Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 3379 - Contract - Central Plains Contracting Company - Terminal Storage Reservoir - 05_24_1990 (29)
Jam' 1 y HW:js RESOLUTION RESOLUTION # 3379 May 24, 1990 Item #25 BID #10662 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Central Plains Contracting Company, for con- struction of terminal storage reservoir, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 24th day of May 1990. e B. C. cMI N, MAYOR 1.IAt1*411 Kanette uoyo, Lity secretary APPROVED AS TO CONTENT: :7-4 Gene Ea s, Purchasing Manager APPROVED AS TO FORM: Haold Will-4rd, Assistant City Attorney � �em Gzeee ef, INSURANCE AND SURETY BONDS May 17, 1990 City of Lubbock, Texas Municipal Building 1625 13th Street Lubbock, TX 79401 Re: Project No. 2133-553101-9439 Terminal Storage Reservoir Bid #10662 Contractor: CENTRAL PLAINS CONTRACTING COMPANY Contract Price: $4,486,124.00 Seaboard Surety Company Bond No. 160998 r �. ,. Th i s ,.'fetter wills erve as your authority to date the Bonds and Power of Attorney in connection with the captioned Project. S7EABOA URETY COMPANY ,I . o i r Attorney- i n act /PL Rig -rnnu Rri incrs C enter; 600 Bmudwa,% Sulu 600, Knnsus Ci[x Missm:ri 64105 (816) 842-4800 FAX I-816-472-5018 �... _ _____._._. 27" ~ - 'Qbb `5z^5...7G:;... R33 CITY OF LUBBOCK SPECIFICATIONS FOR TERMINAL STORAGE RESERVOIR BID # 10662 CITY OF LUBBOCK Lubbock, Texas 33v�'� CITY OF LUBBOCK SPECIFICATIONS for TITLE: TERMINAL STORAGE RESERVOIR ADDRESS: 1 MILE SOUTH OF 19TH ST. ON BOLES ROAD BID NUMBER: 10662 PROJECT NUMBER: 2133-553103-9439 CONTRACT PREPARED BY: Purchasing Department -1- t o i INDEX PAGE 1. NOTICE TO BIDDERS..........................................................................................3 " 2. GENERAL INSTRUCTIONS TO BIDDERS .................... ..4 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 4. PAYMENT BOND..............................................................................................13 5. PERFORMANCE BOND ................................ ......16 6. CERTIFICATE OFINSURANCE..................................................................................19 7. CONTRACT .................. 8, GENERAL CONDITIONS OF THE AGREEMENT ............................................ 9. CURRENT WAGE DETERMINATIONS...............................................................................41 I 10. SPECIFICATIONS ................ ..,, 11. SPECIAL CONDITIONS........................................................................................43 .... 12. NOTICE OF ACCEPTANCE......................................................................................45 (71 11 b NOTICE TO BIDDERS NOTICE TO BIDDERS BID # 10662 sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 10th day of May. 1990, or as changed by the issuance of formal addenda to all pLanholders, to furnish all Labor and materials and perform all work for the construction of the following described project: TERMINAL STORAGE RESERVOIR After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene £ads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City Council will consider the bids on the 24th day of May. 1990, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or aLL bids v'} and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or su_uMrior, as the rating of the bond company is a factor that will be considered in determination of the Lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. 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 proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not Less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly caLLed to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. ADVERTISEMENT FOR BIDS BID # 10662 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal. Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 ofclock p.m. on the 10th day of May, 1990, or as changed by the issuance of formal addenda to all planhotders, to furnish all Labor and materials and perform all work for the construction of the following described project: TERMINAL STORAGE RESERVOIR After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. 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, or national origin in consideration for an award. 72 BY: Gene Eads, C.P.M. PURCHASING MANAGER 6 GENERAL INSTRUCTIONS TO BIDDERS -4- GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Installation of a new terminal storage reservoir for seasonal storage of treated wastewater. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be substantially completed by March 1, 1991 and final completion by April 1, 1991. L 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 sub- mitted, the City may direct the Contractor to take such action as the city deems necessary to insure comple-tion of the project within the time specified. 5. PAYMENT ALL payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. b. 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. v -5- 12. 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 at( underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construc- tion of the project contemplated by these contract documents. The City of Lubbock. agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. ALL such under- ground 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. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, 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 re- placed by Contractor at his own cost and expense_ The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14— EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. .A n addition, in aLL cases where explosives are authorized to be used, the Contractor shalt use utmost 14 care so as not to endanger Life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. 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. 16. . 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 -7- i" l 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 g prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All btank spaces in the form shall be correctly fitted in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly and Legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. if the proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized agent. if a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shalt be executed in ink. Each proposal shall be enclosed in a seated envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fot- lowing: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any), (h) Specifications. (i) Insurance Certificates. (j) 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 F incorporated by reference into the aforementioned contract documents. No Text BID PROPOSAL BID FOR UNIT PRICE PLACE: Lubbock TX DATE: May 10, 1990 _... --. PROJECT NO: 2133-553103-9439 Proposal of _Central Plains -Contracting Company (hereinafter called "Bidder") • To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called "Owner") Gentlemen: t The Bidder in compliance with your invitation for bids for the construction of Terminal Storage Reservoir having carefully examined the plans, specifications, instructions to bidders, notice to'brddecs 4rA all other nF related contract documents and the site of the proposed work, and being familiar with all of> 0-cw djtions surrounding the construction of the proposed project including the availability of materials'ja .L1�4�; 6eleby proposes to furnish all labor, materials, and supplies; and to construct the project in accordaML- wvtH file plans, specifications and contract documents, within the time set forth therein and at the prices stated in i Exhibit "A". The Bidder binds himself on acceptance of his proposal 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 in Exhibit "All of this proposal. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and shall be substantially completed by March _1,199t_and final completion by April 1. 1991 as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay the owner as liquidated damages the sum of S1,000.00 (One Thousand dottars2 for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract. . Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with Instruction No. 20 of the General instructions to Bidder. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. P,2/S MAY 14 '90 11138 913 236 4052 ,r l r EXHIBIT "All BID # 10662 BZD PROPOSAL HID FOR UNIT PRICE CONTRACTS Unit De�tign of Item unit PgjQ , AM23ALt 1. LAND PREPARATION 1.01 39 acre Clearing and Topsoil Disposal. 2 aLLARS acre 0 21M j CENITS 2.. EXCAVATION 2.01 630,000 cu yd Reservoir Excavation One DOLLARS cu yd 0_,,, 1; 55 } 2.02 11,500 cu Ord, Additional Embankment Subgrade Excavation jig. DOLLARS cu yd Nt�ety CENTS 3. EARTHWORK CONSTRUCTION 3.01 500,000 cu yd Compacted Embankment ♦y DOLLARS ou yd $w�.. _F fjyA CENTS 3.02 11,400 sq yd Caliche Road 'r4R� DOLLARS sq yd Y _._.., ... ^CENTS MAY 10 '90 13115 913 236 405E 1 ! 2/3 BID # 10662 XP, &ems De' scr tio _Q,�f_� t . ul'tkt i ri &10= 3.03 13,700 OU yd outslope Topsoil one DOLLARS ou yd ($) $ 18,495.Od 7hirty-Five CENTS 4. SOIL CEMENT 4.01 35,800 au yd compacted soil. Cement Tin --D4uau cu yd ($ 10.70 ) 383 o.i 0 4.02 61500 ton cement eg -Y� ,�wi,,,rDOLLARS ton ("„�.,.. .) $ 2770875.00 �Inrr �+.+ r iw -�Y Y-Fjxw �I....,....CENTS 5. RESERVOIR LINPR 5.01 835,000 eq !t Slope Liner DOLLARS eq ft ( 0.48 j $ 400,8W-00 CENTS 5.02 le420400 Sq !t Bottom Liner --�....MW DOLLARS eq ft 0.48 ) $ 681t5W.00 CENTS 5,03 X,XP sum Llner Blasting Twa HundrrW Tweinty-Seven 10=sari Six HWALW--.,r _,_„„DOLLARS LS $ 227,600.00 CENTS MAY 10 190 12131 913 236 4052 P.2/2 tem Unitstin 6f Item 5.04 LUMP SUN Material. Warranty DOLLARS LS NO CENTS 6.0. STRUCTURES 6.01 LUMP SUM Transfor Structure ft Hw&,ed Five Thousand 0oLLARS LS N0 CENTS BID # 10662 0.00 $ 0a0M.00 7. PIPELINES 7.01 1,942 lin ft 4211 Influent Om hundred Eighty -Five DOLLARS lin ft ($ 186.00 ) 359,270,00 . w CENTS 7.02 249 lin ft 42" Transfer TW Hatt&ed DomxRs lin ft ( 2M A ) $ 49 900.00 NO CENTS 7.03 11377 lin ft 4214 Suction OM HuMb-W Eigh DOLLARS tin f No 1�.111111111 Ilil��llllllllllll�"""'�-''--"' ' " ENTS ' 7*04 2,594 lin Et 2411 Irrigation FOM iDOLLhRS lin ft { $_ 40.00— _ y $ .rr . CENTS mmy 10 'S0 11i33 913 236 4052 P.3/5 4 BID f , 10662 rX OMTITrEa Us s.i ■..fi 0112DE, �TEM � �� � 1. 7.05 386 lin ft 24" Temporary to Existing Irrigation Pump Station, DOLLARS lin ft 37.