GCL. 15. Installation personnel must not smoke or wear damaging shoes when working on GCL. 2.7.3.2 Overlaps Overlap GCL to the manufacturer's recommendations which will vary according to seam location and climatic conditions. For needle -punched GCLs, apply granular _. bentonite to overlapped area at a rate required by the manufacturer. At sumps, overlap GCLs at least 1 foot. At bottom of collection sumps, unroll an extra layer of GCL on top of previously installed GCL. Avoid placing seams on top of underlying seams. In general, horizontal seams and mid -slope anchor trenches are not allowed on side slopes. However, if prohibitive slope lengths cannot otherwise be overcome, a glue -bonded seam may be approved by the Geotechnical Professional. The following conditions must be met as shown below in Figure 1; West Texas Region Disposal Facility 10-8 Soil and Liner Quality Control Plan rot I 4-In Glue Strip ft 2-In Bentonite Strips Figure 1, Horizontal GCL Seam 1. The upper (up -slope) GCL panel shall overlap the lower (down -slope) panel by a minimum of three feet. 2. A wood -type glue shall be used to form a continuous glue -strip not less than four inches wide with sufficient glue to provide a uniform white coating on the lower GCL panel. 3. Two-inch wide granular bentonite strips shall be installed as shown in Figure 1. 4. During startup, at least one destructive sample per 500 linear feet of proposed glued seam will be prepared and tested prior to approval of this method. All seams shall exhibit a tensile strength not less than the parent GCL panel. The glued seam shall not fail in the glued section. 5. Additional destructive testing of actual seams will not be required if the glued seams are verified to have been done in a similar fashion to the startup glued seams described above. 2.7.3.3 Defects and Repairs Repair all flaws or damaged areas by placing a patch of the same material extending at least 1 foot beyond the flaw or damaged area. Add granular bentonite to the overlapped edges of the patch at the manufacturer's specified rate. 2.7.3.4 Interface with Other Products: Ensure the following when deploying overlying material: 1. GCL and underlying materials are not damaged. 2. Minimal slippage of GCL on underlying layers occurs. 3. No excess tensile stresses occur in GCL. 4. If necessary, approved adhesive can be used to keep overlap seams and patches in place during placement of overlying materials. West Texas Region Disposal Facility 10-9 Soil and Liner Quality Control Plan 2.8 Equipment 2.8.1 Storage Use wooden pallets for above ground storage of GCL and heavy, waterproof tarpaulin for protecting unused GCL unless otherwise specified by GCL manufacturer. 2.8.2 Installation 1. Use front-end loader, crane or similar equipment for GCL deployment with a spreader bar to prevent slings from damaging edges. 2. A 15 foot long, 3 inch outer diameter schedule 120 steel pipe will be inserted into roll core for lifting. 3. Sand bags for securing tarpaulin. 4. 3 inch wide grips for moving GCL panels into place for each installation technician. 5. Wood glde for joining overlapped panels, or as dictated by project needs requirements. 6. Bentonite Sealing Compound and/or Granular Bentonite for securing around penetrations and structures as shown on the contract documents. 7. Anchor bolts for securing around concrete structures, if required. 8. Utility knives and replacement blades. West Texas Region Disposal Facility 10-10 Soil and Liner Quality Control Plan 3.0 FLEXIBLE MEMBRANE LINING (FML) 3.1 General This Section covers the work necessary to construct and test the flexible membrane lining (FML) system, which` will consist of a 60 mil High Density Polyethylene (HDPE) material. The overall objective is to provide an effective lining system at the completion of the work. The flexible membrane liner shall generally conform to the testing requirements of GRI u Standard GM13 - "Test Properties, Testing Frequency and Recommended Warrant foi High Density Polyethylene (HDPE) Smooth and Textured Geomembranes" (Geosynthetic Research Institute; Philadelphia, PA; June, 1997) except as modified herein. 3.2 Submittals 3.2.1 Manufacturer's Certification of SLQCP Conformance The Contractor shall submit written certification by the Manufacturer that the lining materials conform to the requirements of the SLQCP; are similar and of same formulation as that for which certification is submitted; and has been demonstrated by actual usage to be satisfactory for the intended application. 3.2.2 Contractor's and Manufacturer's QC Program The Manufacturer and the Contractor, each, shall submit a complete description of its quality control program, as applicable, for manufacturing, handling, installing, testing, repairing and providing a completed lining in accordance with requirements of the SLQCP. The description shall include, but not be limited to, polymer resin supplier, product identification, acceptance testing, fabrication and production testing, installation testing, documentation of changes, alterations and repairs, retests and acceptance. Each shall also present documented evidence of its ability and capacity to perform this Work as described in Section 3.3 below. 3.2.3 Contractor's Installation Plan The Contractor shall submit installation drawings, description of. installation procedures, and a schedule for performing/completing the Work. Installation �. drawings shall show a lining sheet layout with proposed size, number, position, and sequence of placing of all sheets and indicating the location of all field seams. Installation drawings shall also show complete details and/or methods for ^° anchoring the lining at its perimeter, making field seams, and making anchors/seals to pipes and structures. The Contractor shall submit a complete description of welding procedures for making field seams and repairs. The welding procedures shall conform to the a.. latest procedures recommended by the lining Manufacturer and to the SLQCP. The Contractor shall submit for approval by the Geotechnical Professional certification that the surface(s) on which the lining will be placed is acceptable. West Texas Region Disposal Facility 10-11 Soil and Liner Quality Control Plan Installation of the lining shall not commence until this certification is furnished to the Geotechnical Professional The Contractor shall submit a complete description of