Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2007-R0555 - Contract - LD Kemp Excavating Inc.- West Texas Regional Disposal Facility Cell 3 - 12_06_2007 (3)
Resolution No. 2007-RO555 December 6, 2007 Item No, 5.17 RESOLUTION IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock and L.D. Kemp Excavating, Inc., of Fort Worth, Texas, for excavation in connection with West Texas Regional Disposal Facility Cell 3 Development Phase 1 per ITB #07-731- DD, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 6th day of December , 2007. 00, DAVID A. MILLER, MAYOR 1 ATTEST: Reb ca Garza, City Secretary AS TO CONTENT: Loomis int City Manager/Transportation and Public Works APPROVED I andiver, Attorney Mres/KempExcavatingConO Res November 21, 2007 No Text City of Lubbock PUBLIC WORKS CONTRACTING OFFICE -- ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us ITB# 07-731-DD, Addendum # I ADDENDUM # 1 ITB # 07-731-DD West Texas Region Disposal Facility Cell 3 Development Phase 1 DATE ISSUED: November 6, 2007 CLOSE DATE: November 15, 2007 @ 8:00 A.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In the SPECIFICATIONS: Section 01019 (CONTRACT CONSIDERATIONS); Part I - General; 1.3 Project Duration, Item B, CHANGE to read as follows: Substantial Completion - Work associated with the project shall be substantially complete within 150 days of Notice - to - Proceed for the liner system. 2. Bidder's attention is invited to the ADDED Engineer's Addendum # 1, ATTACHED. 3. See ADDED drawing C-6.0, Cell 3 Composite Liner and Leachate Collection System for details of the electrical wiring ATTACHED. 4. Bidder's must submit the REVISED PROPOSAL SUBMITTAL FORM, attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss(cc-,mvlubbock.us. THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer ITB# 07-73I-DDadI SPECIFICATIONS DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Building Wire and Cable 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16190 Supporting Devices 16195 Electrical Identification OF rfk�`r1i1 r TROY D. SWINNEY 0' .............................:...� 80058 �CENSF O�w Il;i O;`L`�� 01448006 DESIGN PROFESSIONAL RESPONSIBILITY TDS - 1 10/07 ADDENDUM NO. 1 SECTION 02665 PIPING, VALVES AND MISCELLANEOUS ITEMS PART 1-GENERAL 1.1 WORK INCLUDED This section of the specifications covers all leachate discharge piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings, and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions 1.3 SUBMITTALS Submit all manufacturers' data for all pipes, valves and fittings including all pipe thickness class calculations. PART 2 - MATERIALS 2.1 PIPE A. HDPE Pipe: All buried leachate piping should be HDPE (PE 3408). 1. An approved pipe is Driscoplex 6400 by Performance Pipe, or approved equal. Pipe shall match IPS dimensions. 2. HDPE shall be DR 11. 3. Minimum cell classification number of 3454646 per ASTM D3350-01. 4. Pipe shall be supplied in roll form (where possible) to minimize joints in the line. B. PVC Pipe: All exposed leachate piping should be Schedule 80 PVC. 1. PVC Schedule 80 pipe shall be manufactured from Type 1, Grade 1 Polyvinyl Chloride (PVC) compound with a cell classification of 12454 per ASTM D1785. 2. PVC pipe shall be marked with the manufacturer's name, nominal pipe size, material designation code and pressure rating. 3. Pipe shall match IPS dimensions. C. Flexible Hose 1. Acceptable product is Kanaflex 390 SD BK, or approved equal. 2. Hose shall be acceptable for conveying landfill leachate. 3. Hose shall have a minimum working pressure at 72°F of 90 psi. 01448006 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 1 11 /07 ADDENDUM NO. 1 2.2 PIPE FITTINGS General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. A. Fittings HDPE and PVC fittings shall be sized to meet IPS requirements. HDPE fittings shall be Butt - fused where possible. Flanged fittings shall be used where shown on plans. PVC fittings shall be solvent weld or flanged where shown on plans. Contractor is responsible for providing fittings for transition from valves, pumping units, etc. 2.3 PIPE INSULATION A. Acceptable product is TechLite 379 pipe insulation, or approved equal. B. Insulation shall be approved for outside use. 2.4 VALVES AND MISCELLANEOUS ITEMS A. Valves for Leachate System 1. General: All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. 2. PVC Ball Valves: a. Provide true union ball valves (Sch 80 PVC) where shown on plans. Ball valve shall be capable of servicing 150 psi at 73' F. b. Provide EPDM "O" rings. C. Valve shall have two-way blocking capability. d. Include flanged connections. e. Include Teflon seats. f. Acceptable manufacturer is ASAHI/America or approved equal. 3. Sewage Combination Air Valves. a. A.R.I. Combination Air Valve D-025,T,2 for sewage, or approved equal. b. Valve size is 2-inch. Valve shall be threaded. C. Material schedule as follows: 1) Body — stainless steel SAE 316. 2) Inner Parts — Stainless Steel SAE 316. PART 3 - EXECUTION 3.1 GENERAL All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION The pipe, fittings, valves and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 01448006 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 2 11/07 ADDENDUM NO. 1 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines shown on the plans or as established on the ground by the Engineer. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 01448006 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 3 11/07 ADDENDUM NO. 1 3.8 LAYING AND JOINTING HDPE PIPE A. General - Unless otherwise directed, pipe shall be laid in a manner to minimize welds. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Flanged joints shall be used where shown on the plans. Welded joints shall be installed in accordance with the manufacturer's specifications. Defective welds shall be repaired as directed by the Engineer. B. "Snake" line in trench as recommended by manufacturer to allow for expansion and contraction in varying temperature. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed and backfilled with gravel and densified native material as shown on the drawings. 3.10 EXCAVATION AND TRENCHING The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be eighteen to twenty-four (18" - 24") inches unless otherwise specifically shown on the drawings. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. 01448006 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 4 11/07 ADDENDUM NO. 1 Wherever necessary to prevent caving, the trench shall be adequately supported. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. All excavated material shall be piled in a manner that will not endanger the work or existing -- structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, by spreading in a thin layer on Owner's property adjacent to the trench. - There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. a 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than 2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 6-inches in thickness and compacted by tamping to a density of not less than 85% of maximum density at optimum moisture as determined by ASTM D698. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. Where tamping is required, the material shall be placed in 6-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 85% of maximum density at optimum moisture as determined by ASTM D698. 01448006 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 5 11/07 ADDENDUM NO. 1 1_ y� 4 I .a 3.12 LINE TESTING (LEACHATE DISCHARGE PIPING) After the pipe is laid and the joints completed, each section or run of piping shall be tested as specified f herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as J follows: -. A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. _.. 1. HDPE Pipe a. Allow heat fusion joints to cure before pressure testing. b. Test medium shall beat the same temperature as the pipe. C. Test pressure in line shall be from I to 1'/z the design operating pressure at the lowest point in the system. d. Test shall be performed start to finish in 8 hours max. e. Completely fill the test section with water and bleed off trapped air. f. During the expansion phase, pressurize to test pressure and add water during each of the first 3 hours to return to the test pressure. g. Now reduce the pressure by 10 psi and conduct a one, two, or three hour test period and record the leakage. h. For a 4-inch or smaller line, the following leakage amounts are allowed. 1) 1 — hour testing .13 gal/100 ft of pipe. 2) 2 — hour testing .25 gal/100 ft of pipe. 3) 3 — hour testing .40 gal/100 ft of pipe. i. The Contractor shall coordinate this testing procedure with the manufacturer of the pipe used in the project. 01448006 11/07 END OF SECTION PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 6 ADDENDUM NO. I SECTION 16000 BASIC ELECTRICAL METHODS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: B. National Electrical Code (NEC) C. National Electrical Safety Code (NESC) D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. E. All temperature control wiring and associated conduit and boxes, shall be provided under other sections of the specifications. All power and control wiring, not identified under Division 15, shall be provided under Division 16. F. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical work required in the Contract Drawings. G. In the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. H. The contractor shall familiarize himself with the existing conditions of the site and advise the Engineer of any discrepancy or conflict prior to bidding. I. The contractor shall be responsible for all permits, fees, and licenses required for the project. All cost of such permits or fees shall be included in the bid. J. All equipment and material shall be installed in accordance with the applicable manufacturer=s recommendations and standards. K. Install sleeves, sealant pans, and roof penetrations as required for the installation of the electrical work. All such work is subject to the approval of the Architect. L. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this contract. M. This project will include the extension of primary electrical services to support the new service locations. As a part of the Contract, the Contractor shall coordinate with the utility company and determine the associated cost and shall include such costs as part of the bid. 1.3 SUBMITTALS A. The intent of this section is to give general submittal information, refer to specific submittal information in the subsequent mechanical sections. B. No prior approval will be given for Division 16 equipment. It shall be the responsibility of the Contractor to furnish submittals that meet the requirements of the specifications. Submittals 01448006 BASIC ELECTRICAL METHODS 16000 - 1 11 /07 ADDENDUM NO. 1 i i will be reviewed after selection of the successful Contractor. The responsibility of proving an _4 equal product shall be with the Contractor. C. Requirements for each submittal: 1. Bear a dated stamp or specific written indication that the Contractor has reviewed and approved all submittal prior to submission to Engineer. 2. Have all information deleted by Contractor that pertains to the means and methods of _ . construction or to fabrication, assembly, installation, or erection (approval by Engineer shall not extend to these areas unless specifically noted by Engineer). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 7 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. —1 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable the Engineer to review the proposed equipment. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. PART2-PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows: w, 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. 01448006 BASIC ELECTRICAL METHODS 16000 - 2 11/07 ADDENDUM NO. 1 1. E. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 2. Material more than 12" above pipes and conduits shall be sand indicated above or native - fill free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. B. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural and mechanical conditions and shall be adjusted to avoid conflict. C. The locations of electrical equipment is approximate and are not intended to convey the exact details and mounting of location of outlets, equipment and other items. Exact locations are to be field determined by actual measurements. D. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. E. Excavation for Pipe and Conduit 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. 01448006 BASIC ELECTRICAL METHODS 16000 - 3 11/07 ADDENDUM NO. 1 i i 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 1 12" of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 85 percent. -, 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 7. Protection a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. i b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1) Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil 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. 8. Disposal of Surplus and Waste Materials a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. F. It shall be the responsibility of the Contractor to ensure continued electrical service to all equipment and devices. Reroute circuits as required to provide continued electrical service to all equipment that remains operational. In addition, provide temporary electrical service during construction to support the phasing of the work. G. It shall be the responsibility of the Division 16 Contractor to provide power for all equipment, controls, dampers, etc for the proper operation of all equipment. Coordinate with mechanical drawings for locations and requirements. H. It shall be the responsibility of the Division 16 contractor to provide disconnects for all equipment to comply with the applicable provisions of the National Electrical Code. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. 01448006 BASIC ELECTRICAL METHODS 16000 - 4 11/07 ADDENDUM NO. 1 B. After the interior wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. After motor operation has been verified make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all transformers in the building as directed, or coordinate with the utility proper building voltage. D. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual specification sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the drawings is intended to establish a standard of quality of the product. It is the responsibility of the contractor to review all items he intends to submit. If equipment other than that indicated on drawings is proposed by the contractor, the information will be reviewed at the time of the submission of the submittal. END OF SECTION 16000 01448006 BASIC ELECTRICAL METHODS 16000 - 5 11 /07 ADDENDUM NO. 1 SECTION 16111 CONDUIT PART 1-GENERAL 1.1 SECTION INCLUDES A. Metal conduit. B. Flexible metal conduit. C. Liquidtight flexible metal conduit. D. Electrical metallic tubing. E. Fittings and conduit bodies. 1.2 RELATED SECTIONS A. Section 07270 - Fire Stopping. B. Section 16130 - Boxes. C. Section 16170 - Grounding and Bonding. D. Section 16190 - Supporting Devices. E. Section 16195 - Electrical Identification. 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.4 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 01448006 CONDUIT 16111 - 1 11/07 ADDENDUM NO. 1 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of ANSIWPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.9 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART2-PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Slab: Non metallic PVC conduit is acceptable within limitations specified. E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non metallic PVC conduit within limitations specified. F. MC Cable: Shall not be utilized on this project. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Galvanized Steel Conduit (RGS): ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 2.3 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultatite 2. Electri-flex 3. Substitutions: Under provisions of Section 01600. 01448006 11/07 CONDUIT 16111 - 2 ADDENDUM NO. 1 f B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations. 2.4 NON-METALLIC CONDUIT A. Description: NEMA TB2, Schedule 40 Conduit. Conduit shall be sunlight resistant. 2.5 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy 2. Robroy Industries 3. Substitutions: Under provisions of Section 01600. B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied with two layers of corrosion resistant tape. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match conduit. PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports H. Do not attach conduit to ceiling support wires. I. Arrange conduit to maintain headroom and present neat appearance. J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. N. Cut conduit square using saw or pipecutter; de -burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Q. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. Bend radii shall not be less than the minimum allowed by the National Electrical Code or as required to facilate pulling. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. 01448006 CONDUIT 16111 - 3 11/07 ADDENDUM NO. 1 S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond conduit under provisions of Section 16170. W. Identify conduit under provisions of Section 16195. X. Ducts shall be cleaned with an flexible mandrel assembly. Y. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. The transition from PVC to rigid steel shall occur below the slab. Z. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduit shall be concrete encased. AA. Minimum cover for underground conduits shall be 30 inches unless otherwise noted. 3.2 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements, using materials and methods under the provisions of Section 07270. B. Route conduit through roof openings for piping and ductwork or through suitable roof j ack with pitch pocket. Coordinate location with roofing installation. END OF SECTION 16111 01448006 CONDUIT 16111 - 4 11/07 ADDENDUM NO. 1 SECTION 16123 BUILDING WIRE AND CABLE PART 1- GENERAL 1.1 SECTION INCLUDES A. Building wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.3 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NECA Standard of Installation (National Electrical Contractors Association). C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). D. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.5 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 01448006 BUILDING WIRE AND CABLE 16123 - 1 11107 ADDENDUM NO. 1 1.8 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.9 FIELD SAMPLES A. Provide under provisions of Section 01400. 1.10 PROJECT CONDITIONS A. Section 01039 - Coordination and Meetings. B. Verify that field measurements are as indicated. C. Conductor sizes are based on copper. D. Wire and cable routing indicated is approximate unless dimensioned. 1.11 COORDINATION A. Coordinate Work under provisions of Section 01039. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART2-PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type indicated herein. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. Esco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 01448006 BUILDING WIRE AND CABLE 16123 - 2 11/07 ADDENDUM NO. 1 iff 3. Bumdy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. C. Spring Wire Connectors: -- 1. Ideal. 2. Substitutions: Refer to Section 01600 - Material and Equipment. D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify that interior of building has been protected from weather. C. Verify that mechanical work likely to damage wire and cable has been completed. D. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. Concealed Dry Interior Locations: Use only building wire, Type TRW or THHN/THWN insulation, in raceway. B. Exposed Dry Interior Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. C. Above Accessible Ceilings: Use only building wire, Type TRW or THHN/THWN insulation, in raceway. D. Wet or Damp Interior Locations: Use only building wire, Type TRW or THHN/THWN insulation, in raceway. E. Exterior Locations: Use only building wire, Type THW, THHN/THWN or XHHW insulation, in raceway. F. Use wiring methods indicated. 3.4 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Route wire and cable as required to meet Project Conditions. C. Install cable in accordance with the NECA "Standard of Installation." D. Use solid conductor for feeders and branch circuits 10 AWG and smaller. E. Use stranded conductors for control circuits. F. Use conductor not smaller than 12 AWG for circuits. G. Use conductor not smaller than 14 AWG for control circuits. H. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits. 01448006 BUILDING WIRE AND CABLE 16123 - 3 3 11 /07 ADDENDUM NO. 1 L I. Install all conductors in conduit. J. Pull all conductors into raceway at same time. K. Use suitable wire pulling lubricant for building wire 4 AWG and larger. L. Protect exposed cable from damage. M. All cables shall be neatly supported. N. Use suitable cable fittings and connectors. O. Neatly train and lace wiring inside boxes, equipment, and panelboards. P. Clean conductor surfaces before installing lugs and connectors. Q. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. S. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps,10 AWG and smaller. U. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. V. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310 of the 2005 National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 16123 01448006 BUILDING WIRE AND CABLE 16123 - 4 11/07 ADDENDUM NO. 1 I_ SECTION 16130 BOXES PART 1-GENERAL 1.1 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. 1.2 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Submittals for Project closeout. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 OUTLET BOXES A. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: C. Material: Galvanized cast iron. D. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. E. Boxes for in -grade exterior use shall be sized for the purpose intended. Boxes shall be rated for vehicular traffic where located in drives or similar locations. 01448006 BOXES 16130 - 1 11/07 ADDENDUM NO. 1 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of outlets in all locations areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights specified in section for outlet device. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. E. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. H. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. I. Support boxes independently of conduit. J. Use gang box where more than one device is mounted together. Do not use sectional box. K. Use cast outlet box in exterior locations exposed to the weather and wet locations. L. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. M. Coordinate with other trades for box rough -in, such that control devices are grouped (i.e., thermostats, wall switches, volume controls, etc.). 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for equipment connected under Section 16180. 3.4 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. 3.6 REPAIR A. Repair any areas or surfaces damaged during conduit installation. B. Paint (resurface) to original condition. END OF SECTION 16130 01448006 BOXES 16130 - 2 11/07 ADDENDUM NO. 1 SECTION 16140 WIRING DEVICES PART1-GENERAL 1.1 SECTION INCLUDES A. Wall switches. B. Receptacles. C. Device plates and decorative box covers. 1.2 RELATED SECTIONS A. Section 16130 - Boxes. 1.3 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device -- Dimensional Requirements. D. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. 01448006 WIRING DEVICES 16140 - 1 11/07 ADDENDUM NO. 1 PART2-PRODUCTS 2.1 WALL SWITCHES A. Manufacturers: 1. Hubbell HBL1221-I. 2. Substitutions: Refer to Section 01600. B. Description: NEMA WD 1, 20 amp, Heavy -Duty, AC only general -use snap switch. C. Body and Handle: nylon ivory handle. D. Utilize equivalent series ofmanufacturer's numbers above for threeway, four-way and two -pole applications. 2.2 RECEPTACLES A. Manufacturers: 1. Hubbell HBL 5352-I 2. Substitutions: Refer to Section 01600. Equivalent. B. Description: NEMA WD 1, Heavy-duty general use receptacle, with triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: Ivory plastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. Hubbell GF5352-I or equivalent. G. Provide tamper resistant receptacles of the same manufacturer as indicated above at the location indicated. 2.3 WALL PLATES A. Weatherproof Cover Plate: Gasketed cast metal with gasketed device cover on exterior devices. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that outlet boxes are installed at proper height. B. Verify that wall openings are neatly cut and will be completely covered by wall plates. C. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 01448006 WIRING DEVICES 16140 - 2 11/07 ADDENDUM NO. 1 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole on top. F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. G. Connect wiring devices by wrapping conductor around screw terminal. 3.4 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing, adjusting, and balancing. B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify that each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.5 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust devices and wall plates to be flush and level. 3.6 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 16140 01448006 WIRING DEVICES 16140 - 3 11/07 ADDENDUM NO. 1 SECTION 16170 GROUNDING AND BONDING PART1-GENERAL 1.1 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.2 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.3 GROUNDING SYSTEM DESCRIPTION A. Metal underground water pipe. B. Metal frame of the building. C. Rod electrodes. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience, and with service facilities within 100 miles of Project. 01448006 GROUNDING & BONDING 16170 - 1 11/07 ADDENDUM NO. 1 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS _ A. Material: Bronze. Bumdy 12 ton, Hy -Ground or approved equal. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. C. Provide bonding to meet Regulatory Requirements. D. Bond together metal siding not attached to grounded structure; bond to ground. E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. F. Grounding Electrode System: The new grounding electrode system shall consist of the common bonding of reinforcing steel, equipment rack, underground steel water piping and supplemental ground rods as detailed on the drawings. 01448006 GROUNDING & BONDING 16170 - 2 11/07 ADDENDUM NO. 1 G. Provide proper bonding of the electrical s stem's grounded conductor neutral and the.Y" P p g Y �' (neutral) grounding electrode system sized in accordance with N.E.C. Article 250. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection, testing, adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 16170 01448006 GROUNDING & BONDING 16170 - 3 11/07 ADDENDUM NO. 1 SECTION 16190 SUPPORTING DEVICES PART 1- GENERAL 1.1 RELATED DOCUMENTS _t A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSI/NFPA 70 - National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART2-PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". 01448006 11/07 SUPPORTING DEVICES 16190 - 1 ADDENDUM NO. 1 C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. Refer to the drawings for equipment rack requirements. H. ' Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 16190 01448006 SUPPORTING DEVICES 16190 - 2 11/07 ADDENDUM NO. 1 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2-PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2.2 WIRE/CONDUITBOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefm markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 01448006 ELECTRICAL IDENTIFICATION 16195 - 1 11/07 ADDENDUM NO. 1 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see specification Section 16000) D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification: 120/208 volts Phase 277/480 volts Black A Brown Red B Orange Blue C Yellow _ White Neutral Gray Green Ground Green Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 16195 01448006 ELECTRICAL IDENTIFICATION 16195 - 2 r 11 /07 ADDENDUM NO. 1 7- 7777 F 1 1 i I i I j L -1 Z F L F C3A LG) rKW Z' HDK FORM 4- � affirm GROUP 2 FORCE MN ,TANK GENERAL NOTES w . Drlm w 2- v w = W LW Al ELECTRDL RISER DIAGRAM t EXWM LEACPATE TAW LMMTE -c TAW NIL YlK as ELL Wtitll @ _TjAtNK GROUP 2- LAYOUT NOTES, jl - k, ExtglNc LEACK%TE TANK TANK GROUP 2- ELEVATION W� @oORCE "N TRENCH DETAIL v WEST TEXAS REGION DISPOSAL W 2) x FACILITY TCW M8W PERW NO. 2m CRL 3 COMPOlffl! U/ NOTES' V 19~ 0 WCUW -W m B5 SUMP ACCESS -SECTION B TWW 1. SK U V. 2 .2— 1.Om1111m W. @16MUST IL" DETAIL 5 C-6.0 ITB# 07-731-DD, Addendum # 2 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ADDENDUM # 2 ITB 07-731-DD WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE 1 November 9, 2007 November 15, 2007 @ 8:00 A.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the following questions and their respective answers: QUESTION: Subject: Pump Control Panel References: Plans C-4 Pump Profile Detail, Section 01530, Paragraph 2.3 Description: This paragraph does describe some parameters of the control panel. We are requesting further clarification on whether the panel must include a window, overload lights, top alarm strobe, phase monitor, phase fault indicator lights or other features. Paragraph 2.3.12 states "For options see specification sheets." Please provide the specifications sheets or where they are located in the specifications. ANSWER: Only those features listed in the Specifications and Plans are required on the pump control panel. Any additional items will be considered during the submittal phase. Disregard Paragraph 2.3.D.12 of Section 15130, Wheeled Sump Pumps. QUESTION: Subject: Pump Control Panel References: Plans C4 Sump Pump Installation Detail Description: This detail states that the discharge line be made of flexible pipe or hose. We are requesting clarification that the discharge line can be made of SDR 11 HDPE 1.5" pipe which is "flexible" to a certain extent. Quick disconnects will be used at the top of the pipe so the line and pump can be easily removed. The HDPE pipe also will be extremely helpful in putting the pump into place since it is rigid enough to push the pump down the pipe. ANSWER: This question was address in the Addendum issued November 5, 2007. Refer to Specification Section 02665, Piping, Valves, and Miscellaneous Items, Paragraph 2.1.0 and Sheet C-6.0. QUESTION: Subject: Shear or Friction angle testing References: Section 01300, paragraph 1.1.A; Section 02240, paragraph 2.1.17; Section 02245, paragraph 2.1.13 Description: This paragraph States "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." Section 02240 paragraph 2.1.F states the GCL shall have not less than 22 degrees against the subgrade soil and not less than 22 degrees against the textured HDPE. There are other sections which indicate different friction angle tests are also preformed. What are the required friction angle tests and will all of the friction angle tests be preformed only by the owner's lab? ITB# 07-73-DDAd2 ITB# 07-731-DD, Addendum # 2 ANSWER: There are no other sections in the Specifications that indicate any friction angle other than 22°. The required friction angle for testing shall be no less than 22' in accordance with the specs. All friction angle tests will be performed by the Owner's lab. OUESTION: Subject: GCL Material type References: Section 02240, paragraph 2.1.D and Table 3 Description: Paragraph 2.1.1) states Geomembranes supporting the bentonite will be 60 mil, smooth HDPE on flat areas and 60 mil, textured HDPE on side slopes. Table 3 gives 40 mil HDPE geomembrane material properties. What is the millage of the geomembrane? ANSWER: The top liner shall be 60-mil HDPE geomembrane. Smooth material will be used on the floor and textured will be used on the sideslopes. Beneath the top liner shall either be a GCL composed of sodium bentonite encapsulated between two polypropylene geotextiles oi; natural sodium bentonite adhered to a 40-mil HDPE geomembrane. Table 3 address the geomembrane supporting/adhered to sodium bentonite. Paragraph 2.1.13 of Section 02240 should be REVISED to read: "Geomembranes supporting the bentonite will be 40-mil, smooth HDPE on flat areas and 40-mil, textured on sideslopes." OUESTION: Subject: Geomembrane Material Properties References: Section 02245, table 1 and 2 Description: Table 1 gives a minimum value of thickness as 54. TNRCC has a nominal thickness and GRI GM 13 has 51 minimum specimen. TNRCC and GRI GM 13 is mentioned in the reference section. What is the minimum thickness of any specimen? Both tables 1 and 2 have dimension stability as 1 % minimum and .5% nominal on the Smooth Liner. Industry standard is 2% (GRI GM 13 which is mentioned in the references section 1.3) Will 2% be acceptable? Table 2 has minimum of 250% elongation property. GRI GM 13 has a minimum of 100%. Will 100% elongation be acceptable? ANSWER: The minimum thickness is as specified in Table 1. Regarding dimensional stability, 2% will be acceptable. Regarding elongation at break, 100% elongation will be acceptable. Available GRI13MI3 vendor test results show these values to be acceptable and adequate. QUESTION: Subject: Geomembrane Test Methods References: Section 02245, table 1 and 2 Description: Section 1.3 gives GRI GM 13 as a reference. There are a few test methods (follows) that have been replaced by newer test methods. We are requesting that the test methods of GRI GM 13 be used instead of the outdated tests in Tables 1 and 2. These methods include: 1) Carbon Black Content will be tested via ASTM D4218, which has replaced the specified ASRM D 1603. 2) Low Temperature Brittleness will be performed at — 60 degrees C vs. the specified 35 degrees C. 3) NCTL or ASTM D5397 will be tested, which has replaced the specified ESCR (ASTM D 1693). ANSWER: Test methods listed in the facility SLQCP are the preferred methods for this project. Revised procedures that provide the same information as older test methods are acceptable. II.11111 AIS097;rPA rrB# 07-731-DD, Addendum # 2 QUESTIONS: Subject: Permittivity of the geotextile References: Section 02246, paragraph 2.3; Section 2447, paragraph 2.3.13 Description: Paragraph 2.3 Geotextile filter specification gives permittivity material property as 1.5 second -1. We are requesting that Skaps Industries' geotextile with 1.26 second -1 be an acceptable product. This material has been used on numerous projects as non -woven geotextile filter. Section 02247, paragraph 2.3.D states that the permittivity of the textile attached to the composite has permittivity property of 1.36 second -1. We are requesting that Skaps Industries' geotextile (that will be attached to the net) be an acceptable product. This composite material has been used for the same application on numerous projects. ANSWER: Any product that meets or exceeds Specification requirements may be submitted. OUESTION: Subject: GCL Material Questions References: Section 02240 Description: Cetco, one of the two GCL manufacturers, has a series of comments in regard to Section 02240. We are requesting that you review and comment on each clarification. ANSWER: CETCO product Bentomat ST has been used in past projects and has been determined to be acceptable. Requirements listed are as in the facility Soil and Liner Quality Control Plan (SLQCP.) Any exceptions will have to be examined during construction. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddossna,mylubbock.us THANK YOU, CITY OF LUBBOCK !7I %: I_' &OM Darlene Doss 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 Citv of Lubbock Public Works Contractine Officer if anv lanauap-e. requirements. etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a sinele source. Such notification must be submitted in writing and must be received by the Public Works Contracting Officer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. rrB# 07-73-DDAd2 CITY OF LUBBOCK SPECIFICATIONS FOR WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE I ITB #07-731-DD Contract #8136 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http:Hl2r.theLoroductioncompany.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK INVITATION TO BID FOR TITLE: WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE I ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 07-731-DD PROJECT NUMBER: 241-91016-5515 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE City of Lubbock, TX Public Works Contracting Office Contractor Checklist for ITB # 07-731-DD Before submitting your bid, please ensure you have completed andincluded the following: 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 4. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING 1. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 2. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 3. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 4. Complete and submit the LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. or Print Company Name) City of Lubbock Public Works Contracting Office In an effort to better serve our suppliers, the City of Lubbock Public Works Contracting Office is conducting the following survey. We appreciate the time and effort expended to submit your offer. Please take an additional moment to complete the information below. If you have any questions or need more information, please call (806)775-2163. City of Lubbock ITB #07-731-DD HOW DID YOU RECEIVE NOTICE OF THIS INVITATION TO BID? Lubbock Avalanche Journal? Yes No The Daily Commercial Record? Yes No From Plan Room or other type of service? Yes No Did you access the City of Lubbock website to search for bids? Yes No Facsimile or email from RFP Depot.com? Yes No Did you download from your home computer? Yes No Did you download from your company computer? Yes No Requested a copy from Lubbock Public Works Contracting Office? Yes No Are you a member of RFP Depot? Yes No Other: � THANK YOU. (Type or Print Company Name) INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 1. UNIT PRICE BID SUBMITTAL FORM 2. BID BOND WITH POWER OF ATTORNEY OR CERTIFIED/CASHIER'S CHECK 4. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when bids are due.) 1. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 2. SAFETY RECORD QUESTIONNAIRE 3. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUBCONTRACTORS & MANUFACTURERS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. CURRENT WAGE DETERMINATIONS 11. SPECIFICATIONS NOTICE TO BIDDERS - NOTICE TO BIDDERS ITB #07-731-DD Sealed bids addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the office of the Public works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 8:00 o'clock a.m. on November 15 2007 or as changed by the issuance of formal addenda to all planholders, to furnish a a or a- materia s and pe arm a work for the construction of the following described project: "WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE I" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Public works Contracting Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Public works Contracting Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 8:00 o'clock a.m. on November 15 2007 and the City of Lubbock City Council will consider the bids on December 6 2 at the Municipal Building, t Street, Lubbock, Texas, or as soon thereafter -as may be reasona ybT convenient, suUlect 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 "A" or better. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on November 1. 2007_at_9:00 o'clock a.m.,_ at West Texas Region Disposal Facility, 17304 North FM Bidders ma yy view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at htt :// r.ther roductioncom an .com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT T E CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made payable to The City of Lubbock, and will be refunded if documents are returned in good condition within Sixtv (60) days of the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Public works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Verrion'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 ersons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at A) 775-g163 or write to Post Offyce Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Prince mwzm BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE I per the attached specifications and contract documents. Sealed bids will be received no later than 8:00 A.M. CST, November 15, 2007 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 #07-731-DD, WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE I " 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: Darlene Doss, Buyer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS, 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (TTB) documents, a non -mandatory pre- nronosal meeting will be held at 9:00 A.M.. November 1. 2007 at West Texas Region Disposal Facility. 17304 North FM 2528, Abernathy, Texas.. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the TTB are made by ADDENDA information available over the Internet at http://www.RFPdgpot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. d n 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdeyot.com and will become part of the proposal package having the same binding effect as provisions of the original M. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the bid closing date. 4 5 6 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 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 Public works Contracting Officer and a clarification obtained before the bids are received, and if no such notice is received by the Public works Contracting Officer prior to the . opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Public works Contracting Officer before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. _ 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES - Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents . for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER 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 Public works Contracting Officer if anv language, reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the reauirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing & Contract Management Office no later than five (5) calendar days before 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 WM) MUST BE SUBMITTED IN WRITINGNO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 13`h Street, Room 204 .- Lubbock, Texas 79401 Fax: 806-775-2164 or 806-767-2275 Email: ddoss Amylubbock.us Mrs RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED FIFTY (150) 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. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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 warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the i- 4 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, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, -- supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have - been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 6 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). kill 31 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 17 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident biddershome 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. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 9 BID SUBMITTAL J *****RBVISED BID SUBMITTAL***** UNIT PRICE 130 CONTRACT PROJECT NUMBER: # 07-T31-DID - WkST 'TEXAS REGION DISPOSAL FACILM CELL 3 DEVELOPMENT PHASE I Bid of L- 'D kae , :we-) (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE I, 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 bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated Item Quantity No. dt Unit Description of Item Total Amount I . 1 LS MOBILIZATION/DEMOBILIZATION - Mobdization/Demobilization including, insurance, perfo bond, payment bond and move -id e-out related costs. cam, I / . TOTAL ITEM # 1: /�.' i dX �N� -tfi L�AdS �&76 /LS( 11- (Unit Price AnoKnts shall be shown in both words end minerals. In case of drny, the amount shown in words shell em) 2. 98,670 SY EARTHWORIL GRADING AND SUBGRADE PREPARATION - Provide, place and repair soil subgrade from soil that is available on -site, including all labor, , �j�--�ouiDment And s dance as secce�s�rv, tn inrU soil to the lines and grades. TOTAL ITEM #2:— f/�� I y Q4 A� �• /SY ✓ (Unit Price Aarormts sW be shown in both words and numerals. In case of discr p , the avant shown in wads shall Wo 99T r^ 3. 778,000 SF GEOSYNTHETIC CLAY LINER (NON -REINFORCED) - 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 n of backfill in anchor trench after liner instqpfion. TOTAL ITEM #3: ,av c�" C�:t/�VS $ .s3 /S Z ? I7J (Unit Price Auoura shell be shown in both words and numerals. In case of discrepancy, the anotnt shown in words shell ®ov ) \k) Bidder's Initials f Item Estimated No. Quantity & Unit Description of Item Total Amount 4. 