(I0 ) $ St1.282.00 tdn CENTS 7.06 18 lin ft Is" pipe Fjnr,yi iwat&jya DOLLARS lin ft ,ice CENTS 7.07 54 lien ft 42" Suction Cell Overflows' nm flijuk2d smam DOLLARS lin ft $...W..4: Iffi-0 L.._... .,W...CENTS 7.08 311 lin ft 311 Sump pump Discharge Pfau DOLLARS 1 i n ft . CENTS 8 . CONNECTIONS 8.01 LUMP 8UM y31�0 It & 3611 Plant Force Mains aa _.CENTS 8.02 LUMP SUM 2411 Irrigation Pump station Suction Line Five Thou a� o zLA�xs zs 51000,00 1 _---- CENT$ a , MAY 10 '90 11138 913 236 4052 c P.4/5 . QU&=jjTZS 9.0 VALVES 9.01 1 ea 2 411 Butterfly Valve Far 'ihousW DOLLARS ea � CANTS 9.02 l as 3611 Butterfly Valve Rine ThwgW Five Km&ed DOLLARS ea No CENTS 9.03 7 ea 4211 Butterfly Valve Eleven Thwwd DOLLARS ea iV4 CENTS 9.04 12 ea $1, Gate Valve Four NyWed tb a -Five DOLLARS ea NO CENTS , w 49000.00 $ g,a.m ) $ q qm. 1 ( $ 11, �.00 ) $ 77400.00 ($ 425 ) 10. RIB' RAP MATERIAL 850 ou yd Rip Rap Material Twe» yr�t r' DOLLARS cu yd ($— 24,, 0 No CENTS $ 5,100.00 $ 20,A00.00 . MAY 10 190 W 39 913 236 4052 P.5/5 BZD 1.0562 i • i �;. A UNITS PURCUMIDN . QX. = TWIT FRY„ 9 A 10- P • , 11. MISCELUNBOUS CONCRETE 25 cu yd Miscellaneous concrete Tim Hurdled TWwV DCXL'LU.9 cu yd CENTS s 12. MISCELLWEOUS ITEMS 12.01 2 ea Access ramps Tan Thousv4 Five Hurdled DoLWS ea ($ 1, 0,5=00) $ 21,000.00 NO CENTS 12.02 3 OR PIpe inlet A. Seven '(housand Five Hundred DoLws ea ( 7 j 22.500.00 N0 CENTS �y 12.03 2 ea pipe xnIe+t 8 4 Eleven 'Thousand DOLLno ea ( 110000.00) 22000.00 No CENTS 12.04 .%A MP 5T3M Reservoir Overflow �e'ven 7houWnd DOLLARS I 7,OOO.dO NO CENTS MAY 10 '90 13!16 913 236 4052 ♦. F' . 3/3 13. TRENCH PROTECTIVE SYSTEM +a,630 lin ft. Trehoh Protective System 7 DOLLARS tin ft ( � _ - 2.� ) CENTS BID # 10662` � 13020-00 TOTAL BID (ITEMS 1 through 13) Par Pillion Fur Hund* Eighty -Six ftusand tine Hw&W DOLLARS Total Bid. $ 4,486,124.00 NO CENTS Central Plains CQNTRACTCR BY: TITLE; Vice President J, --R. *son, P,E, "DISCLOSURE OF GUARANTY FUND NONPARTICIPATION" TEXAS SENATE BILL 255 In the event SEABOARD SURETY COMPANY is unable to fulfill it's contractual obligation under this policy or contract or application or certificate of evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. Bid Bond Approved by The American Institute of Architects, A.I.A. Document No, A-310(Feb. 1970'ED.1 KNOW ALL MEN BY THESE PRESENTS, that we CENTRAL PLAINS CONTRACTING COMPANY as Principal, hereinafter called the Principal, and SEABOARD SURETY COMPANY a corporation duly organized under the laws of the State of NEW YORK as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK, TEXAS as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID---------------------------- Dollars {$ 5% of amt b i 1, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Project No. 2133-553101-9439 Terminal Storage Reservoir _. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shalt enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount (or which the obligee may in good faith contract ,%""',wiih'aryother party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain tn!full Jpke and effect. a 'Signe`d, �n�%sealed this 1 Oth day of May 1990 A c r rt CENTRAL PLAINS CONTRACTING COMPANY y\f (Principal) (Seat) erry (Witness} BY: ',,; ` )&e6retary & Treasurer, J. Jep n (Title) Vice President 31t1114}'' SEABOARD SURETY COMPANY (Sur Y) (Seat) (Witness) BY: 60X -21 Patsy orim r `e)rAttorney-In-Fact Sri u!d any rriMute arise about your nrPiY?1t1. r s(" r i Vtq "[F .,r',r? ,.i .1 GQii i.l' .�? i or vi ita to 'ha company it t a a 'tin r Er y y L u I sLEc. ''12 '-O Q. f Zii- r :Zl t=' fC.snly" :, " a also w0ta thn State B.^,ard t D r t r* t J ii•- :. ;r !1S r .7 _ w Q{ In�urc�.r3vs.� Jv�i.'arErp`v. J. f A!,) an a:' nitOr ""[Ain,Jlt",aa /V7�jQ. This no[i..e of complaint is tOr in o{lll.`r.,tia11 C fy. ur:LA GJ=" r-oi uuc or: E a G^� i er coo.d—;:-Jn r'; fi'%c i'.nelri. No Text 3379- � CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 25th day of May, 1990, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Central Plains Contracting Company of the City of OVERLAND PARK, County of JOHNSON and the State of KANSAS, 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 CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: BID # 10662 - TERMINAL STORAGE RESERVOIR FOR THE AMOUNT OF $4,486,124.000 and alt extra work in connection therewith, ender 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, toots, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal 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. ATTES . Corpor a Secretary CITY OF LUBBOCK, TEXAS (OWNER) By. « MAYOR Central Plains Contracting Company CONTRACT By: TIT w.° COMPLETE ADDRESS: 6811 West 63rd St. Suite 312 Overland Park, KS 66202 -22- I GENERAL CONDITIONS OF THE AGREEMENT -23- 1379-4 PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 Bond 160998 KNOW ALL MEN BY THESE PRESENTS, that Principat(s), and CENTRAL PLAINS CONTRACTING COMPANY (hereinafter called the PrincipaL(s), as SEABOARD SURETY COMPANY (hereinafter tailed the Surety(s), as Suret (s) are held and firnN2REC616 boundq i r ' t R I N FOUL t A %NDREI called the Obligee), in the amount of / �r i� n FOU nn ars ( _4 6 l money o l the United States for the payment whereof, the said Principal and Surety bind themselve's�'tTieir heirs, adminis- trators, executors, successors and assigns, jointly and severalty, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obtigee, dated the day of 19to construct Project No. 2133-553101-9439, Terminal Storage Reservoir, Per Bid 1Sv52 and said Principat under the taw is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a sub -contractor in the prosecution of the work provided for in said con- tract, 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shalt be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. i _' No Text ri L PERFORMANCE BOND -1G- STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY -a ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 a Bond 160998 CENTRAL PLAINS CONTRACTING COMPANY KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and SEABOARD SURETY COMPANY (hereinafter called the Surety(s), as Suret (s are held and firml bound unto the Cityof Lubbock (hereinafter FOU S I LL I ON FOUR UWRED I TYY S [X THO S 0 D called the Obligee), in the amount of /4:W&ITX .PQ14R—ANP P41-1 v—D�1WA t '7 R�ut [�►line�l Q United States for the payment whereof, the said Principal and Surety bind themselves, aat 4 h�*"i1, administra- tors, 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 -__,- day of , 19_, to conS7ruct Pro'Tect No. 2133-553101-9439, Terminal Storage Reservoir, per Bid #10662 cupu ,all: PF 111t:Ipa1 unuer ule law 71 requkrea ueTore cof wricing Lne worK PiUVIUCU Tor In `.ialu uUnLI 0,.;L Lu t'AeLULC a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per- form the work in accordance with the plans, specifications and contract documents, then this obligation shalt be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised ' Civil statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. .: IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and seated this instrument this day of ill A V , 19 9' . SEABOARD SURETY COMPANY Surety G '0' i �n Br'Sl Vt� ®d.� CENTRAL PAINS CONTRACTING COMPANY Principal By: le)V,'ce *By: (Title) By: (Title) -17- No Text CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: 5-17-90 1 Type of Terminal Storage Lubbock, Texas Project: Reservoir * Central Plains Contracting Co. P.O. Box 249, Shawnee Mission, KS 66201 THIS 1S TO CERTIFY THAT * (Name ond'Address of Insured) is, at the date of this certificate, in- sured by this Ccipany with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard potidies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Poticy No. Effective Expires Limits of Liability Uorkmen's compensation 30C5729CRA 10-01-89 10-01-9Q $10Q,000. Owner's Protec- 30PC5148092CCA 5-17-90 10-01-90 Per Person $ tive or Contin- Per occurrence $ 500.000. gent Liability Property Damage $_Inc l.udf d Contractor's Per Person Protective or Per Occurrence E Contingent Property Damage $ Liability ---------------------------------------------------------------------------------------------------------- --------- Per Person $ Automobi le 30F'J746393 1.0-01-89 10-01-•-90 Per Occurrence $1 , nn�n�c�. Property Damage S comprehensive 30ACM5147248 10--01-89 10-01-90 General Liability ------------------------ --------------------- -------------------------------------------------------------------- S 1,000, {)0. Umbrelia Liability 30XS574888 10-01--89 10-01-90 tL._ w. - ----------------------------------------------I---------------.---------------------------------------------------- The foregoing Policies fW* (do not) cover all sub -contractors. Locations covered 1 _ Mile South of 19th Street, on Boles Road. L DESCRIPTION of Operations Covered Project Number: 2133-553013-9439, Bid Number: 10662. Terminal Storage Reservoir The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THIS CERTIFICATE Aetna Casualty & Surety MUST BE SENT TO THE OWNER. (=A&�Jk,4 B Lawrence.S. Kaminsky Title Author iz d Representative Thomas McGee & Sons -20 THE FOLLOWING TERMS AND CONDITIONS APPLY A$ RESPECTS THE JOB KNOWN AS "TERMINAL STORAGE RESERVOIR" PROJECT NUMBER: 2133-553103-9439 BID NUMBER: 10662 ADDITIONAL INSURED (OWNER) AS RESPECTS COMMERCIAL GENERAL LIABILITY POLICY #030ACM5147248: CITY OF LUBBOCK9 TEXAS ADDITIONAL INSURED AS RESPECTS COMMERCIAL AUTOMOBILE LIABILITY POLICY #030FJ746393: CITY OF LUBBOCK9 TEXAS ADDITIONAL INSURED AS RESPECTS UMBRELLA LIABILITY POLICY #30XS574888: CITY OF LUBBOCK, TEXAS ADDITIONAL INSURED (ENGINEER -ARCHITECT) AS RESPECTS COMMERCIAL GENERAL LIABILITY POLICY 0030ACM5147248: BLACK E VEATCH ADDITIONAL INSURED AS RESPECTS COMMERCIAL AUTOMOBILE LIABILITY POLICY #030FJ746393: BLACK E VEATCH ADDITIONAL INSURED AS RESPECTS UMBRELLA LIABILITY POLICY #30XS574888: BLACK E VEATCH IT IS UNDERSTOOD AND AGREED THAT COVERAGE UNDER THE POLICIES COVERS CENTRAL PLAINS CONTRACTING CO. AS RESPECTS THE OPERATIONS OF ALL SUBCONTRACTORS BUT DOES NOT AFFORD COVERAGE FOR THE SUBCONTRACTORS AS INSUREDS AND THEY ARE NOT NAMED AS SUCH ON THE POLICIES. IT -IS UNDERSTOOD AND AGREED THAT THE POLICIES MAY BE CANCELLED ONLY BY rr MAILING WRITTEN NOTICE TO THE NAMED INSURED AT THE ADDRESS SHOWN IN THE BID SPECIFICATIONS. SUCH WRITTEN NOTICE SHALLBEGIVEN TO THE CITY TEN (10) DAYS PRIOR TO ANY CHANGE IN OR CANCELLATION OF THE POLICIES SHOWN ON THE CERTIFICATE. [..... THIS SUPPLEMENT IS HEREBY ATTACHED TO CERTIFICATE OF INSURANCE ISSUED TO CITY OF LUBBOCKt TEXAS ON BEHALF OF CENTRAL PLAINS CONTRACTING CD. AND DATED .. MAY 179 1990. LAWRENCE S. KAMINSKY AUTHORIZED REPRESENTATIVE AETNA CASUALTY E SURETY (THOMAS MCGEE E SONS) �II`/ty��e ..� ISSUE DATE (MMlQDlYY) . ,: _ THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM PR66UCER.. _..... _.... ( COMPANY ... -_ _BINDER NO. JS THOXAS MCGEE SCIS AETNA CASUALTY & SURETY: CENPC1--2 RIVERGATE BUSINESS CENTER F�eC71Vi ExaIRAtION 600 BROADWAY Ip SUITE 600 17A`9b 12.01TIME ) . _ aA TIME _ Air€ �-1 ��`� 0 � x 112:01 AM KANSAS CITY 9 MO 64105 PM NOON _... I .... -.... . THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY NO; CODE SUB -CODE DESCRIPTION OF OPERATIONSIVEHICLES/ PROP ERTY (Including Localim t _ ]INSURED CITY OF LUBBOCKy TEXAS LIAEILITY OWNERS PROTECTIVE MUNICIPAL BUILDING TERMINAL STORAGE RESERVOIR JOB 1625 13TH STREET PROJECT NO: 2133-553103-9439 LUBBOCK, TEXAS 79401 , 'W "' TYPE OF INSURANCE COVERAOEIFORMS _ j AMOUNT : DEDUCTIBLE COMSUR. PROPERTY CAUSES OF LOSS ......... ... _.... _. _ ...