welding procedures for making field seams and repairs. The welding procedures shall conform to the --- latest procedures recommended by the lining Manufacturer and to the SLQCP. The Contractor shall submit for approval by the Geotechnical Professional -- certification that the surface(s) on which the lining will be placed is acceptable. Installation of the lining shall not commence until this certification is furnished to the Geotechnical Professional. -- 3.2.4 Contractor's Material Submittals The Contractor shall submit for approval by the Geotechnical Professional samples of lining material(s) and field seams prior to start of construction. The Contractor shall submit six (6) 8 inches x 10 inches samples of lining material(s) and six (6) samples of field seams. The field seam samples shall be fabricated by the Contractor using the same materials, equipment and procedures for the lining. Samples shall measure 12 inches plus seam width in width and 18 inches in length. The samples shall be numbered and dated. 3.2.5 Manufacturer's Warranty The lining Manufacturer shall furnish a written lining material warranty as described in GRI GM13. The warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet or other normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation of said material. It shall not cover damage due to vandalism, acts of animals or unusual acts of God. 3.2.6 Contractor's Warranty The Contractor shall fumish a written guarantee that the entire lining work constructed by him to be free of defects in material and workmanship and installed pursuant to the SLQCP for a period of two (2) years following the date of acceptance of the work by the Geotechnical Professional. During the 23rd month, a pre -guarantee expiration inspection will be conducted to identify any necessary repair work covered by the guarantee. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship in the Work which become evident within said guarantee period. The Contractor shall make repairs and/or replacements promptly, the Owner may do so, and the Contractor shall be liable to the Owner for the cost of such repairs and/or replacements. 3.3 Quality Assurance Prior to start of work, the lining Manufacturer and the Contractor, each, shall submit for approval by the Geotechnical Professional documented evidence of its ability and West Texas Region Disposal Facility 10-12 Soil and Liner Quality Control Plan i capacity to perform this Work. Each shall have successfully manufactured and/or �* installed a minimum of two (2) million square feet of similar lining material in solid waste 4., x containment structures. The Contractor can meet these criteria by teaming with a subcontractor who is identified in the bid along with the firm's experience. The Contractor shall submit the name and qualifications of its project superintendent that will be on the project whenever lining materials are being handled/installed plus the names and qualifications of senior installation personnel on the project. The Quality Control Plan(s) to be implemented for the Work by the lining Manufacturer and the Contractor shall be in accordance with applicable paragraphs of the SLQCP. The Manufacturer shall provide on -site technical supervision and assistance at all times during installation of the lining system. The Manufacturer and Contractor, as applicable to each, shall submit for approval by the Geotechnical Professional written certification that the lining system was installed in accordance with the Manufacturer's recommendation, the SLQCP, project specifications and drawings, and approved submittals. The Geotechnical Professional will initiate a pre -installation meeting with the Manufacturer and Contractor prior to installation of the lining system. Topics for review/discussion shall include, as a minimum, project plans and specifications, approved submittals, training and qualification procedures for Contractor personnel, and demonstration of making a field welded Seam(s) including peel and shear tests. Prior to installation of the lining system, the Contractor shall instruct the workmen of the hazards of installation, such as handling sheets of lining material in high winds; use of equipment; application of solvents, adhesives and caulks; and walking on lining surfaces. Work gloves, safety glasses, hard hats, and smooth -soled shoes are minimum safety wear requirements when working on the FML. Safety shoes must be wom when handling heavy objects. The Geotechnical Professional shall have authority to order an immediate stoppage of work because of improper installation procedures, safety infractions, or for any reason which may result in a defective liner. 3.4 Delivery, Storage and Handling The Contractor shall submit for approval by the Geotechnical Professional a method(s) for handling and storage of lining material(s) which have been delivered to the project site. These materials shall be stored in accordance with the Manufacturer's recommendation. Lining materials delivered to the site shall be inspected for damage, unloaded, and stored with a minimum of handling. Materials shall not be stored directly, on the ground. The storage area shall be such that all materials are protected from mud, soil, dirt and debris. The stacking of lining shall not be higher than two rolls. West Texas Region Disposal Facility 10-13 r Soil and Liner Quality Control Plan Under no circumstances shall the lining be subjected to materials, sandbags, equipment or other items being dragged across its surface. Nor shall workmen and others slide down slopes atop the lining. All scuffed surfaces resulting from abuse of any kind caused by the Contractor in performance of the Work shall be repaired at the Geotechnical Professional's direction. The Contractor shall be completely responsible for shipping, storage, handling, and installation of all lining materials incompliance with the SLQCP. 3.5 Products The High Density Polyethylene (HDPE) lining materials shall be new, first quality products designed and manufactured specifically for the purposes of the Work and shall have satisfactorily demonstrated by prior use to be suitable and durable for such purposes. r The flexible membrane shall be an unmodified HDPE containing no plasticizers, fillers, chemical additives, reclaimed polymers, or extenders. For ultraviolet resistance, the FML material shall contain not less than 2.0 percent carbon black as determined by ASTM D 1603. The only other compound ingredients to be added to the FML resin shall be anti- oxidants and heat stabilizers required for manufacturing. The FML shall be supplied as a single ply continuous sheet with no factory seams and in rolls with a minimum width of 15 FT. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams. The FML lining materials shall be as manufactured by GSE Lining Systems, Inc., Houston, Texas; Poly -America, Inc., Grand Prairie, Texas; National Seal Company, Galesburg, Illinois; or approved equal. The standard tests described in Table 3-1 will be performed on the FML material. West Texas Region Disposal Facility 10-14 Soil and Liner (duality Control Plan i._ TABLE 3-1 _F Standard Tests on HDPE FML Material Test Type of Test Standard Test Method Frequency of Testing Resin Melt Flow Index ASTM D 1238 per 100,000 fe and every resin lot Specific Gravity/Density ASTM D 1505 / D 792 per 100,000 fe and every resin lot Manufacturers Quality Control Thickness ASTM D 5199 (smooth) ASTM D 5994 (textured) per manufacturers quality control specifications Specific Gravity/Density ASTM D 1505 / D 792 per 100,000 fe and every resin lot Carbon Black Content ASTM D 1603 per 100,000 fe and every resin lot Carbon Black Dispersion ASTM D 5596 per 100,000 fe and every resin lot Tensile Properties ASTM D 638 Type IVA) per 100,000 ft2 and every resin lot Tear ASTM D 1004 per 100,000 ft2 and every resin lot Puncture ASTM D 4833 per 100,000 ft2 and every resin lot Conformance Testing by 3rd Party Independent Laboratory Thickness ASTM D 5199 (smooth) ASTM D 5994 (textured) per 100,000 ft2 and every resin lot Specific Gravity/Density ASTM D 1505 / D 792 per 100,000 ft2 and every resin lot Carbon Black Content ASTM D 1603 per 100,000 fe and every resin lot Carbon Black Dispersion ASTM D 5596 per 100,000 ft2 and every resin lot --- FTensile Properties ASTM D 638 Type IV(A) I per 100,000 ft2 and every resin lot Notes: A — NSF 54 modified with 2-inch initial gauge length assumed for elongation at break. !^� Extrusion resin used for fusion welding with extrudate to make field seams between FML sheets and for repairs shall be HDPE produced from and the same as the HDPE sheet resin. Physical properties shall be same as HDPE lining sheets. 3.6 Installation Procedures Prior to installation of the FML, a site inspection will be conducted by the Geotechnical w Professional and the Contractor to verify measurements, structures and surface conditions to support the FML. 7. , IV 1 The Contractor will provide written documentation to the Geotechnical Professional that surfaces to receive the FML have been inspected and are acceptable for installation of the lining. Before the work begins, the Contractor will inspect all lining materials for damage from transit. Materials that cannot be repaired will be rejected and removed from the work ` area and site. "* West Texas Region Disposal Facility 10-15 Soil and Liner Quality Control Plan During unwrapping of lining materials for use and placement, the Contractor will visually inspect all materials, particularly surfaces of lining sheets, for imperfections and faulty areas. All such defective places will be marked and repaired in accordance with approved methods. The FML will be installed as shown on the project plans and approved installation drawings. Placement of the FML will be done such that good fit, without bridging, is provided on all covers and grade changes. Excessive slack will be avoided to minimize rippling during the soil cover operation. Sheets of FML materials will be of such lengths and widths and will be placed in such a manner as to reduce field seaming to a minimum. The lining will be anchored in accordance with details shown on approved plans and drawings. The lining will be anchored and sealed to structures, pipes and other types of penetrations, (if any), in accordance with details shown on approved plans and drawings. All changes in approved installation drawings and procedures must be approved by the Geotechnical Professional. Extreme care will be taken during installation of the lining to be certain no damage is done to any part of the lining. Dragging of the FML material on the subgrade will be avoided. Smoking by installation personnel will be prohibited. All handling and installation procedures will be performed by workers wearing shoes with smooth soles. Shoes with soles that have patterns in relief shall be prohibited. No foot traffic will be allowed on the FML except with approved shoes. No vehicular traffic will be allowed on the lining. All motor driven equipment using fuel will have spark arrestors. No gasoline driven generators or cans of gas or solvent will be placed directly on the lining material. Under no circumstances will the lining be used as a work area to prepare patches or to store tools and supplies. If needed, a tarpaulin of approved material will be spread out as a work area. During installation, the Contractor will be responsible for protecting the lining against adverse effects of high winds such as uplift. Sand bags will be used as required to hold the lining material in position during installation. Sand bags will be sufficiently close-knit to preclude fines from working through the bottom, sides or seams. Paper bags, whether or not lined with plastic, will not be permitted. Burlap bags, if used, must be lined with plastic. Bags will contain not less than 40, nor more than 60 pounds of sand having 100 percent passing a number 8 screen and will be tied closed after filling, using only plastic ties. Bags that are split, tom, or otherwise losing their contents will be immediately removed from the work area and any spills immediately cleaned up. Metal or wire ties will not be used. During installation, water shall not be allowed to pond on the FML material. The contractor shall have available appropriate pumps to immediately remove ponding water. West Texas Region Disposal Facility 10-16 Soil and Liner Quality Control Plan a The FML material will not be installed under adverse climatic conditions, unless the Contractor can demonstrate that his installation techniques adequately compensate for such adverse conditions and quality of workmanship is not compromised. Adverse climatic conditions occur when the air temperature measured 6 inches above the FML �► surface is less than 320F and