110,000 SF GEOSYNTHETIC CLAY LINER (REINFORCED) - 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. le" TOTAL ITEM #4: / kY A-)J JL� $ 1 bq /SF (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ern.) i. 778,000 SF GEOMEMBRANE LINER (SMOOTH) - 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 /f backf ll in anchor trench after liner installation. iv TOTAL ITEM #5: $ Z D /SF( 0990 / (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall peem.) 6. 110,000 SF GEOMEMBRANE LINER (TEXTURED) - Provide and install a 60 mil thick high de nsitypolyethylene liner including all labor, equipment, materials, supplies, etc., for complete installation including cost of anchor trench construction and compaction of backfilll T- in anchor each after liner installation. / TOTAL ITEM #6: is $ iv3 ISF( 6 7200 / (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sha vem.) 7. 880,000 SF GEOCOMPOSITE DRAINAGE LAYER - Provide and install the geocomposite drainage layer including all labor, equipment and superintendence, including cost of anchor trench construction and compaction of backfilll after geocorup/J ositeinstallation. TOTAL ITEM #7: $ T /SF( `'►' Y / Zi -27 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall go ) 8. 680 CY 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. TOTAL ITEM #8: I/ ,�'7 / Tl V V &- ID $ -, , J /CYI (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words 9. 27,000 SF 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. TOTAL ITEM #9: 1 L"i ls'`>t'Y t.QJ&= $ ,Gl/ /SF( J ,T4,"-' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in w ds govern.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 10. 1,775 LF 6-INCH PE PIPING - Provide and install the perforated and any non -perforated polyethylene pipe, bends, tees, etc., including all labor, equipment and superintendence necessary as shownonthe plans TOTAL ITEM # 10: f1��. 0� qUD LJ,4,4,� $ Z �/LF z / 2ev (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal oven.) 11. 250 LF 12-INCH PE PIPING - 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. TOTAL ITEM 11: rU`ij / l ur $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall vem.) 12. 782,000 SF 782,000 SF - 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 TOTAL ITEM #12: i L�71�� G $ Z.l /SF( z (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g m.) 13. 112,000 SF PROTECTIVE SOIL COVER (SIDESLOPE) - Place all protective soil on top of the liner system from soil cover material, including all pond embankments, ditch embankments, all labor, equipment, and superintendence necessary as shown on the plans and required by the specifications # / TOTAL ITEM # 13: 1 `/ a',"t-A$ • � /SF 06 w (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall ern.) 14. 1 LS EROSION CONTROL - Provide all labor, material, equipment, and superintendence as necessary to implement the Storm Water Pollution Prevention Plan required under National Pollution Discharge Elimination System regulations described on the plans and required by /the specific 'ons TOTAL I TEM # 14 : ; UUA., 06&,,dt'/!�! $ � /L S —� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shlill govern.) 15. 1 LS SITE SIGNAGE - Provide 1 labor, material, equipment and superintendence as necessary to Z4,D te sign s and kers as shown on the plans and required by the specifications TOTAL ITEM # 15l 4$ /20b /LS 3 O-P J ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) A— Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 16. l LS WHEELED SUMP PUMP, CONTROL PANEL AND 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 requir by the specifications � _//Q f TOTAL ITEM # 16 1 L S $/C 1 /LS( ;�Z%929 0 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amou7t shown in words shal ovem.) 17. ILS SUMP ACCESS STRUCTURE - Provide all labor, material, equipment and superintendence as necessary to install the sump access structure and dual containment force mail, including bollards, 6-inch HDPE transducer conduit and sensor, and 2-inch return line with butterfly valve, 2-inch HDPE force main in 6-inch HDPE secondary containment and underground electrical power line in conduit from leachate storage tanks, as shown on the plans and required by the specifi ons. rZAe�TOTAL ITEM #17: % 1�/L (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sh vem.) TOTAL BID, ITEMS#1- #17: j ¢ MATERIALS: / IUl 1-1koiq s LABOR: �'" oU44is$ - /� �� / TOTAL i3iD l���e /vl � E (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall o .) Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 150 (ONE HUNDRED FIFTY) 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 $600 (SIX HUNDRED) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all ids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. V�l Bidder's Initials The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the cTo ct to him. Enclosed with this bid is a Cashier's Check or Certified Check for � Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Sea] if Bidder is a Corporation) A EST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date N U 0 % Addenda No. 2:�:: Datejjjj�!?. Q Addenda No. Date Addenda No. Date Authorized S (Printed or Typed Name) L.D. KEMP EXCAVATING, INC. 504 0 y "DENTON HWY Address FORT WORTH TARRANT City, County TEXAS 76148 State Zip Code Telephone: 817 _ 2 81- 4 4 7 0 Fax: 817 _ 281 -1 332 FEDERAL TAX ID or SOCIAL SECURITY No. 75-26722-41 M/W BE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other S POST -CLOSING DOCUMENT REQUIREMENTS The below -listed documents must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when bids are due. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT SAFETY RECORD QUESTIONNAIRE SUSPENSION AND DEBARMENT CERTIFICATION LIST OF SUBCONTRACTORS & MANUFACTURERS 1 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted within TWO BUSINESS DAYS after Bids Close , the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by ne with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able o, within ten (10) business days er being notified of such award by the City of Lubbock, furnish a valid insurance :ertificate to the City meeting all the requirements defined in this bid. Contractor (Signature) CONTRACTOR'S FIRM Mike Brackney Contractor (Print) L.D. KEMP EXCAVATING, INC. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5409 DENTON HWY FORT WORTH, TX 76148 Name of Agent/Broker: a f " L.,.9121 S CO Agent / Broker (Signature) Address of Agent/Broker: - ©. b p� / t 17 City/State/Zip: f- ko Agent/Broker Telephone Number: Date: l / 7 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Office for the City of Lubbock at (806) 775-2168. BID #07-731-DD - WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE I 1 SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the Cite of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) fr6m an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA). the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for .enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation; notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions. administrative orders, draft orders, final orders, and judicial final judgments. = Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnershi or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, receive citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to r-ity of Lubbock, with it proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalt assessed. Offeror's Initials 4 WESTION TWO W the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such irm, corporation, partnership or institution, received citations for violations of environmental protection laws or egulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, :uspension/revocations of state or federal licen s, or registrations, fines assessed, pending criminal complaints, ndictments, or convictions, administrative orders, daft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partbershi , or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been nvicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO _L If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its .proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I ithheld information in my statements and answers to questions. I am aware that the info ation given b me ' this questionnaire will be investigated, with my full permission, and that any misreprgsentatiomor omissia my proposal to be rejected. Signature 4,. Title 5 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY L.D. KEMP EXCAVATING, INC. FEDERAL TAXED or SOCIAL SECURITI4 No. 75-2,0,W--41 Signature of Company Official: Printed name of company official signing above: Mike Brackney Date Signed: l� "' 19� _ o7 I c LJ L 6 LIST OF SUBCONTRACTORS & MANUFACTUERS 1096q- � �0-3 Company Name and City Minority Owned Yes No 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ MANUFACTURER & INSTALLER The following must be completed and will be a condition of this Bid: 1. Geomembrane Liner: ,A Manufacturer: 4` Installer: 5 ^) ✓[ A' n'�' 2. Geosynthetic Clay Liner: Manufacturer: Installer: -7-i, Az f Aj N 3. Geoteatiles and Geocompositess: Manufacturer: Installer: 3 Lye/Z, Z) A.) NUJ 4 Leachate Collection Pi in Manufacturer: Installer: L t l Date: /�- /v✓ Authorized Signature PAYMENT BOND "-J First National Insurance Company of America STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (Contracts More Than $25,000) KNOW ALL MEN BY THESE PRESENTS: Bond No. 6536151 That, LD Kemp Excavating, Inc. 5409 Denton Hwy, Fort Worth, Texas 76148 (hereinafter called the Principal), as Principal, and First National Insurance Company of America, a corporation organized and existing under the laws of the Washington , with its principal office in the City of Seattle hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock P.O. Box 2000, Lubbock, TX 79457 (hereinafter called the Obligee) in the amount of One Million Nine Hundred Twenty Five Thousand Five Hundred Thirty One and No/100's Dollars ( $ $1,925,531.00 ), 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 6th day of December , 2007 for Bid #07-731-DD- West Texas Region Disposal Facility Cell 3 Development Phase I 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 Chapter 2253 of Texas - Government Code as amended by Acts of the 73rd Legislature, 1993, and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed thi instrument this 12th day of December 2007 . PRINCIPAL WITNESS: I n VJmn 1=- ,�+;— �a BY :/ F (SEAL) (IF INDIVIDUAL OR FIRM) / A .TEST: BY: /���� 1J (SEAL) (IF CORPORATION) First National Insurance Company of America SURETY ( (SEAL) By: N 01 t John W.I chuler, Attorney -In -Fact I The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates J.E. Murfee & Son 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. First National Insurance Company of America Surety } *By. (Till') Joh . Schuler, Attorney -in -Fact Approved as to Form • `rA * 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. PP PERFORMANCE BOND First National Insurance Company of America STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE r-' (Contracts More Than $100,000) I,:.. (PUBLIC WORKS) r. KNOW ALL MEN BY THESE PRESENTS: Bond No.6536151 That, LID Kemp Excavating, Inc. 5409 Denton Hwy, Fort Worth, Texas 76148 (hereinafter called the Principal), as principal, and First National Insurance Company of America , a corporation organized and existing under the laws of the Washington , with its principal office in the City of Seattle (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock P.O. Box 2000, Lubbock, TX 79457 (hereinafter called the Obligee) in the amount of One Million Nine Hundred Twenty Five Thousand Five Hundred Thirty One and No/100's Dollars ($ $1,925,531.00 ), 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 6th day of December 1 2007 for Bid #07-731-DD- West Texas Region Disposal Facility Cell 3 Development Phase I 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 Chapter 2253 of Texas Government Code as amended by Acts of the 73rd Legislature, 1993, and all liabilities on this bond to all -- such claimants shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 12th day of December 1 2007 WITNESS: (IF INDIVIDUAL OR FIRM) ATTEST: (IF CORPORATION) I BY: FA BY: (SEAL) (SEAL) First National Insurance Companyof America SURETY BY: W (SEAL) John . Schuler, ATTORNEY -IN -FACT 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates J.E. Murfee & Son 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. First National Insurance Company of America Surety *By: �- (Titl John W. Schuler, Attorney -in -Fact Approved as to Form City of bbock 1 :r. By: 'ChyAttorner * 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. fix;•, t,•-"�, S'afeco KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY No. 10595 Bond Number: 6536151 First National Insurance Company of America Safeco Ptaza Seattle, WA 08185 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint .......... w.........►N.l..... "'LANNY LAND; JOHN W. SCHULER; Austin, Texas""""".....""0000u...u......rr... its true and lawful aflomey(s)-in-fact, wish full authority to execute on behalf of the company fidelity and surety bond& or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as it such instruments had been duty executed by its regularly elected officers at its home office. IN WITNESS WHEREOF. FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this Sth day of March 2007 AeP%a..r.v J16�4f�� STEPHANIE DALEY-WATSON, SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 'Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint Individuals as attomeys•in-fact or under other appropriate Titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company in the course of its business... On any instrument making or evidencing such appointmenL the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the oompany, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced: provided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V. Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying That said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.' L ! 1, Stephanie Daley -Watson , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the J foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. L IN WITNESS WHEREOF, i have hereunto set my hand and affixed the facsimile seal of said corporation this 12th day of December 2007 patlNCf C L oM Py> 3 A-141 � L i~i 19 STEPHANIE DALEY-WATSON, SECRETARY S-'04910F 4105 SalecoO and Me Salaco logo are rogWered trademarks of Safeco Corporation. j WEB PDF L State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 www.SAFECO.com r. CERTIFICATE OF INSURANCE 1 #:?:%:: DATE MM DD ( /YY) RK 12 13 07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MIKE BRISCOE INSURANCE (817 - 4 2 8 - 2 2 9 5) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR mbi4@mindspring.com (FAX 428-5834) ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE P 0 BOX 162747 COMPANY FORT WORTH, TEXAS 76161 A EVEREST INDEMNITY INSURACE COMPANY INSURED COMPANY L.D.KEMP EXCAVATING,INC. BTEXAS MUTUAL INSURANCE COMPANY COMPANY 5409 DENTON HIGHWAY FORT WORTH, TX 76148 C PRAETORIAN SPECIALTY INSURACE CO. COMPANY D ........_.........................................................._........................................................................................................................................................_.................................. - ..........---........ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. J CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2 0 0 0 000 A COMMERCIAL GENERAL LIABILITY CLAIMS MADE FRKI OCCUR 4 0 0 0 0 0 4 2 8 0- 0 71 0 8/ 11 / 0 7 0 8/ 11 / 0 8 X PRODUCTS - COMP/OP AGG S 2 000,000 PERSONAL & ADV INJURY $ 1 1 0001 000 EACH OCCURRENCE $ 1 1 0 0 O 000 _ OWNER'S & CONTRACTOR'S PROT X FIRE DAMAGE (Any one fire) $ 100,000 COMPLETED OP' S X CONTRACTUAL MED EXP (Any one person) $ 5000 C AUTOMOBILE LIABILITY ANY AUTO P S I TX 0 0 0 215 5 0 7/ 2 2/ 0 7 0 7/ 2 2/ 0 8 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY UMBRELLA FORM / / / / EACH OCCURRENCE $ AGGREGATE $ $ OTHER THAN UMBRELLA FORM B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY TSF-20070405 04/05/07 04/05/08 X WC ST TU- OTH TORY I MI% ER EL EACH ACCIDENT S 1 000,000 THE PROPRIETOR/ X INCL PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE - POLICY LIMIT $ 1 000,000 EL DISEASE - EA EMPLOYEE $ 1 000,000 OTHER i ; COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization that is: 1. An owner of real or personal property on which you are performing operations, but only at the specific written request by that person or organization to you, and only if: a. That request is made prior to the date your operations for that person or organization commenced; and b. A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker; or 2. A contractor on whose behalf you are performing operations, but only at the specific written request by that person or organization to you, and only if: a. That request is made prior to the date your operations for that person or organization commenced; and b. A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY -AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above _.. because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 No Text COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 j THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Lubbock, its officers, agents and employees c/o City of Lubbock Public Works Contracting Office 1625 13th Street, Suite 102 Lubbock, TX. 79401 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY.AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 No Text rrom: 4je Angoo, unw At: utm Insuranoe FaXIL r / 13-0.ZL-LUW 10: mlKe unsooe Uam: I&I.W suY UT:Lts rm rage:.d of a ACORD_ CERTIFICATE OF LIABILITY INSURANCE OP ID $ TEXAE-2 DATE (IIAKOW YO 12/13/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE OEM Insurance Agencies, L.P. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P . O. Box 21469 ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW. Houston TX 17227-7469 Phone:713-622-2330 Fax:713-622-2053 INSURERS AFFORDING COVERAGE NAIL# INSURED Texas Environmental Plastics Ltd.;TEP Manacgeement, LLC•2500 Farrell Rd MaAa ement LL6;2500 F rrell Rd Development Ltd C 0 Steve Danton 2 00 Farrell Road Houston TX 77073 NSURERa American Intl Specialty 26883 NSURERB Commerce i Industry NOURCR C: nrum&n rum nuanc. co, NSURERD: NSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAYS BEEN ISSUED TO THE INSLNRED INA.MED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITIS-ANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY COVTRACT OR OTHER DOCLMENT WITH RESPECT TO WHICH -HIS CERTIFICATE MAY EE ISSUED OR MAY PERTAIN, THE INSURAN�' E AF=ORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND COND TION£ OF SUCH POLICES. AGGP.ECATE L MFS SHOM'N NAY W.VE BEEN REDLCED BY PAID C1VV1S. NSR TYPE OF 94SURANCE POLICY DATE (MNfDDtM DATE (MRVDD/YY) LIAM GENERAL LIABILITY EACH OCCURRENCE t1,000,000 rML X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE � ocCl1A PROP2445899 06/01/01 06/01/08 au PREMISES(Esmaxence) $100,000 N£D W (" one pafw) $5 , 000 X Pollution Liab PERSONAL & ADV IIN"Y $ 1, 000, 000 GENFJRALAGGREGATE s2,000,000 GENI AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOPAGG $2,000,000 X POLICY 7 JPEECT 0LOC B AUTOMOBILE X LIABAJTY ANYNUTO 9343659 06/01/07 06/01/08 CaccKW SINGLE LIMT (EaaccidwA) t1,000,000 ALL OVAED AUTOS SCHEDULED AUTOS BOD LY INJURY (Per perAn) $ BOD LY INJURY (Per accident) $ X X HIRED AUTOS NON -OWNED ALJrOS PROPERTYDAWGE (Per exiderd) _ GARAGE LUABLITY AJTO ONLY - EA ACCIDENT S OTHER TH N EAADC AJTO ONLY: AGG ; ANY AUTO ; ExCESMIABI ELLA LABILUTY E4CH OCCURRENCE $8 , 0 00 , 0 00 A X OCCUR ❑CLAIrASMADE PROU2445908 06/01/01 06/01/08 A:,GREGATE s8,000,000 S I DEDUCTIBLE X RETENTION $10 , 000 i WORKERS COMPENSATION AND EAPLOYERS' LLAI*LrrY AN1' FR0'RE7ORIPARTNER/E?:EClJT1VE OF -ICE WIE EER EXCLUDED? TORY LIMITS ER E.L.EACHAG:IDENT E.L. DISEASE - EA 04-LOYEE i Ii yy6e55 desaUe Lrdar SP_CLAL PROV SIGNS below E.L. DISEASE - POLICY LIMIT I OTHER C Installation Fltr M 191802643 06/01/01 06/01/08 Limit (1) $200,000 C Leased/Rented IMZ197802643 1 06/01/01 06/01/08 1 Limit(max $200,000 DESCRIPTION OF OPERATIONS U LOCATIONS! VEHICLES i EXCLUSIONS ADDED BY ENDORSEMENT U SPECIAL PROVISIONS Re: I4B 07-731-DD West Texas Region Disposal Facility Cell 3 Development Phase 1. City of Lubbock, its officers, agents and employees is named as primary additional insured on the general liability policy per form 90667 with a waiver of subrogation on the general liability per form 77793 i auto per form 62891 if required by written contract executed prior to a loss. r'FRTIFirATF HOI nFR r ANCFLI ATION C ITLU01 SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING MS IRER WILL ENDEAVOR TO MALL 10 DAYS WRITTEN City of Lubbock N0110E TO THE CERT6ICATE HOLDER NAMED TO TIE LEFT, BUT FAILURE TO DO SO SHALL c/o City of Lubbock Public Works Contracting Office IMPOSE NO OBLIGATION OR L AILITY OF ANY KIM UPON THE INSURER rt's AGENTS OR 1625 13th St., Ste 204 RBPRESENTATTVES. A • r ' Lubbock TX 79401 ACORD Z5 (Z001TUV) W AGUKU cvKrvKA I TUN 1mu From: Sue Angio, CISR Al: GEM Insurance FaxID: 713-622-2053 To: Mike Briscoe Date: 12/13=07 01:28 PM Page: 3 of IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a oantract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor daes it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. No Text From: Sue Angio, CISR At- GEM Insuranoe FaxiD: 713-622-2053 To: Mike Briscoe Date: 17J13r2W7 11:45 AM Page: a of a ENDORSEMENT NO. 1 This endorsement, effective 12:01 AM, June 1, 2007 Forms a part of Policy No: PROP 2445699 Issued to: TEXAS ENVIRONMENTAL PLASTICS INC. By: AMERICAN INTERNATIONAL SPECIALTY LINES INS. CO. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED / PRIMARY COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY AND ,. PROFESSIONAL LIABILITY POLICY In consideration of an additional premium of $INCLUDED it is hereby agreed that the following is included as an - Additional Insured as respects Coverage A and B but only as respects liability arising out of your work for the Additional Insured by or for you. 1 Additional Insured: ALL ENTITIES WHERE REQUIRED BY WRITTEN CONTRACT •4 ,This does not apply to bodily Injury or property damage arising out of the sole negligence or willful misconduct of, or for defects in design furnished by, the Additional Insured. , As respects the coverage afforded the Additional Insured, this insurance is primary and non-contributory, and our obligations are not affected by any other insurance carried by such Additional insured whether primary, excess, contingent, or on any other basis. This endorsement does not increase the Company's limits of liability as specified in the Declarations of this policy. All other terms, conditions, and exclusions shall remain the same. �ECd4d!/i AUTHOWIZE D REPRESENTATIVE or countersignature (in states where applicable) 90667 (04/06) C12791 PAGE 1 OF 1 No Text From: Sue Angio, CISR At OEM krsuranoe FayJ0, 713-622-2053 To: Mike Briscoe Date: 12/13/2007 11:45 AM Page: 7 of 8 c. We have issued this Policy in reliance upon your representations. & Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically, assigned in this Policy to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is rrnade or suit is brought. 9. Subrogation If there is a payment made by the Company under this Policy, the Company shall be subrogated to all the insured's rights of recovery against any person or organization. The insured small cooperate with the Company and do whatever is necessary to secure these rights. The insured shall do nothing after a clatm or occurrence to waive or prejudice such rights. Any recovery as a result of subrogation proceedings arising out of payment under this Policy (net of expenses incurred in making such recovery) shall accrue first to you to the extent of any payment in excess of the limit of coverage of the Policy, then pro-rata to you and us in proportion to the amount each actually paid as a result of judgment, settlement or defense of a claim. We agree to waive this right of subrogation against your client to the extent that the you had, prior to a claim or occurrence, a written agreement to waive such rights. 10. Service of Suit --' It is agreed that in the event of our failure to pay any amount claimed to be due hereunder, we, at your request, will submit to the jurisdiction of a court of competent jurisdiction within the United States. Nothing in this condition constitutes or should be understood to constitute a waiver of our rights to commence an action in any �. court of competent jurisdiction in the United States, to remove an action to a United States District Court, or to seek a transfer of a case to anodes court as pamvtted by the laws of the United States or of any state in the United States. It is further agreed that service of process in such suit may be made upon General Counsel, s.'. Legal Department, American International Speciaky Lines Insurance Company, 70 Pine Street, New York, NY ; 10270, or his or her representative, and that in any suit instituted against us upon this contract, we will abide by the final decision of such court or of any appellate court in the event of any appeal. Further, pursuant to any statute of any state, territory, or district of the United States which makes provision therefor, we herebydestgnate the Superintendent, Commissioner, Director of Insurance, or other officer specified for that purpose in the statute, or his or her successor or successors in office as our true and lawful attorney upon whom may be served any lawful process in any action, suit or proceeding instituted by or on your behalf or any beneficiary hereunder arising out of this contract of insurance, and hereby designates the above named - General Counsel as the person to whom the said officer is authorized to mail such process or a true copy thereof. 11. When We Do Not Renew R we decide not to renew this Policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is 4r, mailed, proof of mailing will be sufficient proof of notice. ,- SECTION V - EXTENDED REPORTING PERIOD - COVERAGE D 1. You may purchase an optional sixty (60) month Extended Reporting Period as described in paragraph 3 below, only if: 77793 � (08W) Copyright, Amorkm Iri rr>aftvil dm. Inc. 2001 Irx*,des coayrbihied material d Ilaurance Sovioes Offices, Inc. w lh is permission. copyright, Insurance Services Office, Inc. 1997. Pegs 22 f From: Sue Anglo, CISR Al: GEM Insuranoe FaxlU: 713-622-2053 To: Mike Bi lsooe Date: 12fl312007 11:45 AM Page: 8 of 8 ENDORSEMENT This endorsement, effective 12:01 A.M. 06/01 /2007 form a part of policy No. CA 934-36-59 issued to TEXAS ENVIRONMENTAL PLASTICS, LTD.: TEP MANAGEMENT, LLC. by COMMERCE AND INDUSTRY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modnfes insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Ousiness Auto Conditions, A. - Loss Condidons, 5. - Transfer of Fights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered into a contract or agreement because of payments we mace under this Coverage Form arising out of an "accident" or "loss" if: (1) The "accident" or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization: and (2) The contract or agreement was entered into prior to any "accident" or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. 62897 (6195) .lGGrel.�/i A&AORIZED REPRESENTATIVE r_° No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY 01 Commercial General Liability General Aggregate $ • Claims Made Products-Comp/Op AGG $ • Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ A UTOMOTIVE LIABILITY FI Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ 11 Scheduled Autos Bodily Injury (Per Accident) $ u Hired Autos Property Damage $ Non -Owned Autos ❑ GARAGE LIABILITY i? Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ B UILDER'S RISK ❑ 100% of the Total Contract Price $ a1i INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation on all policies in favor of the City of Lubbock. 1 CONTRACTORCHECKLIST A C NTRACTOR 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 entit- 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 W_ services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF- OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE gWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPEN ATION COVERAGE FOR EACH SUBCONTRACTOR i REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 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: l (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; I (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 (F0 contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (I-i), with the certificate of coverage fp be provided to the person for whom they are providing services. CONTRACT CONTRACT #8136 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 6'" day of December, 2007 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and L.D. KEMP EXCAVATING, INC. I of the City of FORT WORTH , County TARRANT and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #07-731-DD - WEST TEXAS REGION DISPOSAL FACILITY CELL 3 DEVELOPMENT PHASE I - -' $1,925,531 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 Conditions of Agreement. L.D. KEMP EXCAVATING, INC.'s bid dated November 4, 2007 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF LUBBOCK TE AS (OWNE : /A 171Al F MAYOR By: / w v— v PRINTED NAME: 4 C. TITLE: �P COMPLETE ADDRESS � � < + Company �,4y Address City, State, Zip ATTEST: orporate Secretary 11 ATTEST: City cretary INA APPROVED AS TO CONTENT: L!& O Representative 's e GENERAL CONDITIONS OF THE AGREEMENT _ GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit L.D. KEW EXCAVATING, INC. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative JOHN COBB, LANDFILL MANAGER so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. - All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. I- 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, - should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all 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 4 tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the - progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 5 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the _ General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. _ IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION 4-' COVERAGE FOR EACH SUBCONTRACTOR. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury With Heavy Equipment Endorsement B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 50$ 0,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the persons or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- ' operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include without limitation providing, hauling, or r P P j , P g� g, 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 for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; ,.� and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. . (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. --- (9) A Contractor shall: i_ 10 g (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) 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 _3 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; 11 (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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 MATERLUMEN 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, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of - 12 this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall fiirnish 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. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, - as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 , 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 $600 (IX HUNDRED) per each consecutive calendar day, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the 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 14 - 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, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 15 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application 9 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. ILI 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 S% 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 Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and 16 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. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials ---= and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the I 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: 17 a The Owner may employ such force of men and use of machinery,equipment, tools materials and () Y P Y > supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies 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. 18 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. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 19 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. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 20 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOV-EMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS Project Manual City of Lubbock, Texas West Texas Region Disposal Facility Cell Construction TCEQ New Permit No. 2252 October 2007 PSC Project #: 01448006 Parkhill, Smith +& Coop er, Inc. Engineers v Architects . Planners No Text TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00805 Supplementary General Conditions........................................................................................... 6 DIVISION 1- GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 2 01019 Contract Considerations............................................................................................................. 1 01025 Measurement and Payment........................................................................................................ 4 01039 Coordination and Meetings........................................................................................................ 2 01090 Reference Standards.................................................................................................................. 2 01300 Submittals.................................................................................................................................. 3 01356 Stormwater Pollution Prevention Measures............................................................................... 2 01400 Quality Control.......................................................................................................................... 2 01500 Construction Facilities and Temporary Controls....................................................................... 4 01600 Material and Equipment............................................................................................................ 2 01700 Contract Closeout...................................................................................................................... 4 DMSION 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 DIVISIONS 3 -14 Not Used DIVISION 15 - MECHANICAL 15130 Wheeled Sump Pumps...............................................................................................................4 DIVISION 16 - ELECTRICAL Not Used APPENDIX A Soil and Liner Quality Control Plan 01448006 TABLE OF CONTENTS PAGE - 1 10/07 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 "13. LINES AND GRA DES", add a second paragraph as follows: All lines and grades (field surveys) furnished by the Owner's Representative are for initial construction layout and final construction verification. If a portion of the work fails and requires additional work by the Contractor, additional surveys will be provided by the Owner's Representative at Contractor's expense. The Contractor shall be billed directly for additional surveys by the surveyor at the rates being paid by the Owner. Failure ofthe Contractor to pay for additional surveys will result in a reduction of that amount from the final payment. 1.1.2 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. 1.1.3 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT", delete the first paragraph of this section. 1.1.4 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC", modify as follows: Delete the fourth sentence of the first paragraph, i.e., "The Contractor, his sureties... including attorney's fees." and replace it with the following: "The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents, including Engineer, and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and project which is the subject matter of this contract, on account of the failure of the Contractor or any subcontractor to provide necessary 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." 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 1 10/07 i_ 1.1.5 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. 1.1.6 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 ofthe 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 ofthe 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." 1.1.7 General Conditions "51. 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 58. CONSTRUCTION PROCEDURES AND SAFETY:" Owner's Representative and the Engineer shall not specify construction or service -related procedures and shall not manage, control or have charge of construction, nor shall Owner's Representative or Engineer implement or be responsible for health or safety procedures. Owner's Representative and Engineer shall not be responsible for the acts or omissions of Contractor or other parties on the project and shall not be responsible for construction means, methods, techniques, sequences, or procedures, nor for precautions or programs. All of these matters shall be responsibility of the Contractor. Owner's Representative's and Engineer's monitoring or review of portions of the work performed under any construction contracts shall not relieve the Contractor from its responsibility for performing the work in accordance with the applicable contract documents." Contractor shall defend, indemnify and hold harmless Owner, Engineer, their officials, officers, directors, consultants, agents and employees from and against all claims, damages, whether direct, indirect or consequential, losses and expenses (including but not limited to attorney's fees and court costs) connected with any illness, injury or loss to the person or property of Contractor, its subcontractors, suppliers, their employees and agents, or any other person, arising out of or resulting 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 2 10/07 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 59. RESIDENT PROJECT REPRESENTATIVE (RPR): General: RPR is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. A. Duties and Responsibilities of RPR: Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project - related meetings, and prepare and circulate copies of minutes thereof. 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. 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 3 10/07 C. Review of Work, Rejection of Defective Work, Inspections and Tests: 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: Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. 2. Keep a diary or log book, recording Contractor hours on the job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. 3. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment. 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 4 10/07 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. Completion: 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: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by Engineer. 2. Shall not exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's superintendent. 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 5 10/07 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or sample submittals from anyone other than Contractor. 7. Shall not authorize Owner to occupy the Project in whole or in part. 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by Engineer. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 6 10/07 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 SECTION INCLUDES 1_ A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.2 RELATED SECTIONS A. Section 00700 - General Conditions. �M 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas, West Texas Region Disposal Facility, Cell 3 Construction." B. Location: Lubbock, Texas, West Texas Region Disposal Facility, TCEQ MSW Permit No. 2252. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: 1. Earthwork, grading, repair of erosion rills, and subgrade preparation to the lines and grades shown on the plans. 2. Geosynthetic Clay Liner, reinforced and non -reinforced. 3. 60 mil high density polyethylene liners, smooth and textured. 4. Geocomposite drainage layer 5. Polyethylene pipe, gravel and geotextile fabric. 6. Construction Testing 7. Protective Soil Cover placement. 8. Erosion protection. 1.4 CONTRACTOR USE OF SITE A. Limit use of site to allow one Owner occupancy. B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. 1.5 OWNER OCCUPANCY A. The Owner will occupy the site during construction for the conduct of normal operations. B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. C. Schedule the Work to accommodate this requirement. 01448006 SUMMARY OF WORK 01010 - 1 10/07 PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 SUMMARY OF WORK 10/07 01010 - 2 SECTION 01019 CONTRACT CONSIDERATIONS PART 1 - 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 PROJECT DURATION A. Definitions 1. Substantial Completion — The point at which the liner system has been satisfactorily installed and all related work complete. 2. Final Completion — The point at which the Liner Evaluation Report (LER) is accepted as complete by the TCEQ. B. Substantial Completion — Work associated with the project shall be substantially complete within 180 days of Notice -to -Proceed for the liner system. C. Final Completion — The duration of final completion of Base Bid 1 is dependent upon the TCEQ's review of the LER. The balance of retainage will be held until the LER is accepted by the TCEQ. 1.4 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. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. C. All Change Orders must be approved and signed by Owner. Do not commence with work included in a Change Order until it has been approved and signed by the Owner. PART 2 - PRODUCTS Not Used 01448006 CONTRACT CONSIDERATIONS 01019 - 1 10/07 PART 3 - EXECUTION Not Used END OF SECTION 01448006 CONTRACT CONSIDERATIONS 01019 - 2 10/07 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL The unit price or lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid prices on the various items. 1.1 MOBILIZATION/DEMOBILIZATION Payment will be made for mobilizing and demobilizing all equipment, tools, insurance, bonds and all other job -related items to and from the job site. Price will be on a lump sum basis and shall include all equipment, labor, materials, superintendence and all incidentals necessary to become fully mobilized at the start of the project and demobilized when work is complete. Mobilization related expenses include Contractor's cost for the following: obtaining a construction staging area; obtaining storage areas for equipment and construction office facilities; obtaining and setting up construction office facilities; obtaining and paying for electric power required for construction; providing sanitary facilities for construction personnel; obtaining and paying for water needed for construction; providing and maintaining dust control over the project working area; and all other incidentals required for Contractor to complete mobilization. This bid item shall not exceed 3% of the contract price. 1.2 EARTHWORK, GRADING, AND SUBGRADE PREPARATION Payment for work required under this Section shall constitute full compensation for all labor, materials, equipment, and incidentals to accomplish the work specified herein. Work includes earthwork, grading, and compaction required to repair any damage to the excavated cell as a result of erosion, ponding, or other factors, return all soil subgrade to the lines and grades shown on the plans, and to prepare the soil subgrade to accept the liner. Payment will be made for the actual measured square yardage of repaired subgrade. Progress payments will be based on the percentage of the various items of site work completed at the time of invoicing. 1.3 GEOSYNTHETIC CLAY LINER (NON -REINFORCED) Payment will be made for providing and installing a non -reinforced geosynthetic clay liner including 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 in place. 