-. I BASK BROAD SPEC, s .......... .... .... .. .......... .... .... ...... ..... .. i I (GENERAL LIABILITY GENERAL AGGREGATE $ I COMMERCIAL GENERAL LIABILITY '': _ PRW — COMPIOPS AGGREGATE S 500 .`% !CLAIMS MADE '. OCCUR! - PERSONAL & ADVTSNG. WURY $ X • OWNER'S & CONTRACTOR'S PHOT. EACH OCCURRENCE_ $ 50 0 FIRE DAMAGE (Any one fire) S RETRO DATE FOR CLAIMS MADE: - MED. EXPENSE (Any a" person) 5 AUTOMOBILE ALL VEHICLES ! SCHEDULED VEHICLES - CSL - S LIABILITY Bt PEAS/ACCID ' S - NONJOWNED PD _..... HIRED MED. PAY $ GARAGE ........ . PIP S ......... E . .... ........__........ _. .......... 'UM $ AUTO PHYSICAL DAMAGE :ALL VEHICLES ' SCHEDULED VEHICLES - 'ACV COLLISION DED. STATED AMOUNT i OTG DED: OTHER EXCESS LIABILITY EACH AGGREGATE : SELF -INSURED OCCURRENCE RETENTION UMBRELLA FORM OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: STATUTORY WORKER'S COMPENSATION ' $ (EACH ACCIDENT) AND i EMPLOYER'S LIABILITY g (DISEASE -POLICY LIMIT) .... ... .. ..... $ (DISEASE EACH EMPLOYEE) SPECIAL CONDITIONSIRESTRICTIONSIOTHER COVERAGES � � ��!�!? � l.s - f �..�.. r,...:: -, �' '!'�+s:...:µ �;; d!`�r:"�.-. 3>.1 , .. , :::.,, tpf .. r• � .„.E..a �;��dC 'FY raft �' ., -., : ,.. :. ?.t,i . �..,�5�3s��„`. <... �` t� ..: i7 .... ?'t; :; / f,1�}, r : ,:.. :: -;' MORTGAGEE ADDITIONAL INSURED CENTRAL PLAINS CONTRACTING CC. LOSS PAYEE P.O. BOX 249 %LOANN _ SFAWN EE MISSION 9 KANSAS AUTH ZED REPRESENTATIVE 606 .... .. _ y _ 15 GENERAL CONDITIONS OF THE AGREEMENT 33 7 9 - 1. OWNER Whenever the word owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: Central Plains Contracting Company, who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to DAN HAWKINS, DIRECTOR Of WATER UTILITIES, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect construc- tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary,' "Prescribed," or words of like import are used, it shalt 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. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. b. 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 re- sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated -24- 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 him who gives the notice. a. WORK 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 docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shalt, 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 docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly Locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he 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 of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. on the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the owner against defects and deficiencies in the work of the Contractor. -25- 13. LINES AND GRADES ;4 ALL tines and grades shalt be furnished by the Owner's Representative whenever necessary for the commence- * ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- ' tractor shall be allowed no extra compensation therefore. The Contractor shall give the owner's Repre- sentative 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 him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive 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 shall review aLt work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that 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 this contract. He 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 Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fait to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 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 Con- tractor 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 six t63 days make written appeal to the Owner's Representative for his decision. -26- 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 his absence and all directions given to him shall be binding as if given to the Contractor. 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 Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his 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 himself as to the na- ture and location of the work, the confirmation of the ground, the character, duality and quantity of mate- rials 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 effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- , orderly, such man or men shal€ be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish 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. 3 The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall 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 ob- servation, 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. �s -27- F ".a 21. OBSERVATION AND TESTING the Owner or Owner's Representative shall have the right at all reasonable times to observe and test the t work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre- sentative, 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 Representa- tive 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 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 Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further 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 Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shalt be in full accordance with this contract, it is fur- ther 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 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 in- crease the amount of work, and the increased work can fairly be classified under the specifications, such increase shalt be paid according to the quantity actually done and at the unit price established for such R work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In 3 -28- case the Owner shall make such changes or alterations as shall make useless any work already done or mate - vial already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to 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, at- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, 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 Representa- tive 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 shalt be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sun; or Method (C) - If neither Method (A) or Method (8) be agreed upon before the extra work is com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph 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 Workmen's 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 shalt 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 mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery 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 shalt 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 com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments 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 he should receive x compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative 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 in- sists 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). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. LJ 5 25. DISCREPANCIES AND OM1SSi0NS - It is further agreed that it is the intent of this contract that all work described in the proposal, 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. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is _,. received by the owner's Representative prior to the opening of bids, then it shall be considered that the .. Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five 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 speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. . PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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's of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem- nify and save harmless the owner and ell of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained 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 the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor 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, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. -30- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shalt be carried with an insurance company au- thorized to transact business in the state of Texas and shalt 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. Comprehensive General Liability Insurance The contractor shalt have Comprehensive General Liability insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion IV' waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance- B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shalt be as follows For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile liability Insurance The Contractor shalt have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. 1..,1 -31- E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbretia Liability Insurance in the amount of ($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Workers Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 limit. 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 in- sured 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 shalt be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 24. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN. AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, Laborers, workmen, mechanics, materiaLmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shalt furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall attow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shalt fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness �4 -32- g€ g4 i shalt remain unpaid, withhold from the unpaid portion of this contract, a sun equal to the amount of such unpaid indebtedness or may apply the sun so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shalt provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner 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 speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm- less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 31. 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 effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he 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, in- sofar 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. 