decreasing, or more than 90°F; when the relative humidity kj is more than 80 pe`rcent; when it is raining; or when there is frost on the ground; or during conditions of excessive winds. FML field seams will be lap seams as shown on approved plans and drawings. The lap seams will be formed by lapping the edges of FML sheets a minimum of 4 inches. The contact surfaces of the sheets will be wiped clean to remove dirt, dust, moisture, and other foreign materials. For fillet weld seams, bevel edge of FML and clean oxidation from surfaces to receive extrudate by disk grinding or equivalent not more than one hour before seaming. Lap seam intersections involving more than 3 thicknesses of lining material will be avoided, and all seam intersections will be offset at least 2 FT. No horizontal field seams will be allowed on the slope and sheets of lining material on the slopes will extend down slope out onto bottom a minimum of 5 FT from toe of slope. Field seams between sheets of FML material will be made using approved fusion welding systems, equipment and techniques. Approved fusion welding systems include fillet weld using extrudate, lap weld using extrudate, and lap weld using single or double wedge welder. If the wedge welder is used, excess free edge of the seam (wider than three -inches) of the top sheet will be removed without affecting the integrity of the seam. Any necessary repairs to the FML will be made with the lining material itself, using approved fusion welding systems, equipment and techniques. The patch size will be 4 inches larger in all directions than the area to be patched. All comers of the patch will be rounded with a 1 inch minimum radius. All seams and seals of the FML will be tightly bonded on completion of the work. Any lining surface showing injury due to scuffing or penetration by foreign objects or showing distress will be replaced or repaired as directed by the Geotechnical Professional. Cleanup within the work area will be an ongoing responsibility of the Contractor. Particular care will be taken to insure that no trash, tools, and other unwanted materials are trapped beneath the lining. Care will be taken to insure that all scraps of lining material are removed from the work area prior to completion of the installation. 3.7 Field Quality Control Inspection and testing will involve the full time observation of the installation of the FML, including the making and testing of lining seams and patches and periodic measurement of the liner material thickness to insure compliance. Field thickness +A West Texas Region Disposal Facility 10-17 Soil and Liner Quality Control Plan measurements must be taken for each panel before it is seamed. The material thickness shall be checked using a micrometer at a minimum frequency of one _ measurement per five feet along the leading edge of each panel with a minimum of five measurements along the leading edge of the panel. No single measurement shall be less than 10 percent below the required nominal thickness in order for the panel to be accepted. In addition, the average of all measurements along the edge must be at least 60 mils. Test seams will be made to verify that adequate conditions exist for field seaming to proceed. Each seamer will produce a test seam at the beginning of each shift to determine the peel and tensile strength of the seam. The Geotechnical Professional may require a sample field seam be made at any time during seaming production to verify equipment/operator performance and seam integrity. In addition, if a seaming operation has been suspended for more than 1/2 hour or if a breakdown of the seaming equipment occurs, a test seam will be produced prior to resumption of seaming operations. The trial weld sample must be a minimum of three feet long and one foot wide, with the seam centered lengthwise. The Geotechnical Professional must observe all trial welding operations, quantitatively test each trial weld for peel and shear, and record the results. A minimum of two peel and two shear tests will be performed per trial seam. Double wedge weld trial seams shall have a minimum of four peel tests performed. The trial weld shall be completed under the same conditions for which the panels will be welded. The trial weld must meet the requirements for peel and shear as stated in the following paragraph and the break must be ductile or a film tearing bond (FTB) for a wedge weld or extrusion weld. During the field seaming operation, destructive samples will be removed from field seams by the Contractor at locations selected by the Geotechnical Professional. Repairs to the field seams will be made in accordance with repair procedures specified in this SLQCP. The samples will have a width of 12 inches plus the seam width and _ length of 42 to 48 inches. A minimum of one stratified sample per 500 feet of field seam will be made. All field seams will have a film tear bond in peel and shear and a minimum pound per inch width seam strength in shear when tested as specified in this _ SLQCP. At the very least, the peel adhesion and bonded shear strength must be 62% and 95%, respectively, of the strength of the parent material, but no less than 78 ppi and 120 ppi, respectively. A sufficient amount of the seam must be removed in order to conduct field testing, independent laboratory testing, and archiving of enough material in order to retest the seam when necessary. The archived material will be kept at the independent laboratory. Field testing shall include at least two peel tests per sample (four when possible for testing both tracks on dual -track fusion welded seams). Independent laboratory testing shall consist of five shear tests and five peel tests per sample (ten when possible for both tracks of dual -track fusion welded seams). Destructive seam -testing locations shall be cap -stripped and the cap completely seamed by extrusion welding to the FML. Capped sections shall be non-destructively tested. Additional destructive test samples may be taken if deemed necessary by the - Geotechnical Professional or his representative. West Texas Region Disposal Facility 10-18 Soil and Liner Quality Control Plan All field-tested samples from a destructive -test location must be passing in both shear and peel for the seam to be considered as passing. The independent laboratory testing must confirm these field results. The passing criterion for independent