01448006 MEASUREMENT AND PAYMENT 01025 - 1 10/07 1.4 GEOSYNTHETIC CLAY LINER (REINFORCED) Payment will be made for providing and installing a reinforced geosynthetic clay liner (or textured for geomembrane backed GCL) including all labor, equipment, materials, supplies, etc., for complete 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 measured square footage of liner installed in place up to the front edge of the anchor trench. 1.5 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. 1.6 TEXTURED 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. 1.7 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. 1.8 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 r - cubic yardage of gravel drainage material installed and in place according to the plans and specifications. 1.9 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. 01448006 MEASUREMENT AND PAYMENT 01025 - 2 10/07 1.10 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. 1.11 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. 1.12 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. 1.13 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 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. 1.14 EROSION CONTROL Payment will be made for preparing, implementing and maintaining a Storm Water Pollution Prevention Plan (SW3P) as required under National Pollution Discharge Elimination System regulations. Price includes work related to preparation of all SW3P 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 SW3P. Payment will be made on a lump sum basis for work meeting the regulations. 1.15 SITE SIGNAGE 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. 1.16 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. 01448006 MEASUREMENT AND PAYMENT 01025 - 3 10/07 I 1.17 SUMP ACCESS STRUCTURE 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 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. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 MEASUREMENT AND PAYMENT 01025 - 4 10/07 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 assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. 1.4 FIELD ENGINEERING A. Control datum for survey is shown on Drawings. B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.5 SITE MOBILIZATION CONFERENCE A. Engineer will schedule a conference at the Project site prior to Contractor occupancy. B. Attendance Required: Engineer and Contractor's Project Manager and Jobsite Superintendent. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. 8. Procedures for testing. 9. Procedures for maintaining record documents. D. Record minutes and distribute copies within three days after meeting to participants with two copies to Engineer and those affected by decisions made. 01448006 COORDINATION AND MEETINGS 01039 - 1 10/07 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. 6. Review of submittals schedule and status of submittals. 7. Maintenance of progress schedule. 8. Planned progress during succeeding work period. 9. Coordination of projected progress. 10. Maintenance of quality and work standards. 11. Review status of "as -built" drawings prepared by Contractor to ascertain that Contractor is keeping "as -built" drawings CURRENT. B. Record minutes, and distribute copies within three days to Engineer, participants, and those affected by decisions made. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 COORDINATION AND MEETINGS 01039 - 2 10/07 SECTION 01090 REFERENCE STANDARDS PART1-GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. 1.4 SCHEDULE OF REFERENCES AASHTO American Association of State Highway and Transportation Officials 444 N. Capitol St. NW Washington, DC 70001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 API American Petroleum Institute 1220 L. St. Northwest Washington, DC 20005 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 CFR Code of Federal Regulations U.S. Government Printing Office Washington, DC 20402 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 01448006 REFERENCE STANDARDS 01090 - 1 10/07 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 Box13087 Austin, Texas 78711-3087 USCOE U.S. Corps of Engineers P.O. Box 17300 Fort Worth, Texas 76102-0300 PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 REFERENCE STANDARDS 01090 - 2 10/07 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 A RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required identifying all changes made since previous submittal and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 01448006 SUBMITTALS 01300 - 1 10/07 E i. 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. 01448006 SUBMITTALS 01300 - 2 10/07 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; I roll width, 4-feet in length (minimum). PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 SUBMITTALS 01300 - 3 10/07 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART1-GENERAL 1.1 SECTION INCLUDES A. Where required, the Contractor shall develop a SWPPP, file a Notice of Intent (NOI) and implement storm water pollution prevention measures shown on the drawings. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, and/or failure to adequately implement and adjust the storm water pollution prevention measures where a SWP3 is implemented. 1.2 SUBMITTALS A. Inspection Reports. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical where a SWP3 is required. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. Where necessary, the Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. 01448006 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 1 10/07 E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer stips, e. paving. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN NOTE: The limits of disturbance for this project will exceed 1.0 AC in size. Contractor to prepare and submit bid accordingly. A. A SWP3 is only required if the limits of disturbance exceed 1.0 AC. B. If limits of disturbance exceed 1 AC, the Contractor is responsible for meeting requirements of TPDES. (Contractor shall develop SWPPP, file a NOI and implement SWPPP measures). C. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites will be prepared by the Contractor (where a SWP3 is required). D. The SWP3 (where required) shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. END OF SECTION 01448006 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 2 10/07 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. i 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 01448006 QUALITY CONTROL 01400 - 1 -� 10/07 �.i PART 3 - EXECUTION Not Used END OF SECTION 01448006 QUALITY CONTROL 01400 - 2 10/07 r r, 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 CONSTRUCTION ENTRANCE A. Use of landfill operations entrance is not permitted during construction. B. Contractor to install construction entrances as directed by Owner. Size of construction entrance is at the contractor's discretion. C. Contractor shall remove gates and return construction entrances to original condition upon completion of the project. 1.4 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. 1.5 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 must provide a means at Contractor's expense to pump the water from the source and load water transport vehicles. 1.6 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. 01448006 CONSTRUCTION FACILITIES 01500 - 1 10/07 AND TEMPORARY CONTROLS rJ 1.7 BARRIERS/TRAFFIC CONTROL A. 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. B. Furnish all necessary traffic control signs and flag personnel. The Contractor shall establish a parking area in a location approved by the engineer and Owner. 1.8 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. 1.9 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. 1.10 SECURITY/WORKING HOURS A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. Cost for security shall be included in bid price. B. The normal hours of operation for the landfill are from 7:00 a.m. to 5:00 p.m. Monday - Saturday. The Contractor will be allowed to work beyond the landfill normal working hours of operation. The Contractor will be responsible for securing the site when doing so. 1.11 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. 1.12 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART2-PRODUCTS Not Used 01448006 CONSTRUCTION FACILITIES 01500 - 2 10/07 AND TEMPORARY CONTROLS PART 3 - EXECUTION Not Used END OF SECTION 01448006 CONSTRUCTION FACILITIES 01500 - 3 10/07 AND TEMPORARY CONTROLS SECTION 01600 MATERIAL AND EQUIPMENT PART 1-GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS Products mean new material, components, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2: Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 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 off -site 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. 01448006 MATERIAL AND EQUIPMENT 01600 - 1 10/07 E_ 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 01448006 MATERIAL AND EQUIPMENT 01600 - 2 10/07 SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Hazardous materials affidavit. E. Project record documents. F. Operations and maintenance data. G. Warranties. H. Spare parts and maintenance materials. 1.2 RELATED SECTIONS A. 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. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep pave areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. H. Repair, patch and touch-up marred surfaces to match adjacent finishes. I. Clean ducts, blowers and coils if air conditioning units were operated during construction. J. Remove waste and surplus materials, rubbish, and construction facilities as directed by Engineer. 01448006 CONTRACT CLOSEOUT 01700 - 1 10/07 i_ 1.5 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 1.6 HAZARDOUS MATERIALS AFFIDAVITS A. Contractor, each subcontractor, and each material/product supplier to provide a notarized affidavit declaring that hazardous materials were not incorporated into construction of nor delivered to the Project. B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite eradication chemicals or any substance of any proportion determined or suspected by an agency of federal or state government to create a health hazard. C. Provide table of contents listing all affidavits in alphabetical order and assemble with metal prong binder in durable plastic presentation cover. D. Prepare binder cover with printed title "AFFIDAVITS OF NON -INCORPORATED HAZARDOUS MATERIALS", Title of Project, Project Address, Owner's Names, Address and Phone and date of Construction Completion. E. Provide two complete, identical binders of the aforementioned information in the prescribed format. F. Submit prior to final Application for Payment. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, two sets 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. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 01448006 CONTRACT CLOSEOUT 01700 - 2 10/07 1.8 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 8 '/z x 11 inch text pages, bound in three D-ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Architect comments. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: I. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Air and water balance reports. 3. Certificates. 4. Photocopies of warranties and bonds. 1.9 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.10 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. 01448006 CONTRACT CLOSEOUT 01700 - 3 10/07 PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01448006 CONTRACT CLOSEOUT 01700 - 4 10/07 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 Texas Commission on Environmental Quality, Municipal Solid Waste Management Regulation, 30 TAC Chapter 330 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. 01448006 EXCAVATION AND EARTHWORK 02200 - 1 10/07 i 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, her, 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. 01448006 EXCAVATION AND EARTHWORK 02200 - 2 10/07 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. PART 2-PRODUCTS 2.1 REQUIRED EQUIPMENT A. Subgrade preparation for areas to receive GCL must include rolling with a self-propelled 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. 01448006 EXCAVATION AND EARTHWORK 02200 - 3 10/07 t_ 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 01356, "Storm Water Pollution Prevention Measures." 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 01356, "Storm Water Pollution Prevention Measures." 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 as directed by the Owner and Engineer. Prepare subgrade in accordance with paragraph 3.6, PREPARATION OF SUBGRADE AND COMPACTED BERMS, of this section. 01448006 EXCAVATION AND EARTHWORK 02200 - 4 10/07 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. 01448006 EXCAVATION AND EARTHWORK 02200 - 5 10/07 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 0.10 foot. No rock will protrude above the finished grade elevation. Rock that protrudes will be removed below grade and the void backfilled and compacted to ASTM D698 (95%). Grade areas to drain where possible. Existing grades which are to remain but are disturbed by the Contractor's operations shall be restored to preconstruction condition. C. Protection of Surfaces 1. Protect newly graded areas from traffic, erosion, and settlements that may occur and as required in the Section 01356, "Storm Water Pollution Prevention Measures" 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. 01448006 EXCAVATION AND EARTHWORK 02200 - 6 10/07 3.13 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 recompact at optimum moisture content to the required density. C. Settling: Where settling occurs during the Project correction period, remove finished surfacing, backfill with additional approved material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 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 01448006 EXCAVATION AND EARTHWORK 02200 - 7 10/07 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/1313 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 4354 Standard Practice for Sampling Geosynthesis for Testing ASTM D 4632 Test Method for Determination of Water Content of Soil. ASTM D 5084 Standard Test Method for Measurement of Hydraulic conductivity of Saturated Porous Materials using a Flexible Wall Permeameter. 01448006 GEOSYNTHETIC CLAY LINER 02240 - 1 10/07 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 ASTM D 5887 Test Method for Permeability of Geosynthetic Clay Liners ASTM D 5890 Test Method for the Free Swell of Bentonite Clay MSW Permit Owner's TCEQ, 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 Commission on Environmental Quality, Municipal Solid Waste Management Regulation, 30 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 firm's 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. 01448006 GEOSYNTHETIC CLAY LINER 02240 - 2 10/07 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. 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. Furnish 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. Furnish 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 by appropriate means so that no damage is caused. Tears in the protective covers shall be repaired immediately. Transportation shall be the responsibility of the Installer. 01448006 GEOSYNTHETIC CLAY LINER 02240 - 3 10/07 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. 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. PART2-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 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 220, 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 01448006 GEOSYNTHETIC CLAY LINER 02240 - 4 10/07 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. 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 Free Swell I ASTM D 5890 1 24 min. Fluid Loss I ASTM D 5891 1 18 max. mI/2g once every 50 tons and every truck or railcar ml once every 50 tons and every truck or railcar TABLE 2 GEOTEXTILE MATERIAL Pro" [Nonwoven Test Method ° Value: ; Unit Mass/Unit Area ASTM D 5261 3.0 min oz/yd2 1/200,000 ft.z Mass/Unit Area ASTM D 5261 6.0 min oz/yd' 1/200,000ft.z Grab Tensile ASTM D 4632 100 lbs1/200,000ft.z ven Grab Tensile ASTM D 4632 140 lbs 1/200,000 ft.z 01448006 GEOSYNTHETIC CLAY LINER 02240 - 5 10/07 TABLE 3 GCL GEOMEMBRANE PROPERTIES Smooth.10PE Textured: Property ' Test 1Vlethod , Valuest HDP1a , : Frequencg� Values' Average Thickness (mils) ASTM D 751 40 40 Leading Edge of 10% ASTM D 5199 Each Roll(7) 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(') 10 13 Each Roll Elongation @ Break % ASTM D 638(') 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 16) 100°C, 1 hr. Low Temperature ASTM D 746 -- 100 1/100,000 SF Brittleness o Cond. B Oxidative Induction Time ASTM D 3895, -- 100 1/100,000 SF (Minutes) 2000 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 L Per Resin Lot. Minimum number of tests is 4. (7) 1 Test Per Every 5 Feet of Edge Width. 01448006 GEOSYNTHETIC CLAY LINER 02240 - 6 10/07 TABLE 4 BENTONITE/GEOTEXTILE COMPOSITE MATERIAL 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.Ox10' 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 5 BENTONITE/GEOMEMBRANE COMPOSITE MATERIAL PROPERTIES Bentonite Coating -- IWife @ 12% Ad'. Moist. Cont. 1/Roll Effective Hydraulic Conductivity GRI GLC-2 <4x10-14 m/sec 1/Roll Coefficient of Permeability (Membrane) ASTM 596 <2.7xl0-15 m/sec 1/Roll Hydraulic Conductivity Bentonite ASTM D 5084 5 psi <IxIO- 1 m/sec 1/Roll Overlapped Seam Effectiveness ASTM D 5084 5 psi <1x10-11 m/sec 1/Roll Composite Action ASTM D 5084 @ 5 psi <Lx10-" m/sec 1/Roll Wet/Dry Cycles (10 Cycles) ASTM D 5084@ 5 psi No effect on Perm. 1/Roll Freeze/Thaw Cycles (4 Cycles) ASTM D 5084 @ 5 psi No effect on Perm. 1/Roll Free Swell GRI GCL-1 0.4 in. 1/100,000 SF Moisture Content (Bentonite Coating) ASTM D 4643 20 % 1/100,000 SF (5) Minimum Testing Frequency. 01448006 GEOSYNTHETIC CLAY LINER 02240 - 7 10/07 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 bentonite 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 a Test Method Valu4, Unit ' Fre uen Permeability (5 psi) GPI-GCL-2 or 5.0x10-9 max cm/sec 1/100,000 ft2 ASTM D 5084 Clay Mass/Unit Area ASTM D 5993 0.8 min psf 1/100,000 ft Direct Shear (Internal) ASTM D 5321 22 degrees one Direct Shear (Interface) ASTM D 5321 22 degrees (1) (1) Once per soil type 01448006 GEOSYNTHETIC CLAY LINER 02240 - 8 10/07 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 Ft with not less than one per resin lot. Minimum of 4 tests required C. See Section 01300, 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 activities that could damage the GCL. 3. The method used to unroll the panels shall not cause crimps or other damage to the GCL. 01448006 GEOSYNTHETIC CLAY LINER 02240 - 9 10/07 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. 01448006 GEOSYNTHETIC CLAY LINER 02240 - 10 10/07 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. 5. Acceptance of "Soil and Liner Evaluation Report" by the TCEQ. END OF SECTION 01448006 GEOSYNTHETIC CLAY LINER 02240 - 11 10/07 SECTION 02245 GEOMEMBRANE LINER PART1-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 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 751 Standard Test Methods for Coated Fabrics D 792 Standard Test Methods for Density and Specific Gravity (relative density) of Plastics by Displacements 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 D 1505 Standard Test Method for Density of Plastics by the Density -Gradient Technique 01448006 GEOMEMBRANE LINER 02245 - 1 10/07 1. 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 3015 Standard Practice for Microscopical Examination of Pigment Dispersion in Plastic Compounds D 4437 Standard Practice for Determining the Integrity of Field Seams Used in Joining Flexible Polymeric Sheet Geomembrane. D 4833 Standard Test Method fro Index Puncture Resistance of Geotextiles, Geomembrane, and Related Products. D 5199 Standard Test Method for Measuring Nominal Thickness of Geotextile and Geomembranes D 5321 Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method D 5397 Standard Test Method for Evlauation of Stress Crack Resistance of Polyolefin Geomembranes using Notched Constant Tensil Load Test. D 6693 Tensile Properties of Plastics NATIONAL SANITATION FOUNDATION GRI GM 13 HDPE Liners TEXAS NATURAL RESOURCE CONSERVATION COMMISSION TCEQ Texas Commission on Environmental Quality, Municipal Solid Waste Management Regulation, 30 TAC Chapter 330 TCEQ, Liner Handbook Liner Construction and Testing Handbook Published in accordance with 30 TAC §330.6, July 1, 1994. MSW Permit Owner's TCEQ MSW Permit. 01448006 GEOMEMBRANE LINER 02245 - 2 10/07 E_ 1.4 QUALITY ASSURANCE A. Manufacturing The Manufacturer 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 The installation contractor shall be the manufacturer or an approved contractor trained and licensed to install the manufacturer's geomembrane. 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 project. This Installation Supervisor and/or Master Seamer shall be present whenever seaming is performed. 1.5 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. 01448006 GEOMEMBRANE LINER 02245 - 3 10/07 -- 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. C. Materials 1. Submit samples as required in the SLQCP. 1.6 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 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. B. Installation Contractor 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. 1.7 DELIVERY, STORAGE AND HANDLING A. Transportation 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 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 The geomembrane shall be stored so as to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. The rolls shall be stored on a prepared surface (not wooden pallets) and should not be stacked more than two rolls high. 01448006 GEOMEMBRANE LINER 02245 - 4 10/07 PART 2-PRODUCTS 2.1 MATERIALS A. The geomembrane shall be High -Density Polyethylene. B. Textured HDPE will have a coefficient of friction of GM to subgrade of not less than 22 degrees. 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. 