32. ASSIGNMENT AND SUBLETTING The contractor further agrees that he will retain personal control and will give his 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, shalt not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION A40 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 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 on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or j any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000.00 (One Thousand Dollars) PER DAY, not as a penalty, but as liquidated -33- damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- ity. The amount is fixed and agreed upon by and between the Contractor and the owner because of the impractica- bi€ity and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the amount is agreed to be damages the owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the con- tractor shall be allowed to prosecute his 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 contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also that when the Owner is having other work done either b contract or his ( P � P S Y Y 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 proposes 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 sev- eral parts. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal 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 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his 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, t,,.s walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shal€ then submit such written request to the City Council of the City of Lubbock for their con- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge -34- shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. i 37. 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. inhere the estimated quantities are shown 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 proposals of- fered for the work. 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. 38. 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shalt not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. PRICE FOR FORK 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 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 1...,. aforesaid work, also, for all expenses incurred by him 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 i documents and requirements of Owner's Representative. _ 40. 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 de- fective 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 con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -35- 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par- tial 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; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terns; of this agreement. it is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the owner's Representative and the Owner shall in- zspeCt the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance 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 special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. 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. 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he 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 -36- r j i date of substantial completion. The Owner or the Owner's Representative shalt give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or Labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the contractor shalt be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's'Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the owner's Representative. it is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where,noted other- wise in the contract documents. 48. ARBITRATION ALL questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fait to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shalt be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall Lapse, and the de- cision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shalt act with promptness. The decision of any two shalt be binding on both parties to the contract, unless either or both parties shalt appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shalt be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated CIVIL Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. f -37- E The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, 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. After receiving said notice of abandonment, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, toots, materials and supplies to said Contractor, and the expense so charged shalt 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 sun which would have been payable under this contract, if the same had been com- pleted 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 com- pleted by said Contractor, then the Contractor and/or his 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 newspa- per 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 shalt be and remain bound therefore. However, 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. Hr When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be 1 issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as LA being correct shalt then be prepared and delivered to Contractor and his Surety, whereon the Contractor or i 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 certificate of completion. -38- 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 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fait to pay the amount due the owner within the time designated hereinabove, and there remains any machinery, equipment, toots, 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 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 subject only to the duty of the owner to exercise ordinary care to protect such property. After fifteen (15) 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. 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 machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, toots, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shalt make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sun to cover the cost of any provisions made by the con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shalt certify same to the Owner who shalt pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said finat statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000-00, the statu- tory bonds will not be required. All bonds, if required, shalt be submitted on forms supplied by the owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS in the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -39- ka 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his 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 ob- serve Contractor's work during his 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. 55. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shalt leave the work room clean or its equivalent. The work shalt be left in good order and condition. In case of dispute owner may remove the debris and charge the cost to the Contractor. -40- (This page left blank intentionally) 3179-6 CURRENT WAGE DETERMINATIONS -41- (This page left blank intentionally) Resolution #2502 January 8, 1987 Agenda Item #18 i DGV:da WHEREAS, the City Council has heretofore established the general - prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock :in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works ` contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades ' Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit 0: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. `T B.C. McMINN, MAYOR TTE r :Ranett6,Boyd, City SecGretary APPROVED T. ONTENT: APPROVED AS TO FORM: BMP yne, D rector of Building DoWfld G. Vandiver, First Services Assistant City Attorney i, . EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator - Heavy Light 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 Hourly Rate $11.60 8.35 5.50 10.50 5.00 11.00 5.50 7.35 8.70 10.50 5.25 8.00 5.70 8.00 7.50 9.50 5.00 7.30 4.75 5.60 8.75 9.25 6.00 7.65 4.75 8.75 5.50 8.00 EXHIBIT 8 Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper Tractor Truck Driver - Light Heavy s Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing gage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Croundman Series 7.25 EXHIBIT a Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday isyl 1/2 times base rate. I SPECIFICATIONS -42- (This page left blank intentionally) SPECIFICATIONS LUBBOCK, TEXAS TERMINAL STORAGE RESERVOIR OF * , %' MALLIAM E. URRO[L Ile 919a 38888 0 10 BLACK & VEATCH Engineers -Architects Dallas, Texas Project 15388 1990 (This page left blank intentionally) E F ' TABLE OF CONTENTS Sub'iect Pages SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01015 Project Requirements 1 : 8 01025 Measurement and Payment 1 : 7 01300 Submittals 1 : 5 01400 Quality Control 1 : 2 01500 Temporary Facilities 1 : 4 01610 General Equipment Stipulations 1 : 3 DIVISION 2 - SITEWORK 02220 Excavation 1 : 11 02221 Soil Cement 1 : 6 02225 Geomembrane Liner 1 : 11 02612 Prestressed Concrete Cylinder Pape 1 : 11 02630 Polyvinyl Chloride Pipe 1 : 3 02704 Pipeline Pressure and Leakage Testing 1 : 3 02832 Chain Link Fencing 1 : 2 02840 Trench Protective Systems 1 : 2 DIVISION 3 - CONCRETE 03300 Cast -in -Place Concrete 1 15 03600 Grout 1 DIVISION 4 - MASONRY - Not Used DIVISION 5 - METALS 05550 Anchor Bolts and Expansion Anchors 1 : 2 05990 Structural and Miscellaneous Metals 1 : 4 DIVISION 6 through 8 - Not Used DIVISION 9 - FINISHES 09900 Painting 1 : 7 DIVISION 10 through 14 - Not Used DIVISION 15 - MECHANICAL ..; 15061 Cast Iron Pipe 1 : 7 15101 Butterfly Valves 1 : 5 15104 Resilient -Seated Gate Valves 1 : 2 15112 Sluice Gates 1 : 7 -- 15115 Flap Gate 1 : 3 DIVISION 16 - ELECTRICAL - Not Used ..,. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) TC-1 FIGURES Number 1-02612 I-15061 Title Maximum Joint Opening for Deflected Rubber and Steel Joints - Prestressed Concrete Cylinder Pipe Mechanical Joints with Tie Rods APPENDIX Geotechnical Investigation (LUBBOCK, TEXAS ? (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) TC-2 Fallowing Page 02612-11 15061-7 Section 01015 - PROJECT REQUIREMENTS 1. GENERAL, DESCRIPTION OF WORK. The Work to be performed under these Contract Documents consists of the construction of a 1266 acre-feet capacity earthen terminal storage reservoir including a high density polyethylene lining, suction cell, transfer structure, associated pipe- lines and other miscellaneous items of work. 2. OTHER CONSTRUCTION CONTRACTS. Work at the site performed by others under a separate contract is Contract 2. This contract is anticipated to be awarded not later than May 24, 1990, and provides for the construction of an effluent pumping station complete with associated yard piping, electrical, instrumentation and other miscellaneous work. The pumping station will be located approximately as indicated on the drawings. The construction boundary is indicated on the drawings. 