laboratory testing is that four of five samples must pass in shear and four of five must pass in peel (four of five samples from each dual track fusion welded seam, when possible to test each seam, must be passing) before the seam is considered as passing. Sample testing will be conducted by an independent testing agency paid for by the Owner. The independent testing agency will save all test samples including specimens tested until notified by the Geotechnical Professional relative to their disposal. All specimens which have failed under test will be shipped immediately by express delivery to the Geotechnical Professional for determination of corrective measures to be taken, which includes retest or repair of failed section. For destructive samples which have failed the passing criterion, the Contractor will reconstruct all the field seams between any two previous passed seam locations which include the failed seam or will go on both sides of the failed seam location (10 feet minimum), take another sample each side and test both. If both pass, the Contractor will reconstruct the field seam between the two locations. If either fails, the Contractor will repeat the process of taking samples for test. In all cases, acceptable field seams must be bounded by two passed test locations. The decision of the Geotechnical Professional will be final. In the event capping of a field seam is required, the Contractor will use a cover strip of the same thickness as the lining (and from the same roll, if available) and of 8 inches minimum width. It will be positioned over the center of the field seam and welded to the lining using a fillet weld each side. All FML sheets, seams, anchors, seals, and repairs will be visually inspected by the Contractor for defects. In addition, all seams and repairs will be further checked by a metal probe. Depending on seam welding equipment used, all seams and repairs will be tested by a vacuum testing device, a spark testing device and/or air pressure. A visual inspection of the lining sheets, seams, anchors and seals will be made by the Contractor as the installation progresses and again on completion of the installation. Defective and questionable areas will be clearly marked and repaired. Final approval of repairs will be given by the Geotechnical Professional. w. The Contractor will run a metal probe, such as a dull -pointed ice pick, along the length of all seams and repairs to insure that the seam is continuous and absent of leak paths. F Defects will be clearly marked and repaired. If the fillet weld, extrusion lap weld or single hot -wedge fusion lap weld is used to weld seams, the Contractor will further test all seams and repairs in the FML by vacuum box. All vacuum box testing will be done in the presence of the Geotechnical Professional. "^ The area to be tested will be cleaned of all dust, debris, dirt and other foreign matter. A r soap solution will be applied to the test area with a paint roller and the vacuum of 3 psi West Texas Region Disposal Facility 10-19 Soil and Liner Quality Control Plan air pressure will be induced and held at least ten seconds to mark for repair any suspicious areas as evidenced by bubbles in the soap solution. If the fillet weld is used to weld seams, the Contractor will further test all seams and repairs in the FML by using a high voltage spark detector if vacuum box or air pressure methods cannot be performed. The setting of the detector will be 20,000 volts. In order to conduct this test, all seams to be tested will be provided with not less than gauge 24- 30 copper wires properly embedded in the seams and grounded. All spark testing will be done in the presence of the Geotechnical Professional. All defective areas will be marked for repair. If the double hot -wedge is used, the Contractor will further test all seams in the FML by using the air pressure test which consists of inserting a. needle with gauge in the air space between welds. Air will be pumped into space to 30 psi and held for 5 minutes. If pressure does not drop more than 4 psi, then the seam is acceptable. All costs of retesting of the FML including reruns of field weld tests and all repairs will, be at the Contractor's expense. The Contractor will retain responsibility for the integrity of the FML system until acceptance by the Geotechnical Professional. The FML will be accepted by the Geotechnical Professional when: a) Written certification letters including "as built" drawings, have been received by the Geotechnical Professional. b) Installation is completed. c) Documentation of completed installation, including all reports, is complete. d) Verification of adequacy of field seams and repairs, including associated testing, is complete. Acceptance of the completed work will include receipt of all submittals and all work completed to the satisfaction of the Geotechnical Professional. West Texas Region Disposal Facility 10-20 Soil and Liner Quality Control Plan 4.0 LEACHATE COLLECTION SYSTEM 4.1 Granular Drainage Media A leachate collection system (LCS) will be placed above the Flexible Membrane Liner. In the floor area, the LCS will consist of a heat bonded HDPE geonet/geotextile drainage composite (geocomposite) on the floor and sidewalls with granular (gravel) embedded leachate collection pipes in the sump and pipe trench areas. The leachate collection pipes will consist of six inch diameter pipe with 3/8 inch diameter holes on six inch centers. To avoid piping losses into the collection pipes, the granular drainage layer shall consist of rounded, river -run gravel meeting the requirements of ASTM C-33 for coarse .aggregate. Crushed material will not be acceptable. The gravel should meet the gradation requirements of Size No. 6 (Nominal size 3/4 inch to 3/8 inch) or coarser. The maximum gravel size shall not exceed two -inches. The required thickness of drainage materials will be verified by survey methods on an established grid system with not less than one verification point per 5,000 square feet of surface area. The gravel will have *a permeability of 1 x 10-2 cm/sec and the percent calcium carbonate by weight shall not exceed 15 percent. A minimum 8-ounce non -woven geotextile will be placed around the gravel drainage components to prevent intrusion of fines. All geotextile materials will be hand placed. 