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 100,000 square feet of material shipped to site. 01448006 GEOMEMBRANE LINER 02245 - 5 10/07 1. TABLE 1 TYPICAL PROPERTIES: 60 mil, Smooth Liner te TEST. RESULT € ': Properly , ; ; Test Method „ Nominal Minimum Thickness (mils) ASTM D 5199 60 54 Sheet Density (g/cc) ASTM D 1505/792 0.940 Melt Index (g/10 minutes) ASTM D 1238 < 1.0 Carbon Black Content, (%) ASTM D 1603 2.0 Carbon Black Dispersion ASTM D 5596 4 TENSILE PROPERTIES: 1) Tensile strength at yield, ppi ASTM D 638 TY IV 126 2) Elongation at Yield, % (mod. per NSF Std. 54) 12 3) Tensile Strength at Break, ppi 228 4 Elongation at Break, 2.0" G.L. % 700 Tear Strength, lbs. ASTM D 1004 42 Puncture Resistance, lbs. ASTM D 4833 108 Low Temperature Brittleness ASTM D 746 < 94°F Environmental Stress Crack ASTM D 1693 2,000 Resistance, hours (Cond. B) Dimensional Stability, % ASTM D 1204 130.5 131.0 SEAM PROPERTIES - Fusion Weld ASTM D 4437 1) Shear Strength, ppi (mod. per NSF Std. 54) 121 2 Peel Strength, ppi 98 SEAM PROPERTIES - Extrusion Weld ASTM D 6392 1) Shear Strength, ppi (mod per NSF Std. 54) 121 2 Peel Strength, ppi 78 (1) 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 4 9 of 10 Views in Categories 1 or 2 and 1 of 10 views is Cate o 3. 01448006 GEOMEMBRANE LINER 02245 - 6 10/07 L. TABLE 2 TYPICAL PROPERTIES: 60 mil, Textured Liner TEST RESULTS Fropett'tyr`Vest Method, :.,, Nominal ; Minimum Thickness, mils ASTM D 5994 60 54 Sheet Density, g/cc ASTM D 1505 / D 792 0.92 Melt Index, g/10 minutes ASTM D 1238 <1.0 Carbon Black Content, % ASTM D 1603 2.0 Carbon Black Dispersion ASTM D 5596 (1) TENSILE PROPERTIES ASTM D 638 1) Tensile Strength at Yield, ppi. Type IV 126 2) Tensile Strength at Break, ppi (mod per NSF Std. 54) 90 3) Elongation at Yield, % 13 4 Elongation at Break " 2.0 ' G.L. % 250 Tear Strength, lbs. ASTM D 1004 33 Puncture Resistance, lbs. ASTM D 4833 66 Low Temperature Brittleness ASTM D 746 <94°F Environmental Stress Crack ASTM D 1693 2,000 Resistance, hours (Cond. B) Dimensional Stability, % ASTM D 1204 C31.0 SEAM PROPERTIES - Fusion Weld ASTM D 4437. 1) Shear Strength, ppi (mod. per NSF Std. 54) 121 2 Peel Strength, i 98 SEAM PROPERTIES - Extrusion Weld ASTM D 4437 1) Shear Strength, ppi (mod per NSF Std. 54) 121 2) Peel Strength, ppi 78 1 9 of 10 Views in Categories 1 or 2 and I of 10 Views in Category 3. 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. 01448006 GEOMEMBRANE LINER 02245 - 7 10/07 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 14DPE 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 1505/13792. 2) Melt Index: ASTM D 1238. 2. Additives a. All additives and concentrates must pass a candidate pre -approval process. All inc/D792oming materials are to be statistically sampled with the following testing performed and compared to the manufacturer's specifications: 1) Density: ASTM D 1505/13792. 2) Melt Index: ASTM D 1238. 3) Carbon Black Content: ASTM D 1603. B. Finished Product: On -Line During Production 1. Coverage 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 full width sample shall be cut from the end of each roll, and thickness shall be checked across the entire sample. 2) Appearance: There shall be constant monitoring of the following. (a) Sheet surface appearance. (b) Knife -cut edge. (c) 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 Any roll not meeting the specification for any of the above inspections shall be placed on hold. C. Finished Product: Post 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. 01448006 GEOMEM 3RANE LINER 02245 - 8 10/07 2. Testing Requirements - Resin a. Specific Gravity/Density 1) Test Method: ASTM D 1505 / D 792. 2) Test Frequency: Not less than 1 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 5994 (Textured), ASTM D 5199 (Smooth). 2) Test Frequency: 1 per 100,000 ft 2 and 1 test per resin lot. b. Density 1) Test Method: ASTM D 1505 / D 792. 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 5596. 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 (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. f. Puncture Resistance 1) Test Method: D 4833. 2) Test Frequency: 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 I test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests: 4. 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. 01448006 GEOMEMBRANE LINER 02245 - 9 10/07 t_ 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. 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. B. Weather Limitations Geomembrane deployment shall proceed between ambient temperatures of 32' F to 104' 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. 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 Geomembrane will not be left exposed to weather for more than seven (7) consecutive calendar days. 01448006 GEOMEM 3RANE LINER 02245 - 10 10/07 D. Factory Seam Quality Verifications 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 Approved equipment for field seaming are hot shoe fusion welders and extrusion welders. 1. Hot Shoe Welder, 110 Volt, 10 Amps. 2. Extrusion Welder, 220 Volt, 19 Amps. 3. High-speed, 10,000 rpm, 42 inch side grinder with 80-grit discs. 4. 7.5 KW Generator, single-phase with 110/220 Volt Outputs. 5. 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. 6. Seam Vacuum Tester for non-destructive seam and patch testing. 7. Field Tensiometer, capable of performing seam and peel adhesion tests for quantitative testing on -site. C. Test Seams 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. 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 1 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 seamer shall not 01448006 GEOMEMBRANE LINER 02245 - 11 10/07 be accepted and shall not be used for seaming until the deficiencies are corrected and two consecutive successful full test seams are achieved. 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. 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: 1. Vacuum Box testing a. Equipment for testing single wedge fusion seams and extrusion seams shall be comprised of the following: 1) 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. 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. 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. 01448006 GEOMEMBRANE LINER 02245 - 12 10/07 (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, ration, 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 48 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. 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. 01448006 GEOMEMBRANE LINER 02245 - 13 10/07 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 a. The following procedures shall apply whenever a sample fails the field destructive test: 1) The installer shall cap strip the seam between the failed location and any passed test location. 2) 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. 3) 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. 4) 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 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. 01448006 GEOMEMBRANE LINER 02245 - 14 10/07 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 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 holes, 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 useof 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. The geomembrane liner shall be accepted by the Owner when all of the following conditions are met: A. Installation is finished. B. Verification of the adequacy of all field seams and repairs, including associated testing, is complete. C. Written certification, including "as built" drawing(s), is provided by the Installer to the Engineer. D. Documentation of completed installation, including all reports is complete. E. Acceptance of "Geomembrane Liner Evaluation Report" by the TCEQ. END OF SECTION 01448006 GEOMEMBRANE LINER 02245 - 15 10/07 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. C. Section 02248 - Gravel Drainage Layer. D. Section 02250 - Leachate Collection systems. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 3776 Tensile Properties of Plastics 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 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 D5034 Breaking Stength and Elongation of Textile Fabrics (Grab Test) D5035 Breaking Force and Elongation of Textile Fabrics (Strip Method) 01448006 GEOTEXTILE FABRICS 02246 - 1 10/07 I D5199 Standard Test Method for Measuring Nominal Thickness of Geotextiles I and Geomembrane D5261 Standard Test Method for Measuring Mass per Unit Area of Geotextile 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. 01448006 GEOTEXTILE FABRICS 02246 - 2 10/07 i__ 2.3 GEOTEXTIL,E FILTER SPECIFICATIONS >(:11 T')�3'I`HO � 1VY�1YI11�UM ` , Weight oz/yd' ASTM D-5261 ASTM D-3776 8.0 oz Thickness, t mils ASTM D-5199 80 Grab Tensile Strength lbs ASTM D-5034 ASTM D-4632 200 Grab Elongation % ASTM D-5034/5035 ASTM D-4632 50 Mullen Burst Strength psi ASTM D-3786 380 Puncture Strength lbs ASTM D-4833 120 Trapezoid Tear Strength lbs ASTM D-4533 80 AOS U.S. Sieve No. ASTM D-4751 80 Water Flow Rate m/fl ASTM D-4491 60 Permittivity sec-1 ASTM D-4491 1.5 Permeability cm/sec ASTM D-4491 0.20 U.V. Resistance (500 hours) % strength ASTM D-4355 70 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. 01448006 GEOTEXTILE FABRICS 02246 - 3 10/07 4/4 HFPUFYUJNF!CABDFN FOU! N brf 4 brtoc j ntrcf ! grbdf e! j o! d f ! rpdxj pot ! t i px o! po! d f ! gdmt/! Qbcf n f od t i brftf ! dpoevclf e! cz! f yqf of odf e! boe! Aof e! of st poof rfij odruej oh! tvgf sryt pst-! gxsf n bo-! boe!t I j rrfie! rbcpsf st ! x i p! bsf ! r vbrjg f e! boe! bggTd e! cz! d f ! n bovddwsf sl pg d f ! hf pif yyrfVl B ntgrbdf n f od t i brnccf ! j o! t L4dd bddpsebodf he j d ki f !hf prf yrjrh!n bovc ditsf st !4 dpn n f oebypot /!U f !grbdf n f odt i brrhf .W sgm f ekp! gspvyef !b!dpn grfxf !t i f f dx j d pvdi pr f t -!rf bst-!f ydf t tjvf !x g of rft-!dsf bt f t-!pslpd f slj n of sj dj pot/! 415 GFNE!TFB N T! Hf pifyyrfi!g cgd!n bz!cf!grbdfelcz!pdsrbgqjoh!d f!fehft!b!n join vn !pg29.joci ft!psiczltfx joh!b!3. joci !tp!5.jod !pdsrbggf Of bn /!Ui f !clpoLddpstti bniggri cf !bozhf pn f n cs'bof !#f sld bdjt!ebn bhf e! bt!b!sftvrdpgd f !tf x joh!ggxltt/! 4/6 CBUBTU! Up! gspLf d1 j of dxrby po! gpn ! f ydf ttjvf ! x j oe-! brrtihf prf y yrfi! gbcl d!jo! grtxf ! n vt d cf ! gspcf dtf e! cz! cbrrbt rjoh!d f !g,cg d!x j d !x f j hi rf e!t boecbht/!Tboecbht !n vt dcf !grbdf e!bt !g,cgd!jt !jot dxrfre!boe!opd sf n pHf e!voyrthshd rtesbjobhf !n bLf l br9t !sf bez!rp!cf !grbdf e/! 4/7 SFC$JST! Sf g4st!rp!ebn bhf elhf prf yrjrfi!g cgd!x jrdcf !n bef !jo!bddpsebocf !x j d W f !hf prf yyrfi!n bovgbAvsf st ! sf dpn n f oebypot/! FOE!PGTFDUJPO! 12559117! H FP UFY LkW!(B CS.DT! !13357!. 15! 210181 TF DUJP O!13358! HFPDPN CPTJUF!ESBJOBHF!NBZFS! CABS U!2!.!H FOFS B M 2/2 SFNBUFE!EPDVN FOUT! B/ Cp#ddEsb(joht/! C/ HfofsbiDpoejtjpot!pdcif!DpoubdUoDpatuudypo-!boe!TvggrfnfoLbsz!Dpoejypot/! 2/3 TFDUJPO!JDDNMEFT! B/ Evbrtkif ptf ytjrfO jhi lefotjtz�przf j zrfd Ql ECF`."*obhf lhf pof thf pdpn gptjd!tgf gddbjpo✓! C/ Hfpdpngptjtf!jottbaWpo/! 2/4 SFNBUFE!TFDUJPOT! B/ Tf dtjpo!13356!. !Hf pn f n csbof !Mof sl! C/ Tf dtjpo!13361!.!Nf bci bd!Dprrftdtjpo!Tzttf n t/! 2/5 SFCFSFODFT! BN FSJDBO!TPDJFUZ!CPS!UFTUJDH!BOE!N BUFSJBMr!)BTUN `lTUBOEBSET! E!5241 ! ! SvccfslOspgfsiz.Bei ftjpo!tp!C3fyjcrfi!Tvct"! E !2349! ! ! C3px !Sbtf t !pdLA f sn pgrbt tjd!cz!FywA j po!Qt t tpn f tf sl E !2616! i ! Uf t d N f ti pe! g)d E f of j tz! pd Qt tt tjdt ! cz! Li f ! Ef of j tz. Hsbejf od Ufci ojrvf! Ei2714! ! ! Dbecpo!Crtxi !jo!Prfido!Qtfydt! E !4887! ! ! Uf of j rfi!Cfipgf ajf t !pdQtt tjdt i E !4897! ! i N vrrfn!Cvst dTtsf ohti !Uf t d E 15466! ! i Ttboebse!UftdN f ti pel"Ef tf ipstxjpoWHf ptf ytjrft !gpn !Fygptvsf ! tp!Vrob4pftMhi d E!55: 2! ! ! X bdslUsbotn jttjvytz!Uftd E 15644! ! i Usbgf { pjebrtV bslTtsf ohti !Uf t d E!5743! i ! Ttboebse! Uftd N f ti pe! g)d Csf bi joh! Wbe! We! Frpohbtjpol pg Hf ptfy4rft! 12559117! HFPDPN CFTJJF!ESBJDBHF!NBZFS! !133581.!21 21018! E!5827! ! ! Tiboebse!UFtdNfu pe!g)dDpotcbodl fbell zesbvrjd!Usbotn jttjvytz! ).b.Qbof !Grpx *!pdHf pLfyyrft!boe!Hf pfyrjrfi!Sf rtxf e!CBpevdrt/! E 15862! ! ! TLboebse!Uf t SIN f u pe!grdEf if sr jojoh!BggbsfodPqf ojoh!Tj{f !pgU Hf pLfy4rfV! E!5944! ! ! Tiboebse!UftAfupe!cjAJoefy.Qodvsf!Sftjtrbod!pdHfpifyyfit-! Hf pn f n csboft-!boe!Sf rtxfe!Cipevdt! E6145! 1 ! Csfbijoh!Trfohu!boe!Frpohbrjpo!pdUfyrjfi!(3rc4dt!)Hsbc!Uftct! E61461 ! ! Csf It joh!W!boe!Frpohbypo!pdUfyyfi!G)cld!)TL4q!N f u pe*! E 62:: ! ! ! TLboebse! Uf t d N f u pe! g)sl N f bt vsj oh! Opn jobrh Ui j d of tt ! pg Hf pdyrjrft lboe!Hf pn f n csbof ! 2/6 TVCN JJUBMr! B/ Ti pq!Esixc joht!boe!QspevdlEbLU 2/ N bovddwsf 4 !gspevdjebLU! 3/ Nbovcjtrdwsf4!.btrbrrbrjpo!Jutrs✓drjpot/! C/ N bovg�dvsf4!Dfsjgdbxjpo! 2/ N bovddwsf sln vt ddf sjgz!d bdbrrihf pdyyrfi!hf pdpn qptj rf !i bt !cf f o!jotgf dd e!boe!u bd op!cspl f o!of f erft!bsf !qsf t f odj o!f bci !sprrtpdn bxf sj brit D/ DpoLEb#4 !Fygf If odf !Sf dpse! 2/ bejclxf !f yqf If ocif !pgjot rbrrjoh!n bovddwsf 4 !gspevdl! 3/ Cpvyef!bd rfibtd6!sfgfsfodf!obn ft!x ju !sfdfod Lfrfigi pof!ovn cfst!po!gbtdn vojggbrh t prje!x bt tf !rboeg rrigspWdt/! 2/7 RVBMJJZ!BTTVSBODF! B/ N bovcodvsf s! 2/ Dfsyglu bdd f ldpn qbozli bt!bdrfibtcl6!zfbd!fyqf Ifodf/! 3/ Df sygz! vqpo! Ipc! dpn grfxjpo! d bd hf pdpn qpt j rf ! x bt ! j of rbrrhe! jo! bddpsebodf ! x j u ! n bovddwsf 4 !sf dpn n f oebrjpot !boe!jo! sn bodf !Lp!u f !dpoLdWgf cigdbypot/! C/ Dpou#AN Df s jgz!f yqf If odf !f ydf f et !3-111-111 !t r vbsf !gf f dpghf pdpn qpt j d Ij o!u f !qbt U6!zf bst/! 2/8 N BOVC$DUVSFS(r!DFSUJaDBUJPO! B/ Nbovgditsfsl tibrrhtvcnjd dfsygdbypo! joejdbyoh! nbrf4brhefWsfe! nffLt! gTWdl t of cjg dbypot P C/ I fbucpoefe!I ECF!esbjobhf!hfpofavbrthfpLfygnNhfpdpn gptjrf!xjrrtcf!tvggrjfe!jo!sprrti x i jcli !bsf ! bhhf e!bt!g Tpx t;! 2/ N bovddwsf 4 !obn f P 3/ Cpevdj bf oygdtxjpo/! 4/ WOvn cf s/! 5/ SprrtOvn cf s+! 6/ Ejn f otjpot!pgSprrii 12559117! H FP DP N C PTJUF!E SBJDB HF!1V3Z FS! !13358!. !3! 210181 2/9 TUPSBHF! B/ N btf 4 brti i bnicf !x sbggf e!jo!grbt tjd!x j d !t f bfie!f oet/I C/ N btf 4 brtx j rrtcf !dpvl sf e!tp!crpd !t vorjhi tI! D/ Ttpsf !n bf 4 btjo!bin boof sltp!bApje!dpotbddx j d !t pj rft CaBSU!31.!QSPEVDUT! 3/2 UZ CH B/ EvbrtHf ptfytjrNHf pof dHf pdpn qpt j tf /! 3/3 HFOFSBM B/ N bovdAv joh!C ipdf evsf ! 2/ Tvggrjfe! hf pof dWptfytjrh! hf pdpn gptjtf ! ti brnccf ! n bovddorsfe! cz! if bl cpoejoh! hfptfytjrfi!tplcpd !tjeft!pdhfpoftI!Op!hruf-.bei ftjW-!pslpi fdg)djho!tvcttbodf!ti bnicf! of sn j of e/!Op!gspevddf yi j cj tjoh!cvsof e!d spvhi !hf ptf ytjrft !t i brrtcf !qf m j of e/! Cl N bovdAyloh!Sf rvjsf n f od! 2/ Tvggrjf e! hf pof tihf ptf ytjrh! hf pdpn qpt j tf ! t i bnticf ! n bovgdwsf e! tp! f yi j cj d b! cpoel cf tx f f o!d f !I ECF!esgobhf bf dboe!d f !hf ptfytjrfv-!pslhf ptfytjrft-h(i jd !ti bntf 5gbf s1 d bo!d bdcf Lx f f o!t pjrtboe!d f !hf ptfytjrfl!)b64sbhf !qf f rttLdohd !ti brrtef !!2!ro/!gf sljoci ! gfs1BTUN !E.524*/.Ufriitgohd !ti brrtxf!tfttfe!b!n jojn vn !p�!fvfszG1-111!trvbsf! gff dpdn btf Ibrtn bovoxsf e/! 314 1 ECF!ESBJOBHF!HFPOFU!DPSF! B/ N bovcj3dorsf !Jogxn btjpo! 2/ 1 ECF"*obhf!hfpof lti brrtxf!n bef!cz!dpoyovpvt!fym4jpo.p�fc-kjmn joh!tif! hfpnfuzl sfrvjsfe! tp! ggy4ef! df! tofdgfe! Usbotnjttjvytz! bt! U ipnphfofpvt!! d sff.ejn fofjpobhtLwdysf/! Ui f! sftjo! ti brnccf! tfrfxitfe! tp! gW4ef! bo! pgynvn ! dpn cjobjpo!4Ldohd-lfovy,,pon fodxWtjttbodf !boegtjttbodf hphi f 5 jhi !dpn gsfttjw! rpbet ! d bl n j hi d sf evdf ! trot n jtt jvgtr/! Hf pof d t i bni*OL4o! t tbcj iHf st ! tp! qsf vdod vrtsbnjprfiJrjbi def hsbebjpo/! C/ I ECF!Esbjobhf !Hf pof dDpsf !044sjf t! 2/ 1 E CF !es4obhf !hf pof dcd !t i bttf !op!rft t !d bo!8/6!rjvf bslgf f dx j of /!P d f s!d bo!ryt tf e! n btflbrtgWsjft-!dpd!n btfIbtii branffdps!fydffe!df!gxmpxjoh!gg4sjft;I 12559117! HFPDPN C PTJUF!ESBJOBHF!M3ZFS! !13358!.!4! 21018! D/ I ECF!E sbjobhf !Hf pof dDpsf!C1pgf sjf t-!Dpoyovf e/! (:prmi f slE f of j LO BTUN !2616! 1 /: 48! h(dh .4 ). VVUTibcj rj(f e! Dbscpo!Crbcl !Dporf odi BTUN !E.2714! 3A & ! )Sbohf *! N f rd.bef y!! BTUN !E.2349.F! =2/1! h(21n jo! )Sbohf *! Ui jd oftt!! 311! n jrti )Opn jobrM BTUN !E.62:: ! VojdX fjhi d! BTUN !E.4887! 1/2731! rat(,}? )Opn job !)Pg4po!D*! UfotjrHITu#ohd !N E!! BTUN !E.6145(5146! 561 qqj! )Sbohf *! BTUN !E.6145(5146! Usbotn jttjvyLz!A 21-111!gtg! BTUN !E.5827! 2!Y!214 n 3Qfd!n jo )N jo*l E/ Hfptfyyrfi!(33cld!Cspgfsjft! 2/ Evbrtg of dhf prf y4 rfi!gbc4 d!cpoef e!rp!cpd I j of t !esbjobhf !hf pof dt i hftf !bbpox W o-! off erfi! gvoci f e! gpraf t rf sl psl gpmgWftf ! gJC4 cV!Cpd !t jef t ! p4 ti f ! hf ptf ygrfi!t i brrh dpogm !Lp!d f !gxW joh!gspgf syf t;!! QBPCFSUZl. UETUIN Uf PE! N V i r 1I1i9WF.! Y1(t�,Jlli'! VojdX f jhi d)N BSW! BTUN !E.4887! Agm p((W Ui jd oftt!)N BSW! BTUN !E.62:: ! !91/11 njfi! Hsbc!UfotjnN)N BSW! BTUN !E.6145(5146! !311/1! rat! Hsbc!Frpohbypo!)N BSW! BTUN !E.6145(6146! !61/1! & ! N vrrfio!Cvstd)N BSW! BTUN lE.4897i !491/1! qtj! Cbodursf!Sftjtrbodf!)N BSW! BTUN iE.59441 !231/1! rat! Usbgf{pjebd)fbd)N BSW I BTUN E.5644! !91/1i rat! Cfsn jujvya'!)N BSW! BTUN 1E.55: 2! !91/1! hn d BTUN lE.55: 2! 2/47! tfd2 Cfsn fbcjrjiz!)N BSW! BTUN !E.55: 2! !1/31! do (If d! BPT!)NBSW! BTUN!E.5862! !91! Tjfvif!Tj{f! V=!SftjtdboGf!)N BSW! BTUN !E.5466! !81! &! N BSW>!N jojn vn !Bvif sbhf !SpniV\braf ! 12559117! HFPDPN CPT,bJF!ESB,JDBHFINBZFS! !13358!.!5! 21018! CBSU!4!.!FYFDVUJPOI 4/2 HFOFSBM B/ FyijcjLibsf!jo!Iffgjoh!uf!hfpdpngptjtf!gff!pdefclt!boe!drfibo!glpslLp!jotLbrrhypo/!JjopLI gff!cpn!tpjrtboe!efcsjt-!drfibo!Iwtdgsjpslojotrbrrtxjpo/! C/ Evbrthf prf yyrh!hf pdpn qpt j tf !t i brrtef !grbcf e!pold f !t rpqf t lboe!dvif !)6*!gtf dpoLp!d f !gpps/! 4/3 GFNE!TFBN T! of re!Tf bn t !t i pvre!porn!svo!vq!boe!epx oft rpgf t ! X i f olef grpzj oh-!belbdf odspntln bz!cf !cvuf e!of dLp!of dpslpvf sibggf e!boe!vggf slri zf slpcjhf ptf yrj rfi! i f bddxi f elf vif sz!5. Lp. 6!rjuf bslgf f dpsltf x o/!Jdcvuf e-bf dt i pvre!cf If dvsf etc j d !grtt ydlrjf t !gspvgef e! cz!d f !n bovgbftsf stbggspyj n brf rn!f vlsz!5. Lp.6!gof bs1gff dbrpoh!ri f !gwhfiohri /!. jpvl sbggf a-!2!yf ! f of szl6!gof bsVf djt !tvgjdif oU!Op!n f Lb dlyf t !t i b *f !vtf e/!I pl(podAf bn t k i brrhf !yf e!b2kW bsl g)pdjorf agxH! Bgf sttf &Ioh!of u!hf prf Y4rfi!dbo!cf !pvf srhggf e-W s#qf e!boe!i f bdLW f elf vim!5. Lp.6!#f bsVf u! pstt f x o/ D( if sf If x o-!hf prf y rj rfi!p%f 9toq-.tf zpoelf ehf .Wl E CF!Hf pof c+!cf g)d!t f x j oh-!t i bnii yi j cj &. n joj n vn !bAf sbhf !gxTtw b W !pd7!j oci f t /!Hf pdpn qpt j tf !t i brriopdcf !x f ref e!Lp!hf pn f n csbof /! 4/4 CNB DJO H ! DpoLdxhpsiti bnti boerfi!hfpdpn gptjrf!jo!Un boofslx i jci lx jrrtfotvsf!bhbjotdebn bhf!jo!boz!gxn/! ,bt rbnipvkf slhf pn f n csbof !qof sll f f gjoh!rf of j po!po!hf pdpn gptj rf dboelgpt j rj po!cz!i boe-!jcjof df tt bsz-! Lph jojn j{f!x jol fit/! Hf pdpn gptj rf q i bniWdcf !grhdf e!bdspt t !t rpgf !)j o!i p9{ PoLbftjsfd4 Po*/! 4/5 CBNWTU! Dbsf !t i b *f !del f okp!boetc joe!gsperfn t/D(f j hi dx j d l boe!cbht-!pstf r vjWxfioulevdoh!jot dxrtrjpo! boe!ep!opdsfn pvf!xfjhi do brfjbrtivoyrtdWsln brfSlbdjt!jo!grbdf/! 4/6 EBN BHF!UP!HFPN FN CSBOF!MJDFS! B oz!ebn bhf !Lp!d f !H N Nk j rTief !sf gbjsf elcz!u f !DpoLd drpslbdDpoWxkpEk f ygf of f go.bddpsebodf he j d ! Tf dypo!13356!. !Hf pn f n csbof !Mof sl! 4/7 HFPDPN CPTJUF!N BUFSJBMCSPUFDU.PO! DpoLdxkpsbc j niO f !n f btvsft !Lp.Wddri f ldpn grftif e!hf pdpn qpt j rf !boeW s!tzt rf n Ws§ot rb Twpo! j t ldpn grf f /.W dyvf !t pj daod sin vt dcf !grbl etc j u j or15.Ubfbebslebzt Wpdpn gptj rf 4 of bTN Po/! FOE!PGITFDUJPO! 12559117! HFPDPN CPTJUF!ESBJOBHF!NBZFS! !13358!.!6! 210181 TF DUJP O! 13359! HSBVWMESBJOBHF!N BUFSJBM CBSU!2!.!HFOFSBM 2/2 SFM3UFE!EPDVN FOUT! B/ CpWdJEsb x joht/! C/ HfofdADpoejypot!pddf!DpoLdddg)dDpotuwdjpo-!boe!Tvggrfnfodbsz!DpoejypotP 2/3 TFDU.PO!JDDMJEFT! B/ HshdrtEd14obhf!Nbd4brfl Cl E djobhf !N bd g brtilot &rb jpo/! 2/4 SFM3UFE!TFDUJPOT! B/ Tf djpo!13356!. !Hf pn f n cdmf !Njof sr! C/ Tfdcjpo!13357!.!Hfptfyyrfi!(bcick/! D/ Tfdjpo!13358!.!Hfpdpngptjd!Edjobhf!M3¢fsf! E/ Tf dcjpo!13361 !. !Nf bci bd !Dpnfdjpo!Tzt d n M 2/5 SFCFSFODFT! B ggqftrhQcrjd xj pot ; !Ui f !gvcrjdbypot !rjt if e!cf rpx !gxn !b!gbsdpgu j t R of dt g dbypo!cp!u f !f ycf od d g' sf ode/! LA f ! gvcrjdbypot ! bsf ! sf gf sd e! Lp!j o! d f ! cf yd cz! d f ! cbtjdi of t j hobypo! porn/! Ui f ! rbi t d gvcld4po!jo!vtf !bdu f !yn f !pgu f lfyf dvtfe!clpoubdiJx jrrtcf W f !pof W bdhpwfmt!d jt!gq*d/! BN FSJDBO!TPDJFUZ!CPS!UFTUJDH!BOE!N BUFSJBMF!)BTUN ITUBOEBSET! D!44!1 Tgfdigdxjpo!g)dDpodsfd!Bhhsfhbdt! D!99!! Uftd N fu pe! gid Tpvoeoftt! pg Bhhsf hbcft! cz! Vtf ! pg Tpejvn ! Tvrgxf! pd N bhof t jvn !Tvrgxf ! D!242! Uf t dN f d pe.gAS f tj t cbodf !pgE f hsbeWpo!pgTn bnff-j { f !Dpbst f !B hhsf h bif t !cz! BcsUjpo!boe!,h gbdijo!d f!MA!Bohfrft!N bci jof! D!247! N f u pe!gjslTJfW!Bobrntjt!pdgof!boe!Dpvstf Shhsf hbrft! E!86!! 2: 93lN f d pe!g)dTbn grjvh!B hhsf hbdt! E!3545! UftdNfdpe!g)dCfsnfbcj*!pgHsbovrbslTpjrtl)Dpotrbodl fbel E!3598! DrUtjgdxjpo!pgTpjrtlgjdFohjoffloh!C/sgptfti E!5484! UftdN f 6 pet!gADbr4vn !Dbecpobcf lDpododpgTpjrt l 12559117! HS BVWME SBJDB HF iN B UFSJB M 0 3359L O 21018! 2/6 RVBMkJZ!BTTVSBODF! B/ Dpoubckpsin vtdggMef!x Iufo!dfsjgdxjpo!d brad f!e-c4obhf!hsh4rtn fftt!psifydffet!d f! of Om bodf !sf r vj sf n f ott !pdd jt !t of 4 g dxj po/! C/ DpoLdxkpsln vt dgq*ef !bniof df t t bsz!epdvn f odxjpo!bt !t of ci gf e/! 217 TVCN.UUBMr! Ui f !prrpx j oh5ogxn Npo!n vt dcf !pctbjof eboe!tvcn j of elczb f !Dpooi o!bd*sebocf kprrf djpo! 12411-.[#Tvcn jubrhW! B/ HsbdrtN btf sjbrttp!cf !vtf e/!N jojn vn !gwf !hbrrpo!cvd f ti! C/ Hsbebtjpo!Sftvrit/! D/ Tpvoeoftt!boe!Wt!UftOSftvrrt/! E/ Gfsnfbcj*!UftdSftvrd/! F/ Dbr4vn !Dbecpobtf !Dpotf ott/! CABS U!3!. !QS P EVDUT! 3/2 HSBVWM B/ Hsbdrtti brr�otjtdpddrfbbo-!tpvoe-!i bee-!evsbc6!spvoe!gberjdrft!pdttpof!pslhdi4rtlUi f! hdW rtl i brrtcf !gsf f !pcjtj rtiboe!drtz!bt !ef g of e!cz!B TUN !E .3598-W hf rbcfi!n buf sr!boe!pu f sl pcltdtjpobcrfi!n btfsjbfilpsldpNoht/! C/ HshdrtRvbrju! 2/ Dsvt i f e!n btf I brt lx j rrtoptJcf !bddf gtbcrfV! D/ Hsbebtjpol 2/ Uif!hdWrttipvm!nffdjf!hsbebgpo!sfrvjsfnfod!pdBTUN !D.44!tj{f!Op✓!MUif! n byj n vn !hshd Aj{f t i bftptlf ydf f e!tx p. jai f tPHsbebtjpon be!cf beat tf ekpn f f tlpsl f ydf f e!qf sn f bcj *!sf r vj sf n f od /! TJFVwI & !(w1'CJCyM! 2!'oci ! 211! 4(5!'oci ! : 1.211 ! 2(B!'oci H 31.66! 4(9!joci ! 1.6! Op/!5! 1.6! 12559117! HSBVWMESBJDBHF!N BUFS.BM 113359!.!3! 21(i8! E/ Cfsi fbcjqu;12/1!y!21 3dn afdlpslijhi fq!)BTUN !E.3545!A !gfre!EfotiLz/*! F/ Dbrdvn !Dbscpobrf ;!OpdLp!f yc f f e!26& !cz!x f j hi r/! CAB S U!4!. !FY F DV U,P O! 4/2 HFOFSBM H tWftsb obhf In brf 4 brtn vt dcf !grbcf e!jo!b!n be of sILp!gsf W odebn bhf !Lp!d f !voef sq oh!hf pLf yy rfi! gbcld !hf pn f n csbof !pslhf pc n qpt j rf !drtoz!rjuf d!Boz!ebn bhf iLp!u f !hf pLf yyfi!�cld-!hf pn f n csbof i pd hf pdpn gptj Lf !drtz!rjvf six j ntcf !sf qbj sf e! pslsf grbcf e!j o!bddpsebodf !x j d W f !t of ci; d d xj pot !bdd f! f yqf at !pod f lDpoublo! 