3. COORDINATION. Contractor shall plan, schedule, and coordinate his operations in a manner which will facilitate the simultaneous progress of the work included under Contract 2 outside the scope of these Contract Documents. The Contractor for Contract 2 will install electrical cable from the Effluent Pumping Station (Contract 2) to the Transfer Structure (Contract 1). Contractor shall coordinate activities such that this work can be performed prior to installation of caliche roads. 4. WORK BY OWNER. Owner shall perform certain activities in connection with the Project with his own personnel as follows: Removal of irrigation pivot, associated buried and exposed pipe and valves. Seeding and maintenance of seeding of exterior embankments. Perimeter fencing around reservoir. 5. OFFSITE STORAGE. Offsite storage arrangements shall be acceptable to Owner for all materials and equipment not incorporated into the Work but included in Applications for Payment. Such offsite storage arrangements shall be presented in writing, and shall afford adequate and satisfactory security and protection. Offai.te storage facilities shall be accessible to Engineer. 6. EOUIVALENT MATERIALS AND EQUIPMENT. Whenever a material or article is specified or described by using the name of a proprietary product or the name of a particular manufacturer or vendor, the specified item men- tioned shall be understood as establishing the type, function, and quality desired. Other manufacturers, products will be accepted provided sufficient information is submitted to allow Engineers -Architects to determine that the products proposed are equivalent to those named. Such (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01015 (15388 ) -1- items shall be submitted for review by the procedure set forth in the submittals section. Requests for review of equivalency will not be accepted from anyone except Contractor, and such requests will not be considered until after the contract has been awarded. 7. PREPARATION FOR SHIPMENT. All materials shall be suitably packaged to facilitate handling and protect against damage during transit and storage. Painted surfaces shall be protected against impact, abrasion, discoloration, and other damage. All painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Each item, package, or bundle of material shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. 8. LAND FOR CONSTRUCTION PURPOSES. Contractor will be permitted to use available land belonging to Owner, on or near the site of the Work, for construction purposes and for the storage of materials and equipment. The location and extent of the areas so used shall be as indicated on the drawings. Contractor shall immediately stove stored materials or equipment if any occasion arises, as determined by Owner, requiring access to the storage area. Materials or equipment shall not be placed on the property of Owner until Owner has agreed to the location to be used for storage. 9. OPERATION OF EXISTING FACILITIES. The existing two plant effluent force mains, irrigation pumping station, and miscellaneous irrigation pipelines must be kept in continuous operation throughout the construc- tion period. No interruption will be permitted which adversely affects the degree of service provided. Provided permission is obtained from Owner in advance, portions of the existing facilities may be taken out of service for short periods corresponding with periods of minimum service demands. See Submittals Section for additional information on scheduling of construction operations. The Contractor's attention is directed to the fact that he will have to accept risks of any delays caused by the Owner's inability to shut down portions of the plant at certain times due to plant discharge flows and crop water requirements. In the event the Contractor is delayed because of such conditions he shall have no claims for damages. Contractor shall provide temporary facilities and make temporary modifi- cations as necessary to keep the existing facilities in operation during the construction period. (LUBBOCK, TEXAS } E (TERMINAL STORAGE RESERVOIR) j (CONTRACT 1 ) 01015 (15388 } -2- 10. NOTICES TO OWNERS AND AUTHORITIES. Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. When it is necessary to temporarily deny access by owners or tenants to their property, or when any utility service connection must be inter- rupted, Contractor shall give notices sufficiently in advance to enable the affected persons to provide for their needs. Notices will conform to any applicable local ordinance and, whether delivered orally or in writing, will include appropriate information concerning the interruption and instructions on how to limit their inconvenience. Utilities and other concerned agencies shall be contacted at least 24 hours prior to cutting or closing streets or other traffic areas or excavating near underground utilities or pole lines. 11.. LINES AND GRADES. All Work shall be done to the lines, grades, and elevations indicated on the drawings. Basic horizontal and vertical control points will be established or designated by Engineer. These points shall be used as datum for the Work. All additional survey, layout, and measurement Work shall be performed by Contractor as a part of the Work. Contractor shall provide an experienced instrument man, competent assis- tants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement Work. In addition, Contractor shall furnish, without charge, competent men from his force and such tools, stakes, and other materials as Engineer may require in establishing or designating control points, or in checking survey, Layout, and measurement Work performed by Contractor. Contractor shall keep Engineer informed, a reasonable time in advance, of the times and places at which he wishes to do Work, so that horizontal and vertical control points may be established and any checking deemed necessary by Engineer may be done with minimum inconvenience to Engineer and minimum delay to Contractor. Contractor shall remove and reconstruct Work which is improperly located. 12. CONNECTIONS TO EXISTING FACILITIES. Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities, including structures, drainlines, and utilities such as water, sewer, gas, telephone, and electric. In each case, Contractor shall receive permission from Owner or the owning utility prior to undertaking connections. Contractor shall protect facilities against deleterious substances and damage. Connections to existing facilities which are in service shall be thor- oughly planned in advance, and all required equipment, materials, and (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } (15388 ) 01015 -3- labor shall be on hand at the time of undertaking the connections. Work shall proceed continuously (around the clock) if necessary to complete connections in the minimum time. Operation of valves or other appurte- nances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. 13. UNFAVORABLE CONSTRUCTION CONDITIONS. During unfavorable weather, wet ground, or other unsuitable construction conditions, the Contractor shall confine his operations to work which will not be affected adversely by such conditions. No portion of the Work shall be constructed under conditions which would affect adversely the quality or efficiency there- of, unless special means or precautions are taken by Contractor to perform the work in a proper and satisfactory manner. 14. CUTTING AND PATCHING. As provided in General Conditions, Contractor shall perform all cutting and patching required for the Work, and as may be necessary in connection with uncovering Work for inspection or for the correction of defective Work. Contractor shall perform all cutting and patching required for the installation of improperly timed Work, to remove samples of installed materials for testing, and to provide for alteration of existing facilities or the installation of new Work in existing construction. Except when the cutting or removal of existing construction is specified or indicated, Contractor shall not undertake any cutting or demolition which may affect the structural stability of the Work or existing facilities without Engineer's concurrence. Contractor shall provide all shoring, bracing, supports, and protective devices necessary to safeguard all Work and existing facilities during cutting and patching operations. Materials shall, be cut and removed to the extent indicated on the draw- ings or as required to complete the Work. Materials shall be removed in a careful manner with no damage to adjacent facilities or materials. Materials which are not salvable shall be removed from the site by Contractor. All Work and existing facilities affected by cutting operations shall be restored with new materials, or with salvaged materials acceptable to Engineer, to obtain a finished installation with the strength, appear- ance, and functional capacity required. If necessary, entire surfaces shall be patched and refinished. 15. CLEANING UP. Contractor shall keep the premises free at all times from accumulations of waste materials and rubbish. The contractor shallE provide adequate trash receptacles about the site, and shall promptly... empty the containers when filled. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01015 (15388 ) -4- Construction materials such as concrete forms and scaffolding shall be neatly stacked by Contractor when not in use. Contractor shall promptly remove splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from surfaces to prevent marring or other damage. Volatile wastes shall be properly stored in covered metal containers and removed daily. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams, or waterways. All wastes shall be removed from the site and disposed of in a manner complying with local ordinances and antipollution laws. Adequate cleanup will be a condition for recommendation of progress payment applications. 16. APPLICABLE CODES. References in the Contract Documents to local codes mean codes used, required, or adopted by the City of Lubbock, Texas. Other standard codes which apply to the Work are designated in the specifications. 17. REFERENCE STANDARDS. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, noprovision of any referenced standard, specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, Engineers -Architects or any of their Consultants, agents, or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's Consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work. 18. ABBREVIATIONS AND SYMBOLS. Abbreviations used in the Contract Documents are defined as follows: AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway and Trans- portation Officials ACI American Concrete Institute AFBMA Antifriction Bearing Manufacturers Association AGA American Gas Association ...? (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01015 : (15388 ) -5- AGMA American Gear Manufacturers Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM American Society for Testing and Materials AWG American Wire Gage AWPA American Wood Products Association AWWA American Water Works Association CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standard DHI Door and Hardware Institute Fed Spec Federal Specifications FGMA Flat Glass Marketing Association IBBM Iron Body, Bronze Mounted IEEE Institute Electrical and Electronics Engineers IFI Industrial Fasteners Institute IPS Iron Pipe Size MIL Military Specification NAAMM National Association of Architectural Metals Manufacturers NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NISI National Institute of Standards and Technology NPT National Pipe Thread PCI Prestressed Concrete Institute PS Product Standard SAE Society of Automotive Engineers SCPRF Structural Clay Products Research Foundation SMACNA Sheet Metal and Air Conditioning Contractors National Association SPI Society of the Plastics Industry SSPC Steel Structures Painting Council UL Underwriters' Laboratories USBR U.S. Bureau of Reclamation (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 01015 -6- 19. PRECONSTRUCTION CONFERENCE. Prior to the commencement of Work at the site, a preconstruction conference will be held at a mutually agreed time and place. The conference shall be attended by; Contractor and his superintendent. Principal Subcontractors. Representatives of principal suppliers and manufacturers as appropriate. Engineers -Architects. Engineer. Representatives of Owner. Governmental representatives as appropriate. Others as requested by Contractor, Owner, Engineer, or Engineers - Architects. Unless previously submitted to Engineers -Architects, Contractor shall bring to the conference a tentative schedule for each of the following: Progress. Procurement. Shop Drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: Contractor's tentative schedules. Transmittal, review, and distribution of Contractor's submittals. Processing applications for payment. Maintaining record documents. Critical Work sequencing. Field decisions and Change Orders. Use of premises, office and storage areas, security, housekeeping, and Owner's needs. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01015 (15388 ) -T- s Major equipment deliveries and priorities. Contractor's assignments for safety and first aid. Engineer will preside at the conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 20. PROGRESS MEETINGS. Contractor shall schedule and hold regular progress meetings at least monthly and at other times as requested by Engineer or Owner or required by progress of the Work. Owner, Con- tractor, Engineer, Engineers -Architects, and all Subcontractors active on the site shall be represented at each meeting. Contractor may at his discretion request attendance by representatives of his suppliers, manu- facturers, and other Subcontractors. Contractor shall preside at the meetings and provide for keeping and distribution of the minutes. The purpose of the meetings will be to review the progress of the Work, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. 21. SITE ADMINISTRATION. Contractor for shall be responsible for all areas of the site used by him and all Subcontractors in the performance of the Work. He will exert full control over the actions of all employees and other persons with respect to the use and preservation of property and existing facilities, except such controls as may be specifically reserved to Owner or others. Contractor has the right to exclude from the site all persons who have no purpose related to the Work or its inspection and may require all persons on the site (except owner's employees) to observe the same regulations as he requires of his employees. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) } (CONTRACT 1 } 01015 (15388 ) -8- t 1 I 6. UNAUTHORIZED EXCAVATION. Except where otherwise authorized, indi- cated, or specified, all materials excavated below the bottom of concrete walls, footings, slabs on grade, and foundations shall be replaced, by and at the expense of the Contractor, with concrete placed at the same time and monolithic with the concrete above. 7. DEWATERING. Dewatering equipment shall be provided to remove and dis- pose of all surface water and groundwater entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. All excavations for concrete structures or trenches which extend down to or below groundwater shall be dewatered by lowering and keeping the groundwater level beneath such excavations 12 inches -or more below the bottom of the excavation. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches to the greatest extent practicable without causing damage to adjacent property. The Contractor shall be responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipe or conduit shall be left clean and free of sediment. 8. SHEETING AND SHORING. Except where banks are cut back on a stable slope, excavation for structures and trenches shall be sheeted, braced, and shored as necessary to prevent caving or sliding. Trench sheeting shall not be pulled before backfilling unless the pipe strength is sufficient to carry trench loads based on trench width to the back of sheeting, nor shall sheeting be pulled after backfilling. Where trench sheeting is left in place, such sheeting shall not be braced against the pipe, but shall be supported in a manner which will preclude concentrated loads or horizontal thrusts on the pipe. Cross braces installed above the pipe to support sheeting may be removed after pipe embedment has been completed. Steel sheet piling shall be furnished, installed, and left in place at the locations indicated on the drawings and elsewhere as required to limit the extent of excavations for the deeper structures and necessary backfill under adjacent shallower structures, and to protect adjacent structures and facilities from damage due to excavation and subsequent construction. No additional payment above the contract amount will be made for such sheet piling as indicated or required. The Contractor's attention is directed to the Trench Protective Systems section. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02220 (15388 ) -2- 9. STABILIZATION. Subgrades for concrete structures and trench bottoms shall be firm, dense, and thoroughly compacted and consolidated; shall be free from mud and muck; and shall be sufficiently stable to remain firm and intact under the feet of the workmen. . Subgrades for concrete structures or trench bottoms which are otherwise solid, but which become mucky on top due to construction operations, shall be reinforced with crushed rock or gravel. The stabilizing mate- rial shall be spread and compacted to a depth of not more than 4 inches; if the required depth exceeds 4 inches, the material shall be furnished and installed as specified for granular fills. The finished elevation of stabilized subgrades shall not be above subgrade elevations indicated on the drawings. 10. EMBANKMENT CONSTRUCTION. Embankments shall be constructed to lines and grades indicated on the drawings. 10.01. Compacted Embankment Materials. Generally, native site soils shall be used for construction of reservoir embankments. To the maximum extent available, excess suitable material obtained from excavation shall be used for the construction of embankments. Additional material shall be provided as required at no additional cost to the contract. All material placed in embankments shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No rocks or stones shall be placed in the upper 18 inches of any fill or embankment. Rocks or stones within the allowable size limit may be incorporated in the remainder of fills and embankments, provided they are distributed so that they do not interfere with proper compaction. 10.02. Surface Preparation. Stripped foundation areas of the embankment shall be adequately drained to prevent ponding of water or the formation of swampy areas. The stripped surfaces beneath the embankment construc- tion shall be scarified to a depth of 8 inches, wetted as necessary, and P Y compacted to an average of 95 percent of maximum dry density at minus one to plus three percent as determined by the Standard Proctor compaction € test ASTM D698, to provide good bond between the fill and embankment foundation soils. 10.03. Additional Embankment Subgrade Excavation. Areas where very loose cover sands (N-values of 5 or less as defined in Appendix B of the geotechnical report) are anticipated to be beneath the embankment near borings B-1 and B-2 and shall be undercut to firm subgrade material. The limits and adequacy of the undercutting operation and suitability of the subgrade material shall be subject to agreement by the Engineer. The undercut area shall be wetted and compacted as specified herein, to provide a good bond between the fill and embankment foundation soils. Measurement and payment for excavation and replacement of the material shall be as specified in the measurement and payment section. The (LUBBOCK, TEXAS ? (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02220 (15388 ) -3- removed material may be used in embankment construction provided it is mixed with other suitable site materials prior to installation in the ? embankment between the fill and embankment foundation soils. 10.04. Embankment Keyway. The embankment keyway shall be installed in existing undisturbed soil and shall be constructed with the dimensions { indicated on the drawings. Soils for the embankment keyway shall meet the requirements for compacted embankment soil as specified herein. If animal burrow holes or tension cracks are observed in the key trench, the key trench shall be deepened below the level of tension cracks or animal burrows. 10.05. Embankment Placement. Following preparation of the embankment foundation, embankment soils shall be placed in loose lifts not to exceed 8 inches and comacted to an average of 95 percent of maximum dry density at minus one to plus three of optimum moisture content as determined by the Standard Proctor compaction test ASTM D698. Embankment soils shall be well processed with a disc, then wetted, and compacted. The soils shall be placed in horizontal lifts and the preceeding lifts, if smooth, shall be roughened to promote bonding between lifts. If necessary, the previous lift shall be scarified lightly and sprinkled to achieve bonding. Succeeding lifts of soil shall be placed as rapidly as possible to prevent drying and cracking of the embankment. Until installation of the soil cement surfacing, the Contractor shall wet the embankment surface as often as necessary to prevent the soils from drying and cracking. Wherever a trench is to pass through a fill or embankment, the fill or embankment material shall be placed and compacted to an elevation not less than 12 inches above the top of pipe elevation before the trench is excavated. 