4.2 Geocomposite Drainage Materials ,. The geocomposite will be formed of two nonwoven geotextiles heat bonded to a geonet core. The geotextile on both sides of the geonet will be a minimum 8-ounce non -woven material meeting the standard test requirements in Table 4-1. The protective cover will be carefully spread on top of the geocomposite to avoid damage to the liner system. 4.3 Leachate Chimneys "Leachate chimneys" will be installed through the protective cover to allow a direct hydraulic conduit between the lowest waste layers and the LCS. A minimum 8-ounce geotextile will completely encase the pipe embedment gravel layer with a full -width geotextile overlap where the chimney daylights through the protective cover. The geotextile overlap will be covered by a minimum six-inch thick layer of the granular material used as the pipe embedment. "" 4.4 Drainage Layer Placement All drainage layer materials will be placed in small segments starting from the perimeter, followed by the upper geotextile and protective cover. This operation should continue across the lined area. Placement of granular drainage materials over FML's will generally not proceed at ambient temperatures below 320F or above 104°F, but should be conducted at the coolest part of the day to minimize the development of wrinkles or folding of the geosynthetic materials. A minimum of one foot of material is West Texas Region Disposal Facility 10-21 Soil and Liner Quality Control Plan required between low ground pressure dozers (i.e. track pressure less than 5 psi) and the geomembrane. Greater material thickness must be maintained above the geomembrane to support heavier spreading equipment and hauling vehicles. In such cases, a minimum of 2 feet of drainage material thickness will be used unless otherwise specified in the design. The placement of the LCS will be controlled to avoid damage to the liner; however, the drainage layer does not need to be density controlled. Granular drainage materials will be selected to meet the specifications described above. At least one set of pre -construction tests will be conducted for each drainage media from each proposed source. Gravel and sand sources will include a complete grain -size analysis, including Minus No. 200 Sieve, by ASTM D 422. Hydraulic conductivity may be correlated from the grain -size distribution to determine the gravel's or sand's suitability. Granular drainage materials selected for use will be tested at regular intervals for conformance during construction. Minimum testing frequency will be one grain -size analysis for every 3,000 cubic yards, or portion thereof, for each material being used. The geotextile materials will include a 8-ounce fabric around the leachate chimneys and a minimum 8-ounce nonwoven fabric on both sides of the geonet forming the geocomposite layer. The following tests described in Table 4-1 will be required on the geotextile materials. The geotextile will be bonded on both sides of the geonet. Geonets will tested as described in Table 4-2. West Texas Region Disposal Facility 10-22 Soil and Liner Quality Control Plan TABLE 4-1 Standard Tests on Geotextile Materials Test Type of Test Standard Test Method Frequency of Testing Manufacturer's Fabric Weight ASTM D3776 per 00,000 ft2 Thickness ASTM D5199 per 100,000 ft2 Grab Tensile Strength (%)(MD/CD)' ASTM D5034/5035 per 100,000 ft2 Grab Elongation (%)(MD/CD)' ASTM D503415035 per 100,000 ft2 Puncture Resistance ASTM D4833 per 100,000 ft2 Permeability ASTM D4491 per 100,000 ft2 Conformance Testing by 3rd Party Independent Laboratory Thickness ASTM D5199 per 100,000 ft2 Fabric Weight ASTM D3776 per 100,000 ft2 Grab Tensile Strength ASTM D5034/5035 per 100,000 ft2 Grab Elongation ASTM D5034/5035 per 100,000 ft2 Puncture Resistance ASTM D4833 per 100,000 ft2 Permeability ASTM D 4491 per 100,000 ft2 1. MD/CD = MD - Machine Direction/CD - Cross Direction a 0 !!'* West Texas Region Disposal Facility 10-23 Soil and Liner Quality Control Plan TABLE 4-2 Standard Tests on Geocomposite Material Test Type of Test Standard Test Method Frequency of Testing Resin Melt Flow Index AS D 1238 per 100,000 ft2 and every resin lot Specific Gravity/Density ASTM D 1505 per 100,000 ft2 and every resin lot Manufacturer's Quality Control Thickness ASTM D 5199 per manufacturer's quality control specifications Mass per Unit Area ASTM D 3776 (Option C) per 100,000 ft2 and every resin lot Polyethylene Content -- per 100,000 ft2 and every resin lot Density (black resin) ASTM D 1505 per 100,000 ft2 and every resin lot Carbon Black Content ASTM D 1603 per 100,000 ft2 and every resin lot Tensile Strength ASTM D 5034/5035 per 100,000 fe and every resin lot Ply Adhesion ASTM D 413 per 100,000 ft2 and every resin lot Transmissivity ASTM D 4716 per 100,000 ft2 and every resin lot Conformance Testing by 3rd Party Independent Laboratory Thickness ASTM D 5199 per 100,000 ft2 and every resin lot Mass per unit area ASTM D 3776 per 100,000 ft2 and every resin lot Carbon black content ASTM D 1603 per 100,000 ft2 and every resin lot Tensile Strength ASTM D 5034/5035 per 100,000 ft2 and every resin lot Ply Adhesion ASTM D 413 per 100,000 ft2 and every resin lot Transmissivity ASTM D 4716 per 100,000 a and every resin lot NOTE: Geotextiles shall be tested in accordance with Table 4.1. West Texas Region Disposal Facility 10-24 Soil and Liner Quality Control Plan 5.0 PROTECTIVE COVER 5.1 General This section covers the work necessary for construction of the protective cover system over the LCS. Two protective cover systems are proposed for use at the landfill. One system uses available soil on -site as the cover material. This system is described in Section 5.2. The other system uses on -site soil material for the lower 12-inches and tire chips in the upper 12-inches. The alternative system of soil/tire chips is described in Section 5.3. 