4/3 CIVBDFN FOU! Hsbd rt es4obhf ! n brf l bft j ntcf ! grbdf e! jo! bddpsebodf ! x j d ! Tf dypo! 13361-! W bci brf ! Dprd djpo! Tztdn M Hsbddbspvoe!rfW bd!gjgf!ti brrfcf!epof!jo!b!n bcofslLp!gsf4odefgfidjpo!pslrpbejoh!pddf!gjgf/! 4/4 DPN CNFU,PO! gxTpx joh!hEhd tot Lbrd3jpo-!u f !hEhd rtx j rrtcf !dp%4sf e!x j u !d f !f odpn gbtt joh!hf pcf yyrh!gbcgdft p! u bdd f!foet!pod flhfprfyyrfi!gbcld!pWsrbglbdrftrtd7!jocii ft/! 4/5 UI.DLOFTT!\AFS,a.DBU.POI Ui f!sfrvjsfeld jcl oftt!poesbjobhf!n brfdbrtlx jrdcf W4dfe!czftvsdzfein fd pet!polbo!ftL"i fel hde!tzt rf n !x j j !opdrf#t !d bo!pof W gddbypo!gpjodgf sl6-111 ft r vbsf !gf dpot vsgcf !bsf br! FOE!PGTFDU.PO! 12559117! HSBVIFMESB,bBHF!N BUFS.BM !13359!.l4i 21018! t_ TF D UJP O! 13361 ! MFBDI BUF!DPMMFDU.PO!TZTUFNT! CABS U!2!. !H F OF S B M 2/2 SFNBUFEIEPDVN FOOT! B/ CpWdUEsbxjoht/! C/ Hf of dxfD t ! u f !D tsbckj D t Lw !boe!Tv ft f otbsz!D t/! _ Pcej ypo P� po � !� �jPo- 44 Pcej 4 Po 2/3 TFDUJPO!JDDWEFT! B/ Opmf d zrfiof !)CF*!qqf !N bd g brfl C/ Opmf d zrfiof !)CF*!qqf !Jot tbrrbtjpo/! i 2/4 SFNBUFE!TFDUJPOT! B/ Tf dtjpo!13356!. !Hf pn f n csbof !Njof s(! C/ Tf dtjpo!13357!. !Hf ptf yyrfi!C3)cgdt/! D/ Tfdtjpo!13358!.!Hfpdpngptjd!Esbjobhf!KWs(! E/ Tfdtjpo!13359!.!HsbdrtEsbjobhf!M3zfs(! - 2/5 SFCI=SFODFT! BN FSJDBO!TPDJFUZ!CPS!UFTUJC)H!BOE!N BUFSJBMF!)BTUN *!TUBOEBSET! E!2359! ! ! Tgf4dcbtjpo! gad Opmf dzrfiof! Ottgck! Nprejoh! boe! Fyuutjpo! N btf 1 brfi! E!3598! ! ! Drt#tjgdbtjpo!pgTpjfi!g)dFohjoffIoh! C/saptft! E!39481 ! ! Nf6 pe!gpsIPcOgjoh!I zesptdxjd!Eftjho!Cbtjt!g)dLh fsn pgrt#tjd! qqf !N bd g bfi! E!44611 i ! T4fldcbjpo!gA pWdzrfiof!Ca gck!gqf!boeiqi4oht!Nbtfgbrill BN FSJDBO!BTTPDJBUJPO!PGTUBUF!I JHI X BZ!BOE!USBOTCPSUBUJPO!PMDJBMF! N!3631 ! ! Dpswhbtfe!Esbjobhf!Uvcjoh! 2/6 TVCN JJUBMf! B/ Ti pq!Esbx joht!boe!CrpevddEbrb! 2/ Qpv4ef !gjgjoh!rbzpvdx jd !brrtcf oet-!tf f t-!f ropx t-!f td! 3/ qqf !n bovddivsf I!ebLW! 4/ qqf !N bovddivsf 1 !.bt tbrrbtjpo!E bLW! 12559117! M=BDI BUF!DP!1MFDU,PO!TZTUFN T! !13361!.!2! F 21 Cll8! Ls C/ N bovgdvsfs( !Dfsj9cbjpo! 2/ N bovdx!<vsf sin vt ddf s j T!d bdd f !n bd d bfi!t vggryf e!n f f dbrrm f !sf r vj sf n f ort !pgu f t f ! tqf dlddbypot/! D/ DpoLdxkps ff yqf If odf !Sf dpse! 2/ bejdbxf !qbt df yqf sl f ocF !jot dx#uh!n bovdxkvsf * !gspevdd! 217 RVBMJJZ!BTTVSBODF! B/ N bovcjbdvsf sl 2/ Df sjT!d bdd f !dpn gboz!i bt !n bovd)iwsf e!d jt !gspW ddg)slbdrfibt ddvl !zf bst/! 3/ Dfsjg!!nbLfI!xtnffWpsifydffet!ditf!sfrvjsfnfoLt!tgfdlgfe!ifsfjo✓! C/ DpoW)dpsl 2/ Qpvyef!fygfIfodf!sfckm!gjdjofdxrjoh!n bovcjAysfstt!gspevd/!N join vn !dvl!zfbst! f yqf If odf P 2/8 GFNE!N FBTVSFN FOUT! Wdg'!ri bddf re!n f btvsf n f od !bsf !bt !joejdbLf e!po!u f !ti pq!esbx joht/! 2/9 1 BOEMJDH!PG!QlCI=! qqf !t i brricf !t W e!po!dfibo-!rfW rthspvoe!ogsf Wodvoevf kddxd joh!psihpvhjoh!pdu f !gjgf/!Jjd f! qjqf ! n vt d cf ! t dxi f e! g)s! t yxsbhf -! tvd ! t rbd joh! t i pvre! cf ! epof ! jo! bddpsebodf ! x j u ! d f ! gigf ! n bovdx!<vsf4!sfdpn n foebypot/!Ui f!i boe#h!pdd f!gjgf!ti pvrslcf lepof!joltvd Vn boofshi bAdjt! opdebn bhfe!cz!esbhhjoh!pvfsiti bsq!pclfidt!psldvdcz!ci pl fst!pslrjpjoh!frvjgn fod! lfjofegfhn fott!pdgjof!ti bnicf!i boerfie!tplbt!ip!bvipje!ebn bhfhp!d f!giof!psloojohgzttfn /!X i fo! ftoh!tfcijpot!pdgjgf-!ci bjot!psidbcrfi!o'gf!ci pl fst!ti pvre!cf!hAlpefe/!Ozrpo!trjuht!bsf!gsfgfssfe/! Tgsfbefsicbstiti pvre!cflvtfe!xifo!rjgjoh!rpoh!grtfe!tfdjpot/!Dbsf!ti pvre!cf!fyfs4tfe!cp!bvpje! dvujoh!psihpvhjoh!d f!gigf/! 2/: SFCBJS!PQEBNBHFEITFDU,POT! Tf hn f od !pdgj of !i bnjoh!dvLt !psihpvhf t !j off ydf t t !pd21 & !pdu f !x brrhi j d of t t !pdd f !gjgf !t i pvre!cf ! dvdpvdboe!sf n pvf e/!U f lvoebn bhf e!gpsj pot !pdd f !qj of !t i brrixf !sf to of e.Vtj oh!pof !pdu f !n f u pet! jef oydf e!cf rpx !bt !bggqW e!cz!d f !tqf dlgzjoh!f ohj of f s(! QBSU!3!.!QSPEVDUT! 3/2 C P NQ FUI Z NFOF!QJCI=! B/ N vtdcf STUN !E.2359-!Uzgf !J.lPDrbtt!D-!Hsbef !Q45-!DbLfhpsz!6/! C/ CX)fsbyoh!pdCF.4519/! D/ Df rrtDrbt tj d dby po; !BTUN !E l4461-!456545D/! E/ I zesptdxjd!Eftjho!Cbtjt!tibrrbpdcf!rfttldbo!2711!qtj!)22/14!NCS*!bt!gfslBTUN !E.3948/! F/ N jojn vn !Ttboebm!Ejn fotjpo!Sbyp!)TES*;!28/! 12559117! NFBD) BUF!DPNNFDU.PO!TZTUFN T! !13361!.!3! 21018! 3/3 DPSSVHBUFE!CPWFUI ZWOF!Q1CF! B/ Uzgf;!BTUN !G51611 C/ Df nOrtttjddajpo;!BTUN !E!4461-!435531D/! D/ N jojn vn jggf!Tygpftt;!82!qtj/! E/ N vtrldpn gne!x jd !d f!sfrvjsfn fori!pgBBTI UP!N !363/! 3/4 CJJUJDHT! B/ Uzgf;!Tbnf!bt!gjqfP C/ Cfoet;!Porn!rpoh!sbejvt!cfoet!bddfgLbcrfd! D/ Ejttjn jrbslqqf!Dpoofdypot;!Dpoofdjpot!cfLxffo!dpswhbife!gjgf!boe!tn p!xi H fbdgvtjpo! gjgf l i bnt¢f !n bef he j d Whf !bebgtpst !boe!t A. po!n f rbr#bohf t/!N f tbrlgbohf t U b *f k. bt dtpst evdrjrfi!jspo/!Cpnt!boe!ovrt!ti brricf!toorftt!ttffrtl CJBS U!4!. !FYFDV UJP O! 4/2 JIDTUB!MBUJPO! B/ Q df !b!7. j od U j d !rtzf stpcjhsbad rtpo!tpq!Nd f !hf pif yy rfi!n brf sj bdxkptt !d f !f orjsf !rfnhd bme! x jed !pdLdod P C/ E p! opta e4vif ! i f bvre! vi i j ck t ! psl f r vj qn f od po! rpq! pd d f! n btf l brfirp! bye! ebn bhf ! rp! hf pn f n csbof !rjuf sl! D/ Vtjohli boe!i f reln fd bojdxtibn gfst-!dbsfgrrrn!dpotprjebrf W fin brf lbrft E/ Qbdf!df!gjgf!jo!df!dfohfstpddfkdod!boe!grbdf!hshdnl F/ Qbdf !hd:Ad rtvoef sld f !i bvod f t !pgd f !qi of !j o!3. j od !qW !gxrpx f e!cz!i boe!i f re!n f d boj dbrth dpn gbcr po!vghp!d f!tgloh#f!pgd f!qjqf/! G B cpd !d f l gioh#f -!qW !p jhsbnf rtn bz!cf 15. j od f t !d j d -Itapx f elcz r boe!i f rein f d boj dbrth dpn gbdjpo/! H/ Bgf sthsb d rtjt !grhdf e!rp!grni of qd -!dpd std f !tpq!x j d !d f lhf ptf yyrfi!dcldr! 4/3 QKF!MPJDJDH! B/ Tfdkjpot!pcjgprnfdzrfiof!gjgf!tipvre!cf!Ipjofe!jorp!dpoyovpvtVCf pot!po!df!lpc!tjrf!vtjoh! n bovdAysf 44 dpn o f oef e!n f d pet/! C/ Ui f! Ipjojoh! n f d pe!t i brricf ! d f! i f bticyt j poi n f d pe! of spm f e! jolt L4dd bddpsebodf ! rp! d f ! n bovdAvsf si 4 dpn o f oebr j pot/! D/ U! f!i fbUgrtjpo!frvjgn foLMfe!ti pvrelcf!cbgbcrfi!pgn ffyoh!baidpoejypot!sfdpn n foefe!cz! d f !qj of !n bovdxdwsf &!jodrvejoh!cvdopLlry' n j rf e!q}kf n of s{xvsf!sf r vjsf n f od-lbrjiion f odboe! grt j po!gsf t tvsf t/! E/ B nth cf oet 4 rf f t-! boe! g r.rjoht ! n bz! cf ! t i pq! n bef ! jo! bddpsebodf ! x j d ! n bovdAvsf st ! sfdpn n foebrjpot/! 12559117! WBDI BUF!DPWFDU.PO!TZTUFNT! !13361LW 210181 4/4 QK:F!PPJOJOH!DPSSVHBUFE!CPNzFUI ZWOF!QJCF! B/ Tfdypot!p uhbLfe!gprnfuzfiof!gjgfitibntf!grbdfeloyok3oyovpvtkfdypot!pohifJx.tjd! vt joh!n bovgAvsf (t !sf dpn n f oef e!n f u pet/! C/ gqf !t i bniuf !lpjof e!vt j ohln bovg)dwsf 4 idpvq#h!gj f df t !boe!yf t/! FOE!PGTFDU.PO! 12559117! WBDI BUF!DPNWDUJPO!TZTUFN T! !13361!.15! 21018! TF DU,P O!13371 ! QS P OF DUW ITP .MDP V1FS ! Cf3S U!2!. !H F OF S B M 2/2 SFM3UFE!EPDVN FOUT! B/ QpWddEsbx joht/! C/ Hf of dxtDpoejypot!pdd f !Dpoubdlg)slDpot L&djpo-!boe!Tvggrfn f o bsz!Dpoej ypot/! 213 TFDU.PO!JDDWEFT! B/ C EpLf ddHf !Tpj rtDpwf slTgf gddbjpQ/l C/ Qpd djmf !Tpj rtDp Af sl.bt dxrbjpo/! 2/4 SFCFSFODFT! Ui f ! gvcrjdxjpot ! ry't if e! cf rpx ! gmn ! b! gbsd pd d jt ! t of dl g dxj po! rp! d f ! f yrf od sf 4 sf od e/! Ui f ! gvc#Npot !bsf !sf g ssf e!tp!jo!d f !dydcz!cbtj d!ef t j hobypo!pom/! UFYBT!DPN N JTTRO!PO!FOWfSPON FOUBMRVBMUZ! UDFR! ! ! ! Ufybt!Dpnnjttjpo!po!FovysponfodbrtRvbrju-!NvojdlgbrfTprje! ! ! ! ! ! X bt d !N bobhf n f odSf hvrhjpo-!41 !UB D!Di bqd s1441 ! UDFR-!Njofsll boecppl ! NjofslDpotuktdjpo!boe!Uftyoh!l boecppl !CLcdli fe!jo! ! ! ! ! ! bddpsebodf!x jd 141!UBD!a1441/7-!14rrn!2-!2:: 51 ! PX OFS! N TX !Cfsn jd! I ! Px of*!UDFR!N TX KJfsn jd 2/5 X FBUI FS!MN JJBU,PO! QpLf djmf !t p d4W sit i bntcf !*d LwdLf e!x i f o!d f lbin ptqi f 4d!rf n of sbwsf !jt !bcpvf !46!ef hsf f t G! X i f o!d f !rf n of dxvsf !dx lcf rpx !46!ef hsf f t !G!d f !DpoLdxkpsit i brrtgspf diJbnY& bt !pddpn grfxf e! gsprf #4 !t pJ slcz!bggWd eh f d pet !bhbj of def t4 n f odxti g# dt !pdo f (joh/!B sf bt !pd*n qrf f e! gsprf dyvf !t pj rtdp d slebn bhf e!cz!g f f { j oh-!sbj odxnipslpd f six f bd f sldpoej ypot !t i brrtcf !dpssf dLf e!ip! n f f dt of dldf e!sf r vjsf n f ott/!C�prf djmf !t pj rtdpvf slgrbdf n f odt i bniupdpddvslpo!d4oz!ebzt !pslx i f o! s4o!jt !j n n jof od! 216 TVCN .J-AJBMr! B/ Tvcn jdrjtdpdbrrtirvjgn foUgspgptfe!g)slvtf!jo!grb4oh!boe!n bj000joh!gspddj%4!cods!!Op! f r vj qn f od x j rftf ! brrpx f e! x j d jo! d f! rip j d ! pd d f! rjof sl tzt if n ! x jd pvd bggqNbr pd d f! Fohjoff sf! 12559117! CBP UFDUYf!TP.MDPVfS! H 3371 L O 21018! C/ Tvcnjdjo!bdckmbodf!xju!Tfdjpo!12411-!Tvcnjubrtr!jodruejoh!frvjgn fodxfjhi u!hspvoe! gsfttvsf!jogxn bypo-!sfrvjsfe!lWd jd oftt5ogxn bypo-!ftdrNobWWe!frvjgnfowdxjoh! poll f !gppslpdti f !rjof sttzt tf n !psid f !tj of It rpgf t !x j rrtopdcf !bnpx f e/! CBSU!3!.!QSP EVDUT! 3/2 N BUFSJBMr! N bcfIbrtvtfe!jt!b!dpbstf!tboe!d bdjt!ttpd gjrfie!po!tjtf!of bsld f!gsWdiJry'n jtt/!Brrtn btfsjbrtti brrtef! g#f!pdefcdt!boe!spd t!rbshfsli bo!3!jod ft!jo!ejbn fcfsl! 3/3 FRVJON FOU! B/ Ustxi f e!f r vj qn f odvtf e!tplgrixf l pjrtdfxnf slpo!d f !i pl(pouxtgpsjpo!pdtii f !rjof sttzt tf n In vt d cf !rpx !hspvoe!gsf ttvsf !Lzgf !)6/1 !gt j !n byj n vn !tbd !qsf ttvsf V C/ Fr vj qn f odd bdf yf at !hspvoe!gsf t t vsf t !pdi j hi f sld bo!6/1 !qt j !po!d f !#j oh It zt tf n !x j rrJopdcf I bggspde!vorfrtt!dpotddrpsldbo!dfsjgt!u bdtiftf!dpoejgpot!dbo!cf!nfdxjtJ !b!tgfcldd!rjgJ d jd oftt!pdgsptfdjvd!dpvfsl!Tvcn jddbrdvrbypot!cp!epdvn fodU f!dfsjgdnjpo/I D/ Porn!rpx !hspvoe!gsf ttvsf !f r vjgn f oU)=!6/1 !qt j*!f r vjgn f odx j rrkf !bnpx f e!po!d f !t jeft rpgf W d f !rjojoh!tzt tf n /!Tvcn j drjt dpg'f r vj qn f odtp!cf !vt f e!po!ti f !t jef t rpgf t-!jociuej oh!f r vjgn f od xfjhi d-!hspvoelgsfttvsft-Isfrvjsfe!rjWj jd ofttft-!fuYlgodFohjoffslbggsptnbig4pstrp!qrt34oh! f r vj gn f od po! ti f ! t j of t rpgf t /! Jd x j rnccf ! Dpotbdtps¢! sf t gpot jcj *! tp! of n pot tsxf ! 0 bd f r vj qn f odvtf e!po!d f !tjof t rpgf t !x j rrtopdebn bhf !U f !quf slpsichd f !b.fa rjejohNgj msf /! CB S U!4!. !F Y F DV UJP O! 4/2 TUPDLQMJDH!NBUFSJBM Jd of df tt bsz-! n btf d brt! t i bntrcf ! t tpd qj fie! j o! ti f In boof s! boe! bd rpdnjpot ! of t jhobtf e/! C4 psl tp! t tpd qj rjoh-! d f I t tpsbhf I tj tf t! t i bnt cf I d fbd e-! esbj of e-! We! rfW fie! cz! d f ! Dpou blo! B ggqA4 e! n bd' d brtbt4 rbcrfi! gpn I f yd wJxj po! psi hsbej oh! t i bntcf I t 0 qj fie! j o! 6 f I n boof sl boe! bd rpdnj pat! of tj hobtf e/! 4/3 HSBEF!DPOUSPM Ui f !d cj t i f e!boe!dpn grfxf e!cI p djvl !t pj rtaW stt i brrtaoogxn kp.ki f hdmf t-!rjof t -.Uo t If dj pot-!boe! ej n f of j pot It i px o/! 4/4 M3Z FS!UI JDL OFTP Ui f !dpn grfxf eW jd of tt !pdd f !gsptf djvrf !t pj da"d s1t i bntxf !bt !joej dxf e/I dtjvrf !t pj rtotpuif six j rrbf I qrbJf e! tvcfi ! d bd d f I Lpq! t vstd-! ev4 oh! t qsf bej oh! pqf dxjpot -!j V U n jcj n vn I pgf 3. gf f d bcpvf I J f ! hf pdpn gptj d In btf d bfi 4/5 DP N CB DUR O! Dpn gbc4po! dpouprtjt ! opd sf r vj sf e4 i px f vrf s! j d t i pvre! cf I t tbcfi! g)sl dpot Lwdjpol boe! ej t qpt brh f r vj qn f od! 12559117! CJ3PUFDWAF!TPJMDPVWS! 113371 L O 210t 8! i_. 4/6 UI .DL OFTT!DPOUSPM Ui f!d jd oftt!pdd Mffidun btfI"vccbtf!dpvstfiti brrtef!n fbtvsfe!bdjoLfs&rtlggvyejoh!bUrftAd pof !n f btvsf n f odg).df bci 16-111 !tr vbsf !cjf dpsln blpstg bct po!d f sf pdpggsptf dtjW!tpjr cO4s(lUi f! d jd of tt!nfbtvsfnfodti brricf!n bef!cz!tvsdz/!Ui f!Dpotd)dtpslxjrdgpief!tvsdz!dpouprtevgoh! dpot tsudjpo/!U f !P x of stx j rrigq*ef !gobrfi j d of tt !t vWz lbgf slDpoubdpdopygf t �x of slggxf d W ! tpjrttWsli bt!cffo!grbcfe!boe!sfbez!gpsi%44ddxjpo!tvsdz!cz!Pxofs(!Boz!bsfbt!pdjobefrvbrf! d jd of tt!sfrvjgoh!b!sftvsnfz!x jrrtef!epof!bdDpoubdtps¢!fygfotf/!N byjn vn !tprfdx)df!ti brrtef ! , 1/3.gVdpdsld f!3.gopddpdsld jd oftt/! 4/7 HSBJC)!T4 F!BOBW-TJr! B/ CEf . dpot tsrdtjpo!boe.Upogxn bodf !tft yoh!g*sptf djvi kW stt pj rtix j ntodroref In byj n vn !tj{f ! hsbebypo! xjd ! njojn vn ! dpogxn bodf! tfttjohl Orvfodz! pd pof l hs4o.tj{f! bobrntjt! )BTUN!E533"!qfs16-111!dvcjdzbmt!pdjo.grbcF!n btfsjbrfi 4/8 CNBDFN FOUI B/ Dpouddcpsl x j rrtxU f! n f bt vsf t ! tp! gsptf dl d f ! dpn grfxf e! rjof sl tzt tf n ! bgf sl jot tbrrbtjpo! jt ! dpn grfxf /! Op! gpsj po! pd d f ! rjuf s! tzt cf n ! x j nil n bj o! f ygpt f e! g)d n psf ! d bo! 26! ebzt ! bgf sl jot ctxrhrjpoljt !dpn grfxf !boe!d f !tzt cf n !i bt !cf f o!bdi f qtf e!cz!d f !Px of slboe!d f !Fohjof f sl! C/ C7bdf !d f lgsptf dtjvJ ." sln brf sjbrtx j d h bci jof sz!d bulohi f Moj poNd f !Fohjof f s-!x j nimpd ebn bhf!boz!gpsjpo!pddf!rjvfsttztcfn 1pslffW btf!dprrfidjpo!tztrfn !pddwtf!grjsjohF4pdd f! rjoj oh!tzt cf n !pslboz!gbs(pgd f !tzt rf n /!Fr vjgn f oLMf e!tp!grtxf !d f !qW dtjvf .kW sin vt tlopd fyfsrlblhspvoe!gsfttvsf!rpbe!hsfbrfs!d bo!6!gtj!po!d f!#fslpslffW txf!dpnfdjpo!tztrfn !boe! n vt ticf !bgggWe!cz!d f !Fohjof f slgsjpsltp!vtjrj(btjpo!po!d f ltzt rf n /! 4/9 N BJDUFOBODF! Ui f !qWJ dtjvi !t pjrtd)wf slt i brrtef !n bj otbj of e!j o!Ut btjt g #sz!dpoej tjpotvotj riioddf qtf e/! FOE!PGTFDU.PO! 12559117! C S P OF DU U ITP.MDPVIFS ! !133711. !4! ._ ; 21018! TF DUJP O!26241 ! X I FFM=E!TVN UQ\/N QP Cf3SU!2!.!HFOFSBM 2/2 TVN N BSZ! B/ Tf djpo!Jxkvief t;! 2/ X i ffrfie!tvn q!qvn q!boe!n pipslboe!sfrbrfe!bddittpdfM 3/ TjefRrpgf!dtfsf! 4/ DpoLq*bof rft 2/3 CFSCPSN BODF!SFRV BFN FOUT! B/ Cpvyef ! qvn qt ! cp! pqf sbJ ! bd tzt if n ! gvj e! if n of tLvsf t ! x j u pvd vbgpsl cj oej oh! boe! dbvyrtxjpo-! bsf ! opo. W spbej oh! j o! gbdxrfr hpsl j oejvyevbrhpgf d4po-! boe! pqf sbd ! x j u j o!! 36!gf scf oclpdn j egpj odpdgvcry'1 i f e!n byj n vn !f 93cljf odz!dvsd/! 2/4 TVCN JJ BMP B/ Tfdjpo!12441!.!Tvcn jubrtC6pdevsft;!Tvcn jubtgspdfevsft/!- C! QpevcU Eb&,! Tvcn jd dfsjdfe! qvn q! dvsdt! ti px joh! off bodf! ci bdWltydt! xju ! qvn q! boe! tzt if n ! pqf sb joh! qpj od grpuf er! Joch fi ! OCM ! dvs4 ! x i f o! bggry' ftrfV.bdrvef ! f rfxM dtxtd bdW sjt Oct! boe! dpoof djpo! sf r vj sf n f od/i Tvcn j d tatp-! n bovctftsf sin pef rii ovn cfs-!ejnfotjpot-!tfswjdf!tj{ft-!boe!dojti ft/! D/ N bovgbdrvsf 4 ! ,bt chTWpo! .bt uwdjpot; l Tvcn j d bggrixW po-! t f rfdjpo-! boe! i ppl vq! dpoghvstxjpo! xjU! gjgf! boe! bddittpsz! fdmbypot/! Tvcnjd iboNoh! boe! tvggpsd sf r vj sf n f oLt !boelsf dpn n f oebypot/i E/ NbovgftEfo!Dfsjdd!xf;!Dfsjgz!gspevdlt!nffdps!fydffe!tgfcljdfe!sfrvjsfnfod/! 215 DCVPTFPVU!TVCN JABMr! B/ Tfdjpo!12811!.!Fyfdvypo!Sfrvjsfnfott;!Drptfpvdggxrevsft/! Cl Pgfdxjpo!boe!Nbjotfobodf!Ebb!TvcnjdjotrbTWpo!jotrs✓djpot-!tfs4goh!sfrvjsfnfod-! bttfncm4. fxt-!rwAdxjpo!jotLwdjpot-!boe!sfgnccifnfoclgbst!rjtr/! D/ N t oL4o!pof !dpgz!pgf bci !epdvn f odpo!tj if P 216 RVBMIv.DBU,POT! B/ NbovdyEfsj!Dpngboz!tof4bHjoh!jo!nbovdAY4oh!gspevdt!tof4dfe!jo!Ujt!tfdypo! x j u !n j of n vn W sf f !zf bst ff yqf df odf/! Cl .btdxnflg!Dpngboz!tgfc!)brjjjoh!jo!gfs m joh! X psi !pdu jt!tfdjpo!x jU !n jojnvn !d sff! zf bst !f yqf if odf !bggW elcz!n b(yvdAysf sf! 2/7 EFMjd1FSZ-!TUPSBHF-!BOE!I BOEMJDH! B/ Qpdckltztcfn t!gpn !f ouz!pdg)djho!n bcfdbrticz!cfn gpdsz!dpvfst-!dpn gfiyoh!tfdypot! pdU f!x psi -!boe!jtprbjoh!gbst!pddpn grfxfe!tztifn /! 12559117! X I FFWE!TVN QCVN QT! 26241!.12! 21018! 2/8 GFNE!N FBTVSFN FOUT! B/ V1f dg:!df re!n f btvsf n f ott !ql psttp!d)cIdxjpo/! 2/9 X BSSBOLZ! B/ Qisojti !dW!zfbsln b(yvgdtvsfsix bssbotz!g)dgvn qt/! OBSU!3!. !QSP EVDUT! 312 X I FFNFE!TVN QCYN Cl B/ Nbovgb tysfst;! 2/ FCH!Tvsfgvn q!X i ff rfie!Tvn q!Esbjofsr!N pefrtK TE6.6!pslbggWe!frvbdl Cl Es4 of slt i brrti bd !b12!2CB!j oci !ti sf bef e!ejtci bshf !op{{ rfY! D✓ Cf sgm bodf !sf r vjsf n f od/! 2/ C3px !dbgt4 tz;!31 !hbr(h j o/! 3/ 1 f be; !96!g/! E/ Fbci ! x i f f fie! t vn q! esbj of sl t i brrticf ! dbgbcrft! pd qvn gi oh! dpotbn j obd e! hspvoe!x bd d g)d tgiaWdpwfsz-!rfibci btf-!qvs f!boe!tbngquh!bgq#Wpd/! F/ B ! ubot n j of sl n pvod t i b Ttuf ! x f ref e! bd d f ! cf odsJ cpupn ! pd d f ! tvn q! es4 of st g3d rjT vje! A4rtdpotprflU f !t vn q!edlofslti bnW m j d j f !voj d Lp! tAvn q!epx A p!x jd jo!23!jod ft! pd d f ! t vn q! cpupn ! x j d pvd boz! rpt t! pd of sgxn bodf ! psl ebn bhf ! tp! d f ! qv q/! U f ! tvn q! ed4 of sJ t i brrtcf ! f r vj qqf e! x j d ! U W odW3W ! tp! btt jt dx j d ! d f ! f vbdvh jpo! pd to sigpn! d f ! t vn q!es4 of sf! G Fbci !vojtlti bnief!dofe!xjd!361!g/!pdttbjorftt!rjgjoh!dxrfilpgKvgd4fotjtt$ohd !tp!gfsn jtj sf n pwtxtpdd f !vojd! H/ Fbcd !voj tlt i bntcf !tvj tbcrfi!gcsltj of ft rpgf !qtf slj of tbrrbtjpo✓!! I/ N p4A ! F bcii ! voj d t i bntt*n f! x j d! U /86! 1 Q t vcn f st j crf}! i f sn f gcbrrn! tf brhe! Cool rj�! fifd4d!n ptpsleftjhofe!g3ddpotjovpvt!evtz/!U f!n ptpslti brrtef!tjohrft!gi btf !x jd !361!g/!pcj dbcrftr!U f ! n ptpslt i bnicf !cWdd e! tp! d f !qvn q!vybl bin ptpslbebgtf sJ boe!dpvgrjvh! j o!415! ttbjorftt!ttff nNTohrfi!gi btf !n ptpst!ti bnti hd!d fsn bfgWdtjpo!jo!d f,!n ptpslx joejoht!tp! qqA dtJ d f ! x j oej oht ! gpn ! pAf srpbe/! U f ! voj d x j ntdt tbaJ bvtpn bt jc brrn! bgf s! d f ! n p pd dp" epx o/! U f ! n ptpsl rfibe! x j sf ! t i brr hcf ! op. tgrjft ! x j d ! FCHg! f:DQ4 x btf s boe! ci fn jdbrrn!sftjttbodjatvrbtjpo/! J N btf I brtt!N blp dpn gpof od 4 i brrtef !n bef !pd415!t tbj orftUt tf f rdtf brt4 oht !bsf !tp!cf !n bef ! pd Uf gpoO ! boe! cf 14 oht ! bsf ! tp! cf ! F. H W 0 /! , b! beef tjpo-! b Ttg t tf of st ! bsf ! tp! cf ! 415! t0orftt!ttffrtl K Di fd !VbW;!Fbci !vojdti brrtjodrod!Ucvjrujo!d fd !vbW-!xjd !! pvtjoh!boe!ejtdlpd415! t di orftt !t tf f rtboe!d f d !vi6 W U txJpdUf gpoO /! L/ Ti bga!U f lti bgjti brrtcf!pd415!ttbjorfitt!ttffrtboe!sptbtf!po!F.Hrjefl5 V14oht!xi jd !bsf! ggmdtJrocl dxf e/! M E j gytf s! Di bn cf s; ! U f ! ej g}rtf sl d bn cf st ! god f bd !j n of nfei t i br ticf ! 415! t 4 orft t! t tf f f Corsi f sl!d f z!t i brW !d of ex j d !Uf gpoO !j n of nfrttf brf>j oht/! N / ,h of nfEt; !U f !j n of nfs)t*!t i bnicf !drptf e!boe!dpot jt dpd415.4 di or tt!t tf f rfl 12559117! X I FFNFE!TVN 4CYN Cir! 26241!.!3! E_ . 21 C1 8! 3/3 T.EF!T!VPCF!S.JTFS! B/ Opo.hvjef!sbjrtejtdpoofdltzttfn!)O.TfIft*!cz!Tvsfgvnq!pslbgqpde!frvbrtl 3/4 DPOUSPMCBOFM B/ Gisojt i ! pof ! FCH! Dpn qbojft-! ,bdl! V/M! rit tf e! M 36! CLJ! dpotgxtigbof rtxp! pqf dxf ! qvn q! n ptpslboe! b✓yj rjbsz!f r vj qn f otlj o! n bovbtps! bvtpn becP n pef A Ui f !gbof rff odrptvsf !x j rrtcf ! OFN B!tzgf!5/! Cl FoctWvsf!ti bTWf!frvjggfe!xjd!bo!joofs!eppsr!ttbjorftt!ttffr"q!ti jfre!boe!tbnofst sf t jt tbodrbtd /! Dt LJ f ! c!potsprttzttf n ! x j ntpgf sbtf ! gpn ! U 351 ! vpm! 71 ! i f st{-! t johrfi! qi btf ! qpx f st t vggmt! CLn q!dpotgrtdpn gpofod!x jnicf!tj{fe!tp!pgfdxf!gvn q!n ptpslpdtgfa]dfe!i pstfgpxN E/ Ttboebse!gf bwsf t !tp!cf lj odrvef e!x j ti !U f !dpouprlgbof rtiodmef ; ! 2/ N 4 o! 31 ! bn q! ejtcW d ltx j td /! Ti bnfgdvtf od pqf ojoh! pd gbof rtx i j rfi! qpx f slj t ! po! boe!jodmref t !361 hNxu!21 !bn q!evbrtf rfn f otJgrtft/! 3/ to boe.PggBvq*. Tfrhdtpsl Tx jtd ;! Brrpxt! n bovbrtipsl bvtpn btjd! pgf,41ypa/! U f! tfrfdtps!tx jtd !ti brrtcf!b!i fbve!ev¢-!pjrtyhi u!OFN B!5!stxfe!tx jtd !n pvotfe!po! U f !j oof sleppd! 4/ N ptpdDpotbdtp4!Ul f!n ptpsldpotbdtpdx jrricf!tj{fe!tp!ti f!gvn q!n ptpdi pstfgpxfsf 5/ Dpot gx Jtot g)sof S ! Ldmt gxn f six j ti ! git f e! q4 n bsz! tp!j t prtxf ! 43agprt4 sdvj tJ gpn ! qpx f sl cj sdvj d boe! god f bt jf sl boe! t bgf sl df re! x jdoh! pd bdcftt pdf t/! JJ t i brrt px f sl j odpn j oh!vpnt f !tp!231 !V\brd/! 6/ Svooj oh! M N U! Joo c b Jt ! f of shj { bgpo! pd n ptpd clsdvjt/! JJ t i hrrtd ! i f bnz! eviz-! pj rh tjhi u!OFNB!5!sbde!boe!ti bnti W!UHpr&W!tvsff!tvggsfttpsi cvjrdjo!tp!qqxpoh! rtn q!rj#/! 7/ N pqA TtbW X j oej oh! Dpotgrh x j ti ! Ttb9J Dbgb4 tpst ! boe! Ttbsl X j oej oh! Sf rbz; ! Dbgt4tpdjt!vtfe!tp!ttbWn ptpsl!Sf rb¢!jt!vtfe!tp!sfn pvif !ttbWx joejoh!gpn !djsdvjd x i f On ptpslsf bcl f t !pqf sbyohlt of f e/! 81 Mvtf rN bt tf sl Mvi df)potpr1 U f ! M%4 rN bt tf sl t i brncd ! n pvotf e! po! d f !j oaf sl eppsr! N f tf sl t i bn-hi bnf ! b! ej hJ L"sf bepvd boe! d f ! cbgbcj *! tp! n poj tpsl boe! n b otbj o! qv gjoh! pgf d-ypat! bt !x f rrtbt !bdrfibt dw p!pti f slrfW rtt j hobrttr!M%4 rtdpotgxft i brttef ! bddvd3J!tp!xjti jo!1/!2!jocl P 9/ 1 f btf sl x j Li ! Belvt tbcrft! Ui f sn pt tN! Up! qspn ptf ! f %d o! ejt td cvtj po! pd i f btl boe! frunobgpo!pdi pdtgpt#!boe!dpoefotbypo/!I fbtfsldrfnfodti brrtcf!n pvotfe!jo!tgbcf! cf uc f f o! ti f ! tvc. gbof diboe! d f ! cbd ! pd ti f ! f odrptvsf ! boe! gsMef ! b! n j of n vn ! pd! 4Tjocl ft!trvbsf!pdi fbgoh!bsfU! / M hi 0 oh!B sd t tps; M brrtcf !hspvoef eon f tbrhp!n f tbrykp!x btf stt tsbtb/! 21/ Ufsnjobr L4q;!Qpvjeft!fbtz!dpoofdipo!pdfydsobr*ngpofott/! 22/ j po! Joi j cj tpd Fn j of S ! Jodrmtj po! pd bo! joevt L4bdj lo! jd j cj tpsl f n j of sl d bdt i brrtgsptf dlj od sobrfdpn gpof (xt !pddpoJbof ►t9pn ! j po!gpslvq! Lp! paf! zf bar! 2N Opsipgtjpot!tff!tgfcjddbtjpo!ti ffLtA F/ LA f!tvcn fstjcrfi!gsfttvsf!tbatn jufslrfnnfrttfotpslti brrh bd!blsbohf!pd 1!tp!361!g=fUxjti lb! 5!tp!31 ! N B ! pvtgvdt j hobrtlUdmt n j of sl dpot uudj po!t i bnicf !t tbj o►ftt !t tf f rtcpez-!t 0 orftt ! t tf f rho bqi s)hn ! boe! VgLpo! tf brut x j i ! d f n j d xhsf t jt tbod tj hobrtdbcrfd! LJi f ! toot n j of st cijsdvjdti bnicf!ggxfdfe!cz!jouiofjcbme!tbgf!cbsofstA 125591171 X I FFM=E!TVN QCVN Qr! 2624VA! 21018! 0 Tngrfy!TztLfn;!Ujt!tzttfn!jt!eftjhofe!yD!trbsJUgvnq!po!Uribohf!jo!rjrvje!rfaifrtbt! t f of f e!cz!u f !qsf tt vsf !ubot n j of eLA f !qvn q!x j rfltoNovf !yD!s✓o!voyrW f !t f rfxlf e!rfwf rtjt ! sf bcd f e/! Jj u f! rjr vj e! rfW rfd bohf t ! cf zpoe! t f d qp opt-! U. i j N ! boeQA rpx ! A4 rtx j rrtrcf ! boovoclj brf eA GABS U!4!. !FYF DVUJP O! 412 JOTUBMIBUJPO! B/Qpvjef!gvngt!tp!pgfsxf!bdtgf4dfe!tztLfn!guje!Lfngffxvsft!xjupvdW)gpsicjoejoh!boe! cb4d34po-!bsf!opo.pvtaptooh! jo!q "jcej,4evbfd3jpo-!boe!pgfslxf!xjujo!36! gfslodpdnjegpjodpdqvcrjti fe!n byjn vn !fgd4fociz!dvs►nf/! Cl K&c4dxf!gvngt!bt!ofdittbsz!cfgosf!tibsuvgt! D/ .bt rbntt j of !t rpgf !lt f sl bt !t i px o!po!grhot !boe! bt !sf dpn n f oef e!cz!u f !n bovddwsf sr✓! Bvipj e! ebn bhf !ti brritp!u f !ddsit ztLf n /! FOE!PGTFDU.PO! 12559117! X I FFM=E!TVNQCVNCir! 26241!.!5! 21U8! APPENDIX A SOIL AND LINER QUALITY CONTROL FLAN _1 N WEST TEXAS REGION DISPOSAL FACILITY SOIL AND LINER QUALITY CONTROL PLAN (SLQCP) Prepared for WEST TEXAS REGION DISPOSAL FACILITY LUBBOCK COUNTY, TEXAS MSW PERMIT NO.2252 -" "'k-k' NOVEMBER 1998 Jo/7 HDR Engineering, Inc. 1270D Hlllcrest Road, Suite 125 Dallas, Texas 75230 -11 WEST TEXAS REGION DISPOSAL FACILITY - MSW PERMIT NO.2252 SOIL AND LINER QUALITY CONTROL PLAN TABLE OF CONTENTS Section P 1.0 INTRODUCTION.........................................................................................................1 1.1 General.................................................................................................. ..........1 1.2 Definitions..........................................................................................................1 2.0 GEOSYNTHETIC CLAY LINER (GCL).......................................................................4 2.1 General.l..........................................................................................................4 2.2 Submittals ................................................................................................. 