11. GRANULAR FILLS. Granular fills shall be provided where indicated on the drawings. Granular fills shall be placed on suitably prepared subgrades and compacted by vibration. Granular fill material shall be crushed rock or gravel, shall be free from dust, clay, or trash, and shall be graded 1-1/2 inch to No. 4 as defined in ASTM C33. Granular fills shall be compacted to not less than 70 percent relative density as determined by ASTM D4253 and D4254. Where granular fills are to be covered with concrete, the top surface shall be graded to the required subgrade and covered with polyethylene film. 12. OUTSLOPE TOPSOIL. The outslope topsoil shall be a natural friable, fertile, fine sandy loam, easily cultivated and shall have a relatively high erosion resistance. Topsoil shall be readily able to support grass growth and shall be free from subsoil, noxious weeds, stones larger than (LUBBOCK, TEXAS ) (TERHINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02220 g. (15388 ) -4- one inch in diameter, lime, cement, ashes, slag, dispersive clays or other deleterious matter. To the maximum extent practical, suitable top- soil from on -site may be used as outsl.ope topsoil material provided it meets the requirement specified herein. 13. ROAD CONSTRUCTION. 13.01. General Requirements. Materials, procedures, and construction methods shall conform to the following general requirements. Except as otherwise specified herein, all materials and methods shall be as specified in the latest edition of "Standard Specifications for con- struction of Highways, Streets, and Bridges" by the Texas Department of Highways and Public Transportation. 13.02. Flexible Aaareuate Base. The flexible aggregate base shall con- sist of a six inch minimum layer, measured after compaction, of SDHPT 249 Type F, grade 2 material. The base materials shall be compacted by the Density Control method to at least 95 percent of maximum density at optimum moisture content as determined by ASTM D698. 14. TRENCH EXCAVATION. Trenches shall be excavated so that pipes can be laid straight at uniform grade, without dips or humps, between the terminal elevations indicated on the drawings. 14.01. Minimum Cover. Where pipe grades or elevations are not defi- nitely fixed by the contract drawings, trenches shall be excavated to a depth sufficient to provide a minimum depth of backfill cover over the top of the pipe of 36 inches for all piping. 14.02. Limitinz Trench Widths. Trenches shall be excavated to a width which will provide adequate working space and sidewall clearances for proper pipe installation, jointing, and embedment. Minimum trench widths shall be as follows: Nominal Pipe Size Minimum Trench Widths (inches) (inches) Less than 27 Pipe OD plus 24 27 through 60 Pipe OD plus nominal pipe size Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall be done only in areas where the increased trench width will not interfere with surface features or encroach on right-of-way limits. 14.03. Excavation Below Pipe Subgrade. Except where otherwise required, pipe trenches shall he excavated below the underside of the pipe, as indicated on the drawings to provide for the installation of granular embedment. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02220 (15388 ) -5- 17 14.04. Bell Hoses. Bell holes shall provide adequate clearance for tools and methods used in installing pipe. No part of any bell or coupling shall be in contact with the trench bottom, trench walls, or granular embedment when the pipe is jointed. 15. PIPE EMBEDMENT. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compac- tion of embedment materials shall conform to the requirements indicated on the drawings and to the following supplementary requirements. Embedment materials shall contain no cinders or other material which may cause pipe corrosion. 15.01. Embedment Classes. a. Class A Arch Encasement. Class A arch encasement is not required unless improper trenching or unexpected trench con- ditions require its use as determined by the Engineer. b. Class B Bedding. Class B bedding shall be used for all PVC pipelines and all other pipelines, not otherwise specified. C. Class C Bedding. Class C bedding shall be used for all pre- stressed concrete and cast iron pipelines. 15.02. Placement and Compaction. Granular embedment material shall be spread and the surface graded to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface by withdrawal of pipe slings or other lifting tackle. After each pipe has been graded, aligned, and placed in final position on the bedding material (trench bottom for 6 inch or smaller pipe), and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during subsequent pipe jointing and embedment operations. Embedment material shall be deposited and compacted uniformly and simul- taneously on each side of the pipe to prevent lateral displacement. Class C embedment shall be compacted to the top of the pipe in all areas where compacted backfill is specified. Whenever crushed rock is used as embedment for 36 inch and larger pipe, the portion above the bottom of the pipe shall be vibrated with a mechan- ical probe type vibrator during placement to ensure that all spaces beneath the pipe are filled. 15.03. Water Barrier. Continuity of embedment material shall be inter- rupted by low permeability water barriers to impede passage of water (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02220 (15388 ) -6- through the embedment. Barrier material shall meet soil classification GC, SC, CL, or ML-CL, and shall be compacted to 95 percent of maximum density (see end of section for soil classifications). Material may be finely divided suitable job excavated material., free from stones, organic matter, and debris. Barriers for all pipelines within the limits of the perimeter of the reservoir shall be compacted soil the full depth of granular material, the full trench width, approximately 4 feet long, and spaced not more than 500 feet apart. 16. TRENCH BACKFILL. All trench backfill above pipe embedment shall conform to the following requirements. A layer of backfill material not more than 8 inches deep may be placed over concrete arch encasement or concrete reaction blocking after the concrete has reached its initial set, to aid curing. No additional backfill shall be placed over arch encasement or blocking until the concrete has been in place for at least 3 days. 16.01. Compacted Backfill. Compacted backfill will be required for the full depth of the trench above the embedment where beneath fills or (? embankments. Where the trench for one pipe passes beneath the trench for another pipe, backfill for the lower trench shall be compacted to the level of the bottom of the upper trench. Materials for compacted backfill shall conform to the requirements for materials used for earth fills and embankments. Masses of moist, stiff clay shall not be used. Backfill materials shall be placed in uniform layers not exceeding 8 inches in uncompacted thickness. The method of compaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shocks to the pipe. Backfill material shall be compacted to 95 percent of maximum density at optimum moisture content as determined by ASTM D698. 16.02. Uncompacted Backfill. Compaction of trench backfill above pipe embedment in locations other than those specified will not be required except to the extent necessary to prevent future settlement. Uncompacted earth backfill material to be placed above embedments shall be free of brush, roots more than 2 inches in diameter, debris, cinders, or other corrosive material, but may contain rubble and detritus from rock excavation, stones and boulders, in certain portions of the trench depth. Uncompacted backfill material above embedments shall be placed by methods which will not impose excessive concentrated or unbalanced loads, shock, or impact on, and which will not result in displacement of, installed pipe. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR)] (CONTRACT 1 ) 02220 (15388 ) -7- ;> Compact masses of stiff clay or other consolidated material more than one cubic foot in volume shall not be permitted to fall more than 5 feet into the trench unless cushioned by at least 2 feet of loose backfill above pipe embedment. No uncompacted trench backfill material containing rocks, or rock exca- vation detritus, shall be placed in the upper 18 inches of the trench, nor shall any stone larger than 8 inches in its greatest dimension be placed within 3 feet of the top of pipe. Large stones may be placed in the remainder of the trench backfill only if well separated and so arranged that no interference with backfill settlement will result. 17. STRUCTURE BACKFILL. The quality and moisture content of materials for backfill around and outside of structures shall conform to the requirements for materials used for earth embankments. Backfill mate- rials shall be deposited in layers not to exceed 8 inches in uncompacted thickness and compacted to at least 95 percent of maximum density at optimum moisture content as determined by ASTM D698. Compaction of structure backfill by rolling will be permitted, provided the desired compaction is obtained and damage to the structure is prevented. Com- paction of structure backfill by inundation with water will not be permitted. No backfill shall be deposited or compacted in water. Particular care shall be taken to compact structure backfill which will be beneath pipes, drives, roads, or other surface construction or structures. 18. RIP RAP. To prevent erosion of the exterior embankment at the reservoir overflow, the outslope shall be protected by 18 inches of rip rap above 6 inches of filter blanket rock and geotextile. The rip rap shall be placed within the limits indicated on the drawings. 18.01. Materials. Materials for rip rap and filter blanket shall be obtained from sources selected by the Contractor and shall be acceptable to the Engineer. Rip rap The material shall be durable stone or broken concrete containing a combined total of not more than 10 percent of earth, sand. shale, and nondurable rock. At least 25 percent of the mass shall be of pieces having a volume of one cubic foot or more, but not exceeding 18 inches in thick- ness. Filter Blanket Rock (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) The material shall be durable and may be either crushed stone or gravel or a combination of both. The rock shall 02220 -8- be reasonably well graded with a maxi- mum size of 4 inches in diameter and an avenge size of one inch in diameter. It shall be reasonably free from lumps or balls of clay, organic material, objectional coatings, or other foreign materials. Geotextile The material shall be as specified in the geomembrane liner section. 