5.2 Protective Cover Soil A minimum 2-foot thick protective cover will be placed above the LCS. The protective cover may use on site soils in combination with the chimneys described in Section 4.3. The maximum gravel size shall not exceed two inches. Pre -construction and conformance testing for the protective cover soils will include maximum size gradation with a minimum conformance testing frequency of one grain -size analysis (ASTM D422) per 5,000 cubic yards (or fraction thereof) of in -place material. Protective cover does not require compaction control; however, it should be stable for construction and disposal traffic. Care will be exercised in placement so as not to shift, wrinkle or damage the underlying geosynthetic layers, and the placement methods will be documented. Protective cover will be placed such that the top surface, while spreading, is at least 2 ft. above the geosynthetic layers at all times, unless low ground pressure dozers are used (i.e. track pressure less than 5_p }, in which case at least one foot should be maintained between the dozer an the geosynthetics. A greater thickness will be maintained to support loaded hauling trucks and trailers and for turning areas. Drivers will proceed with caution when on the overlying soil and prevent spinning of tires or sharp turns. Protective cover will generally be laced in an u sloe direction for sidewalls as Ion 9 Y P up -slope 9 as the same material is being used. Where the top few feet of sidewall (typically less �. than 5 feet vertically) is to be protected by a different soil type, such as clay for tying in the final cover soil liner, this material may be placed from the top, If adequate care is taken to protect the synthetic liner components. The required thickness of protective cover will be verified by survey methods on an established grid system with not less than one verification point per 5,000 square feet of surface. r 5.3 Protective Cover Soil / Tire Chips �; As shown on Figure III.AT7.1.16, tire chips may be used to construct the protective cover's upper 12-inch thick layer. The tire chips are to be placed on top of a soil layer that is a minimum 12-inches in thickness. The onsite soil layer is necessary to prevent direct contact between the HDPE geomembrane and the tire chips. West Texas Region Disposal Facility 10-25 Soil and Liner Quality Control Plan t Tire chips must be inspected prior to installation for verification that the following criteria is met: a) Nominal tire chip size of two to four inches; b) Tire chips are free of organic material, angular rock, or deleterious materials; c) Steel wire protruding from tire chip is not excessive and does not extend 3-inches beyond edge of tire chip. _ Prior to placement of tire chips, the lower 12-inch thick layer of soil will be tested and verified using the procedure outlined in Section 5.2 of this SLQCP. Any areas that do not meet the required 12-inch thickness shall receive additional soil material and the new thickness verified by additional survey for minimum requirements. Upon verification that the lower soil level is at the required thickness, placement of tire chips may begin. Tire chips will be placed using similar equipment employed with the soil cover placement operation. Tire chips will be spread over the required area to a minimum thickness of 12-inches. Care must be taken at all times to avoid direct contact between the tire chips and geomembrane. Following placement of tire chips, the area will be surveyed for thickness verification. A minimum of one measured survey point per 5,000 ft2 of constructed surface area will be taken. The surveyed locations will coincide with the locations surveyed to verify lower soil layer thickness. Any locations that are not at the required thickness will receive additional tire chips until the proper thickness is obtained and verified by field survey. The results of the survey will be included in the Flexible Membrane Liner Evaluation Report (FMLER). West Texas Region Disposal Facility 10-26 Soil and Liner Quality Control Plan F elk e a w 6.0 MARKING AND IDENTIFYING OF EVALUATED AREAS Red markers will be placed so that all areas for which Soil and Liner Evaluation Report (SLER) and Flexible Membrane Liner Evaluation Report (FMLER) have been submitted and approved by the TNRCC are readily identifiable. Such markers are to provide site workers immediate knowledge of the extent of approved disposal areas. Red markers will be steel or wooden posts and will extend at least six feet above ground level. Markers will not be obscured by vegetation and will be placed so that they are not destroyed during operations. Sufficient intermediate markers will be installed to show the required boundary. Lost markers will be promptly replaced. Limits of the evaluated area will be referenced to the site grid system. Markers will not be placed inside the evaluated area. West Texas Region Disposal Facility 10-27 Soil and Liner Quality Control Plan 7.0 SLER, FMLER AND CONSTRUCTION DOCUMENTATION Upon completion of all required liner construction and evaluation, the Geotechnical Professional will prepare and submit both the Soil Liner Evaluation Report (SLER) and Flexible Membrane Liner Evaluation Report (FMLER) to the Commission for -review and approval. These will be submitted along with a construction documentation report. Multiple submittals of the reports or documentation during the project may be made, if they may facilitate review of the project by the TNRCC. The SLER and FMLER will be signed and sealed by the Geotechnical Professional performing the evaluation and counter -signed by the site operator or his authorized representative. The construction documentation will contain a narrative describing the conduct of work and testing programs required by the SLQCP, "as -built" or record drawings, and appendices of field and laboratory data. Because the volume of data for these projects can be quite large, the documents may be subdivided for ease of review. The preferred document format will include the SLER, FMLER, narrative, as -built drawings, and summaries of test results in a single volume. The remaining appendices will be placed in accompanying volumes. SLER/FMLER submittals will include test documentation in a form as recommended in TNRCC technical guides. Specifically, the construction documentation report will contain or discuss the following information, at a minimum, for geomembrane liners: • Roll shipment and receipt information • Manufacturer's quality control certificates and results • Storage and handling information • Conformance test sampling and test results • Seamers' names and resume of experience and qualifications • Subgrade acceptance • Anchor trench preparation and backfilling • Panel deployment, identification and placement • Panel wrinkling, fishmouthing, and manufacturer's creases • Seam preparation, orientation and identification • Weather and ambient/sheet temperatures • Equipment placed or operated on geomembrane • 100 