4 2.2.1 Pre-installation.................................................................................4 2.2.2 Installation ....................................................................... 5 2.3 Delivery, Storage, and Handling.......................................................................6 2.3.1 Fucking and Shipping........................................................................5 2.3.2 Storage and Protection......................................................................... 6 2.4 Materials....................................................................................................... 6 2.5 Manufacturer. .................................................................................. a 2.5.1 Acceptable Manufacturers.................................................................... S 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........................................................................................................1U 2.8.1 Storage ...........................................................................................10 2.8.2 Installation ...........................................................................................10 3.0 FLEXIBLE MEMBRANE LINING (FML).................................................................... 3.1 General........................................................................................................... 3.2 Submittals.... ....... ..... ............................... 3.2.1 Manufacturer'sCartifcation of SLQCP Conformance ........................ 3.2.2 Contractor's and Manufacturer's QC Program ................................... 32.3 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............................................................................................................ 3.6Installation Procedures..................................................................................... 3.7 Field Quality Control...................................................................:,�,.b-o.��.�... West Texas Region Disposal Facilty 104 Soil and Liner (Duality Control Plan 11 11 11 11 11 11 12 12 12 13 13 14 15 17 4.0 LEACHATE COLLECTION SYSTEM 21 4.1 Granular Drainage Media 21 4.2 Geocomposite Drainage Materials 21 4.3 Leachate Chimneys 21 4.4 Drainage Layer Placement 21 5.0 PROTECTIVE COVER 25 5.1 General 25 5.2 Protective Cover Soil 25 5.3 Protective Cover Soil / Tire Chips 25 6.0 MARKING AND IDENTIFYING OF EVALUATED AREAS 27 7.0 SLER, FMLEA AND CONSTRUCTION DOCUMENTATION 28 West Texas region Disposal Facility 10-ii Soil and Liner Quality Control Plan 1.0 INTRODUCTION 1.1 General This Sail 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 shalt address the fallowing: • 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. s 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 Commission (TNRCC). 1.2 Definitions This section provides the definitions for terms used in this SLQCP. "Quality Control" - Actions taken by the FIVlL 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, "GeosVnthetics" - A generic classification given to synthetic (man-made plastic) materials used in geotechnical engineering applications, Included are flexible membrane lining, geotextlles, geonets, geogrids, geocomposites and geocells. West Texas Region Disposal Facility 10-1 Soil and liner Quality 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 (HDPF-) material. "Geotextle" - 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 geasynthetic cushion and also serves as a filter interface between two types of soil materials. "Geosynthetic Clay Liners" (GGL): - Geosynthetic clay liners (GCL,$) 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 geotextlle 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. "FiVIL 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 firms) 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 geasynthetics, 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 dung the installation of the lining system, and for issuing the final report. AN 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 cf 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 j West Texas Region Disposal Facility 10 Soil and Liner Quality Control Plan LJ Owner, Manufacturer, Lining Contractor and any party involved with the manufacture and/or installation of any of the geosynthetics. "Project Plans and SmOigations" - All project related plans and specifications including design modifications and "as -built" plans. "Project Documents" - All contractor submittals, construction plans, "as -built" plans, construction specifications, GA plan, safety plan and project schedule. West Texas Region Disposal Facility 10-3 Soil and Liner Quality Control Plan 2.0 GEQSYNTHETIIC CLAY LINER (GCL) 2.1 General This section includes the requirements for selection, installation, and protection of geosynthetic clay liner (GCL). 2.2 Submittal's 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 fisted 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 QCL 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 Manufacturers Quality Control and third party tests. West Texas neglon Disposal Facility 10-4 Soil and Liner Quality Control Plan TABLE 2-1 STANDARD TESTS ON GCL MATSRIAL TEST REM TYPE OF TEST STANDARD TEST METHOD FREQUENCY OF TESTING Manufacturer's Quallty Contml 13entonite0t Gootextile GCL Product Free SvHellw ASTM D 5890 per 90 tans and every truck or nalkear Fluid Lcssw ASTM D $891 par 50 tons and every truck or railcar Grab Tensile 5trangth4ai ASTM D 402 par 200,00o le MassNnit Area ASTM 0 52st per 2oo,000 to Grab Tensile Strength ASTM 0 46M par200.000 fe Cray MassMnit Areatr'l ASTM D SM pa(40.044 ft1 PermeabIlles ASTM D 5084 par week far each production linew Lap Joint PermeabiriylaXq ASTM D 5054 Per each material and lap t1 Pe Conformance Tasting by a Party Independent Laboratory QCL Product Clay Mass/Unit AraatGl ASTM D 5993 at least 1 test per 100,4100 fe end ASTM D 4354 procedure A Permeability' lo) ASTM O 5084 per 100,000 fie Direct Shear {�'Or ASTM D 5321 Per GCUadfolning materiar type Notes: A - Tests to be perform ad on bentoaite before inoorporation into GGL. Free swell shalt have a minimum test value of 24 MI. Fluid toss shall have a maximum value of i8 ml, 9 - For geetexWe backed products only. Oeotod1les shaft meet minimum manufacturers criteria. C - Minimum test vacua of 0.8 IbA? on an oven dry basis (zero percent moisture). 0 -1 x 10 m°hn%ao or as required by the permit E - Report last 20 permeability Mues, ending an production data of supplied GCL F - Test at eonfningroonsolkdating pressures sfmulatling field coridiVor ut. G - Not applicable for stops of 7MA V or flatter. Testing must be on material in hydrated state Mass GCL Is to include geoMernbmne 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 10-6 Soil and Liner Quality Control Plan The GCL roils shall be marked or tagged with the following information: a. Manufacturers 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 mobilizatfon, 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 c_ontinuoulsly 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 2.6.1 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 'ems Geotechnical Professional. 2.5.2 Manufacturing Experience west Texas Region Disposal Facility 10-6 Sail 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 Subvrade Prepraraliort 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 property 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 112 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 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. 13: Avoid dragging GCL on the subgrade. 14. Vehicular traffic other than tow 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 Overlaos Overlap GCL to the manufacturer's recommendations which wiii 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 overcame, a glue -bonded seam may be approved by the Geotechnicai Professional. The following conditions must be met as shown below in Figure 1; .._i West Texas Region Disposal Facility 10-5 Soli and Liner Quality Control Plan 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 GCt_ panel, l 3. Two-inch wide granular bentonite strips shall be installed as shown in Figure 1. 4. During startup, at least one destructive sample per 600 linear feet of proposed glued seam will be prepared and tested prier 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 simflar fashion to the r startup glued seams described above. I 2,7.3.3 Defects and Aeoairs 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 tither 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 fn 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 l'aciiilly 10-9 Soil and Liner Quality Control Plan 2.8 Equipment 2.8.1 Sto, rage 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 t . 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. S. 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. a. Utility knives and replacement blades. <.J --� West Texas Region Disposal Facility to-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 (HOPE) material. The overall obfective 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 Standard GM13 - "Test Propert%s, Testing Frequency and Recommended Warrant for High Q9ns?y PoI t gene (HDPE) Smooth and Textured Geomembranes" (Geosynthetic Research Institute; Philadelphia, PA; June,1997) except as modified herein. 3.2 Submittals 3.2.1 Manufacturer's Certifleatlon of SLQCP Q20forr 9n2q The Contractor shall submit written certification by the Manufacturer that the lining materials conform to the requirements of the SLOOP; are similar and of same formulation as that for which certification is submitted; and has been demonstrated by actual usage to be sat€sfactory for the intended application. 3.2.2 Contractor's and anufacturer'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.a.3 Contractor's InstaiEatfgn-MI] The Contractor shall submit Installation drawings, description of Installation procedures, and a schedule for performing/completing the Work. Installation drawings shall show alining 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/sews 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 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 $olt and Liner Chiality Control Plan instaflation of the lining shall not commence until this certiffcatlon is furnished to the Oeotechnfcal Professional. The Contractor shall submit a complete description of welding procedures for making field seams and repairs. The welding procedures shalt 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 fining shall not commence until this certification is furnished to the Geotechnical Professional. 3.2.4 Contractor's Material Submittals The Contractor shag submit for approval by the Geotechnical Professional samples of fining 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 Mall 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 fumish a wrftten 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 Clod. 3.2.6 Contractor's Warranty The Contractor shall furnish a written guarantee that the entire lining work constructed by nine 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 Gootechnical 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 evfdent 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 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 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 SLOOP. 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 reviewidiscussion 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 Seams) 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 aAnds; 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 wort( 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 shag be inspected for damage, unloaded, and stored with a minWnum 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 Raglan 01Wsaf Facility 10.13 Soil and Liner Quality Controi Pran 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 Worst shall be repaired at the Geotechnical Professional's direction. The Contractor snail be completely responsible for shipping, storage, handling, and installation of all lining materials in compliance with the SLQCP. 3.5 Products The High Density Polyethylene (HDPE) lining materials shall be now, 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. The flexible membrane shall be an unmodified HOPE 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 dompound ingredients to be added to the FLAIL 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 Soli and Liner Quality Control Plan TABLE 3-1 Standard Tests on HOPE FML Material Test Type of Test Standard Test Method Frequency of Testing Resin Melt Flow Index ASTM D 1238 per t00,000 fe and every resin fat Specific Gravityl0ensity ASTM D 150510 792 per 106,000 fe and every resin lot Manufacturer's Quality Control Thickness ASTM D 5199 (smooth) ASTM D 5994 (textured) per manufacturees quality control specifications Specific GravkylDensity ASTM D 1505! D 792 per 100,000 f? and every resin lot Carbon Black Content ASTM D 1603 per 100,000 0 and every resin lot Carbon Black Diaperslon ASTM D 6690 per 100,000 fe and every resin lot Tensile Properties ASTM D 539 Type IVt"1 per 100,000 ftz and every resin lot Tear ASTM D 1004 per 100,000 fe and every resin lot Puncture ASTM D 4033 per 100,000 fly and every resin lot Conformance Tasting by 3rd Party Independent Laboratory Thickness ASTM D 8199 (smooth) ASTM D 5994 (textured) per 100,000 to and every resin lot specific GravitylDenslty ASTM 0 1605 1D 792 per 100,000 ft2 and every resin lot Carbon Black Content ASTM A 1603 per 100,000 fe and every resin lot Carbon Black Disperslan ASTM D 5596 per 100,000 fe and every resln lot Tensile Properties ASTM 0 636 Type IVW per 100,000 fe and every resin lot Notes, A - NSF 54 modifiad with 2-Inch Initial gauge length assumed for slongation 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 propertles 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 Geotechnfeal Professional and the Contractor to verily measurements, structures and surface conditions to support the FML. 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 wcrk area and site. West Texas Regian 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 luting 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 fined 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 Duality Control Plan 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 94°F; when the relative humidity is more than 80 percent; 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 L extend down slope out onto bottom a minimum of 5 FT from toe of slope. Feld seams between sheets of FLAIL 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 seats (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. Cage 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 matedal thickness to insure compliance. Field thickness West Texas Region Disposai Facility i Q-17 Soil and Liner Quality Control Plan ,tints must be taken for each panel before it is seamed. The material `shall be checked using a micrometer at a minimum frequency of one rnant per five feet along the leading edge of each panel with a minimum of five rernents along the leading edge of the panel. No single measurement snail be than 10 percent below the required nominal thickness in order for the panel to be pted. in addition, the average of all measurements along the edge must be at :60 rni{s, 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 far 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 (FrB) 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 pp! and 120 ppi, respectively. A sufficient amount of the seam must be removed in order to conduct fteld 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 14.18 Soil and Liner Quality Control Plan All field-tested samples from a destructive -test location must be passing in both'; and peel for the seam to be considered as passing. The independent laboratory te' \ must confirm these field results. The passing criterion for Independent laborat�, testing is that four of five samples must pass in shear and four of five must pass in ply (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. Sarnpre 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 wh001,111 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 reconstruct all the field seams between any two previous passed seam locations whlch 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 tatting samples for test. In ail 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. F All l=ML sheets, seams, anchors, seals, and repairs will be visually inspected by the Contractor for defects. In addition, all seams and repairs will be further chocked 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. 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. 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 Professfonal. The area to be tested will be cleaned of all dust, debris, dirt and other foreign matter. A, 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 Qualfty Control Plan air pressure will be induced and held at least ton 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 hob -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 pal 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. d._j West Texas Region Disposal Facility 10-20 J Soil and Liner quality Control Plant 4.0 LEACHATE COLLECTION SYSTEM 4.1 Granular Drainage Media A ieachate collection system (LCS) will be placed above the Flexible Membrane Liner. In the floor area, the LOS will consist of a heat bonded HDPE geonedgeotextile drainage composite (geocamposite) on the floor and sidewalls with granular (gravel) embedded ieachate 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 318 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 geocomposhe 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 32°F 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 (.e. track pressure less than 5 psi) and the geomembrane. Greater material thickness must be maintained above the geomernbrane 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 0 422. 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. Geonsts will tested as described in Table 4-2. West Texas Region Disposal Facility f 0-22 '4 -- 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 03778 per 100 000 ft, Thickness ASTM 05199 per 100,000 tt2 Grab Tensile Strength (%)(MDICD)' ASTM D503415035 per 100,000 fe Grab Elongation (%)(MD/CD)' ASTM 1050W5035 per 100.000 fe Puncture Resistance ASTM D4833 per I W,000 fe Perteability ASTM 04491 per 100,000 fe Conformance Testing by 3rd Party Independent Laboratory Thickness ASTM D5199 per 100,U00 ft� Fabric Weight ASTM 03T76 per 100,000 fe Grab Tensile Strength ASTM D5034/5036 per 100,000 ft2 Grab Elongation ASTM 0503415036 per 100,000 #t2 Puncture Resistance ASTM D4833 per 100,000 It' Permeability ASTM D 4491 per 100,000 fe 1. MD/CD = MD - Machine Direction/ClD - Cross Direction 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 Resrn Melt Prow Index ASTM D USS per 100.000 fe and every resin lot Specific GravitylDensity ASTM D 1606 per 100,000 to and every resin lot Manufactureem Quality Control Thickness ASTM D 5199 per manufacturer's quality control specifications Mass per Unit Area ASTM d 3770 (option C) per 100,000 ft' and every resin lot Polyethylene Content -- per 100,000 f? and every resin lot Density (black resin) ASTM D 1503 per 1oo.000 fe and every resin lot Carbon Slack Content ASTM 0 1603 per 100,000 f? and every resin lot Tensile Strength ASTM D 5034/6035 per 100,000 fe and every resin lot Ply Adhesion ASTM D 413 per 100,000 fe and every resin lot Transmiss;W ASTM D 4716 per 100,000 fe and every resin lot Conformance Testing by 3rd Party Independent Laboratory Thickness ASTM D 5199 per 100,000 fe and every resin lot Mass per unit area ASTM D 3776 per 100.000 to and every resin lot Carbon black content ASTM D 1603 per 100,000 fe and every resin lot Tensile Strength ASTM D 503415035 per 100,000 a and every resin lot Ply Adhesion ASTM D 413 per 100,000 fta and every resin lot Transmissivity ASTM D 4716 per 100,000 fig and every resin lot NOTE: Geatextiles shall be tested In accordance with Table 4.1_ West Texas Region Disposai Facility 10-24 Soil and Liner Quality Control Plan Lj 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 2400t 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_psb, in which case at least one foot should be maintained between the dozer and -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 placed in an up -slope direction for sidewalls as long 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, 5.3 Protective Cover Soil / Tire Chips As shown on Figure III.ATT.1.1 B, tire chips may be used to construct the protective covets 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 FaciNty 10-25 Soil and Liner Quality Control Plan 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 surrey for minimum requirements. Upon verification that the lower soil level is at the required thickness, placement of tiro 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 fe 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). Want Texas Region Disposal Facility 10-26 ` Soli and Liner Quality Control Plan 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 Flan 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 (FIVILER) 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 protects 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. SLERIFMLER 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 0 The report will also Include pertinent record drawings including: • Sectorized fill layout plan, • Location of the subject trench or cell with SLFA/FMLER markers, • Previous filled and active areas, • As -built panel layout drawings, showing location of destructive test samples, patches and repairs, and • As -built drawings showing elevations of proteotive cover to confirm its thickness.. West Texas Region Disposal Facility 10-29 Soil and Liner Quality Corrtrol Plan