percent visual inspection for defects, damage, etc. • Trial seam tests for each combination of seaming equipment and personnel • Seaming methods, times, temperature, equipment shutdowns and startups • Continuous 100 percent non-destructive seam testing, methods, criteria and results • Destructive testing methods, criteria and results • Repairs, including preparation and procedures, failure delineation, patch size and shape, and retesting • Material properties and placement of drainage materials and protective covers West Texas Region Disposal Facility 10-28 Soil and Liner Quality Control Plan I The report will also include pertinent record drawings including: • Sectorized fill layout plan, • Location of the subject trench or cell with SLERIFIVILER markers, 9 Previous filled and active areas, • As -built panel layout drawings, showing location of destructive test samples, patches and repairs, and 9 As -built drawings showing elevations of protective cover to confirm its thickness. West Texas Region Disposal Facility 10-29 Soil land Liner Quality Control Plan PART III ON APPENDIX 7 LEACHATE COLLECTION LAYER DESIGN GOECOMPOSITE TRANSMISSIVITY DEMONSTRATION 04 k _r WEST TEXAS REGION DISPOSAL FACILITY CITY OF LUBBOCK LANDFILL PERMIT APPLICATION Wit. o F rF q *.......... t CHARLES W. FIEDLER ,0•.9 62247 �: Q sC/ TEPX NAl Leachate Collection Layer Design The design goal of the leachate collection layer is to limit hydraulic head on the liner to less than one one -hundredth foot (0.01-feet) under reasonable, worst case conditions. As presented in Attachment 15 on pages 30-31 of the February, 1996 Permit Application, an estimate of the hydraulic' head above the liner system may be made using the Giroud equation, an improved version of the "EPA 1983 Equation" (or "Moore's Equation"). The equation site -specific geometric variables are restated below. h. L f 4C + tang a- tan a 7 2 cos a J Where: hrrrax depth of leachate on the liner L length of longest leachate flow path to an interceptor (header) = 300 feet = length of longest leachate flow path on sideslope = 240 feet C = e/K, the impingement rate on the liner in inches per day (0.00024 in/day) divided by the hydraulic conductivity of the drainage layer material; 0.009 and 0.0007 cm/sec for bottom and sidewall geocomposites, respectively. a = angle of inclination in degrees; 1.146' for 2% slope, 18.26° for 33% slope. In the equation, tana and cosa can be replaced with 0.02 and 1.0 for the 2% slope and 0.33 and 0.95 for the 33% slope, respectively. The impingement rate, "e", of 0.00024 in/day is taken from Figure III.Att15.7, the HELP v3.01 model predicting the greatest daily impingement to the liner system. Apparent hydraulic conductivity of the proposed geocomposite was selected to achieve a head of less than one foot including recommended design reduction factors as described by Koerner (Designing with Geosynthetics, 3rd Ed., pp., 249-252) and TNRCC (Leachate Collection System Handbook, October 1993, pg. 7). The general form of the Reduction Factor equation and selected factor values are provided below. RF = RF,. X RF. x RF. x RF, Where: RFirr = elastic deformation or intrusion of geotextile into channel, 1.5-2.0 1.8 . RF,,r = creep deformation of geonet/geotextile into channel, 1.4-2.0 1.6 RFcc = chemical clogging/precipitation, 1.5-2.0 1.7 RFbc = biological clogging, 1.5-2.0 1.7 ;RF = 8.3232 ,NARLES W. FIEDLER ................... .a'.9 52247 p z-/e- 99 An additional Safety Factor (SF) of 10 was applied to the required transmissivity calculated. �a Utilizing this head equation, the depth of leachate on the liner is calculated to be approximately 0.0094 feet (0.113 inches). The head on the sideslope is calculated to be �r 0.0092 feet (0.110 inches). t Geocomposite Design To achieve the designed hydraulic capacity of the geocomposite, the relationship of Ow design hydraulic conductivity, Kd., to geocomposite thickness, t, and geocomposite p.� transmissivity, I must be considered. .' Kdm = (P t Where: Kdes = design hydraulic conductivity (LIT) y 1 = transmissivity (L2/T) t = geocomposite thickness (T) k ; Assuming a Kd, of 0.009 and 0.0007 cm/sec combined with an assumed geocomposite thickness of 0.5 cm and 0.3 cm for the floor and sideslope materials respectively, the ;y required transmissivity can be calculated as: Kd.xtxERFxSF Therefore, the required bottom geocomposite requires 1 of: ^* (0.009 cm/sec)(0.5 cm)(8.32)(10)(m/100cm)2 = 3.7x10-5 m2/sec and the required sidewall geocomposite requires 1 of: (0.0007 cm/sec)(0.3 cm)(8.32)(10)(m/100cm)2 = 1.7x10-6 m2/sec 'tS O F CH1lR* W. FIEDLER 52247 Sg At. �N eM Ri� HEAD ABOVE THE LINER GIROUD'S EQUATION ' 4C + tan 2 a h. L —tan a �= 1 J2 cos a Scenario L e K So C head (ft) (in/day) (cm/sec) (ft/ft) (in) (ft) Floor 240 0.00024 0.009 0.02 0.00000078 0.1127 0.0094 Sideslope 300 0.00024 0.0007 0.33 0.00001008 0.1099 1 0,0092 WHERE: L=length of longest leachate flow path to an interceptor I =angle of inclination of liner system = transmissivitylthickness K=hydraulic conductivity So=slope of liner system fy C=elK, impingement rate on liner in inches per day divided by the hydraulic ). conductivity of the drainage layer. ImnlnPement w , Figure I1LA'IT15.7, HELP v3.01 indicates that greatest daily impingement will be 0.00024 in/day Floor Geometry Longest flow distance across the floor, from crest to invert is approximately 300-feet at 2 percent Sidewall Geometry Longest flow distance down sideslopes is approximately 240-feet at 33 percent Geocomp2dte Designed by function to provide a maximum head of .01-foot e; ' Reduction Factors Described by Koerner (1994) YRF=RFo XRFQ XRFQ XRF, Value Where RFj. = elastic deformation or intrusion of geotextile into channel, 1.5-2.0 1.8 a*e Where RFQ = creep deformation of geonet/geotextile into channel, 1.4-2.0 1.6 t; Where RFQ = chemical clogging precipitation, 1.5-2.0 1.7 Where RFk = biological clogging, 1.5-2.0 1.7 8.3232 F Required Transmissivity K = 1 = transmissivity t = geocomposite thickness e O F Hydraulic Conductivity, K (cm/sec) =1 0.009 jFloor 0.0007 Sideslope y� *� •ik CHARLES W. FIEDLER Assumed composite thickness (cm) 0.5 Floor 0.3 Sideslope f " Required transmissivity (m2lsec) = 4.5E-07 Floor 2.IE-08 Sideslope -� ':9 52247 �4:Z� • tt,Q L. �OQ/STEQ;.•\��c. Ali After Reduction I 3.745E-06 lFloor I 1.748E-07 ISideslope Order of Magnitude SF 3.7E-05 Floor 1.7E-06 Sideslop 2-19-yd �.d