18.02. Placement. The base shall be compacted in accordance as speci- fied herein before the rip rap, filter blanket, and geotextile is placed. Damage to the geotextile during the placement of the filter blanket shall be repaired before preceeding with the work. The geotextile shall lap a minimum of six inches. The filter blanket shall be dumped in place and shall form a layer to be used as backing for rip rap. Compaction of the filter blanket will not be required, but it shall be finished to present a reasonably even surface, free from mounds or windrows. Rip rap shall then be carefully dumped in place so as to prevent damage to the filter blanket layer. The completed rip rap shall form a uniform 18 inch thick layer with a tight surface. Each layer need not be compacted, but shall be graded in a manner to insure that the larger fragments are uniformly distributed and that the smaller fragments serve to fill the voids between the larger fragments. Hand placement of fragments or compaction will be required only to the extent necessary to obtain the required results. 19. TESTS. As stipulated in the quality control section, all tests shall be made by an acceptable independent testing laboratory at the expense of the Contractor. Two initial gradation tests shall be made for each type of pipe embedment. One additional gradation test shall be made for each additional 100 cubic yards of pipe embedment. No less than two moisture density (Proctor) tests shall be performed on each type of mate- rial to be used for embankment construction. (A total of 10 tests are anticipated.) In -place field density tests for embankment construction shall be made one for every 1000 cubic yards of compacted material. Testing for soil cement is covered in that section. Test locations and scheduling shall conform to the quality control sec- tion. If quality control tests indicate materials fail to comply with specifications, the materials shall be removed and replaced or remedied until such complies with specifications. All remedial work or replace- ment of material shall be at the Contractor's expense. 20. FINAL GRADING AND PLACEMENT OF TOPSOIL. After other outside work has been finished, and backfilling and embankments completed and settled, all areas which are to be graded shall be brought to grade at the indi- cated elevations, slopes, and contours. All areas which have been disturbed or damaged by construction operations shall be surfaced with topsoil to a depth of at least 4 inches. Topsoil shall be of a quality (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) i...i (CONTRACT 1 ) 02220 (15388 ) -9- rJ at least equal to the existing topsoil in adjacent areas, free from trash, stones, and debris, and well suited to support plant growth. Topsoil for outslopes shall be surfaced to a depth of 9 inches as indi- cated on the drawings. Outslope topsoil is specified in paragraph 12. Use of graders or other power equipment will be permitted for final grading and dressing of slopes, provided the result is uniform and equivalent to hand work. All surfaces shall be graded to secure effec- tive drainage. Unless otherwise indicated, a slope of at least one percent shall be provided. Final grading and surfacing shall be smooth, even, and free from clods and stones larger than one inch in greatest dimension, weeds, brush, and other debris. 21. EXCESS EXCAVATED MATERIALS. Insofar as needed, suitable excavated materials shall be used in fills and embankments. All suitable excess excavated material shall be disposed of at locations on the site as directed by the Engineer; all such material shall be graded for drainage but need not be compacted. Available locations to dispose of excess excavated materials include areas approximately 3/4 mile east of east reservoir embankment and 1-1/2 miles south of south reservoir embankment. All.debris, stones, logs, stumps, roots, and other unsuitable materials shall be removed from the site and disposed of by, and at the expense of, the Contractor. 22.. SETTLEMENT. The Contractor shall be responsible for all settlement of backfill, fills, and embankments which may occur within the correction period stipulated in the General Conditions. The Contractor shall make, or cause to be made, all repairs or replace- ments made necessary by settlement within 30 days after notice from the Engineer or Owner. (LUBBOCK, 'TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 02220 -10- Lintrieu auli L.aszil.cation JYSLIm (ASTM Designation 0-24871 ti H W 2 O F- i G Z O U6 93 z i V i C? W i to A O to fa. O to A i z N N W a i O LC 14 W V O 0 a d W It Major division Grouo Tvpscai Names Classification Criteria Symwls GW well graded gravels and C • D60 0,0 Greater than 4 gravel -sand mixtures, little or no fines $ 1D1012 c 1 It e E o» C Between I and 3 6r0xD60 c o GP Poorly graded gravels and z gravel sand rixtures. 9r S Not meeting both Criteria for GW u y little or no fines to ;p b J t c GM y Silty gravels. gravel sand N V s, i s Atterber Firm g Fs Dili below 'A y C Silt mixtures tine or plasticity index less than a GC Clavev gravels. graver L 3 V m � Atterblrg limits is otor above -A". y sand clay mixtures line and plasticity index greater v man 7 � a r SW Well -graded sands and ai > C - 0 0 Greater than 63i y 9 gravelly sands, little fines M a+ iDlol? VM rJ Or no c g g _ C, Between 1 and 3 ° SP Poorly graded sands and ° Z _ M gravelly sangf. little Or 41 J z Not meeting both criteria for SW no tines a last 4 y c �, SM Silty sands. sand-stit 'n 5 Atterberg limits plot below A" mixtures line or plasticity index less than 4 —• L G in - SC Clayey sand!, sand -clay o $ at Atterberg limits piot above "A" mixtures n line and plasticity index greater than 7 MC inorganic silts. very fine sands, rock flour, silty or clayey fine sands C.1 CL Inorganic clay% of low to II a` medium plasticity, gravelly y Q clays, sandy clays, Silty loon a $it inclays, OL clays Organic silts and organic silty Check clays of low plasticity plasticity °i o o Z chart " .. MH Inorganic silts, micaceous or a E diatomaceous fine sands or silts, elastic silts �.8 J w CH Inorganic clays of high ve plasticity, fat clays OH Organic clays of medium organic soils to high plasticity Peat, muck and other fibrous organic matter; will char. Highly Pt highly organic soils burn, or glow {al so 70 so W 40 30 30 10 L led OL T-.w UaiM/ limit Eilastkiq chart fqr tly daatil9oanoe of /lria•'nm0 soils Tara Made on kammn "AR Owl fill, 40 tuna I►I Unified Soil Classification System (ASTM Designation D-2487). 02220 -11- Section 02221 - SOIL CEMENT 1. SCOPE. This section covers furnishing and placing the materials and construction requirements for soil cement including subgrade preparation and soil cement preparation, mixing, handling, placing, compacting, finishing, curing, and maintenance. 2. GENERAL. Soil cement shall consist of soil, portland cement, and water proportioned, mixed, placed and compacted to the lines, grades, and typical sections indicated on the drawings. 3. QUALITY ASSURANCE. 3.01. Governina Standards. Tests when required shall be governed by the American Society for Testing and Materials (ASTM). 3.02. Testing. The Contractor shall retain an independent testing laboratory acceptable to the Engineers -Architects to perform the following tests: Representative samples of soil shall be tested in accordance with ASTM D422 to determine the particle size distribution. Representative samples of each proposed soil cement mix design shall be tested in accordance with ASTM D558 to determine the maxi- mum density and optimum moisture content. Representative samples of each proposed soil cement mix design shall be compacted to 100 percent at optimum moisture content and tested in accordance with ASTM D559 - Wetting and Drying Tests of Compacted Soil Cement Mixtures. Test specimens shall be prepared for a minimum of three cement contents bracketing the desired strength. Representative samples of each proposed soil cement mix design shall be compacted to 100 percent at optimum moisture content and tested in accordance with ASTM D560 - Freezing and Thawing Test of Compacted Soil Cement Mixtures. Test specimens shall be prepared for a minimum of three cement contents bracketing the desired strength. Three compression test cylinders of each proposed soil cement mix design shall be compacted at optimum moisture content and tested at an age of 7 days. The soil cement specimens shall be made, cured, and stored in conformity with ASTM D1632 and tested in conformity with ASTM D1633. 4. SUBMITTALS. 4.01. Preliminary Review. The source and quality of materials and the soil cement proportions proposed for the work shall be submitted to the Engineers -Architects for review before the work is started. Certified (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02221 (15388 ) -1- reports prepared by an independent testing laboratory and covering the soil and mix design shall be submitted in accordance with the submittals section. Review of these reports will be for general acceptability only and continued compliance with all contract provisions will be required. 4.02. Mix Design Report. Design quantities and test results shall be submitted for review. Mixes shall be adjusted in the field as necessary to meet the requirements of these specifications. The report for each tentative soil cement design shall contain the following information: Optimum moisture and density. Brand, type, and quantity of cement. Specific gravity and gradation of soil. Compressive strength based on 7 day compression test. Weight (surface dry) of soil per cubic yard. Soil cement loss as determined in accordance with ASTM D559. Soil cement loss as determined in accordance with ASTM D560. 5. JOB CONDITIONS. 5.01. Weather Limitations. Soil cement shall not be mixed or placed when the air temperature is below 45 F and falling, but may be placed if the temperature is 40 F and rising and the subgrade is not frozen. 5.02. Storage of Cement. Each shipment of sacked cement shall be stored in chronological order based on delivery date at the job and shall be used in the same chronological order to prevent undue aging. Bins in which bulk cement are stored shall be weathertight. 6. MATERIALS. Materials used for the soil cement shall be materials mixed with portland cement and water. Materials used shall be: Cement ASTM C150, Type II, having a maximum tricalcium aluminate content of 8 percent. Soil Clean and free of organic contami- nants (solid or chemical) containing not less than 55 percent material by dry weight passing the No. 4 sieve, and not more than 35 percent nor less than 5 percent passing the No. 200 sieve. Clay Lumps or balls larger than. 1 inch shall (LUBBOCK, TEXAS } j (TERMINAL STORAGE RESERVOIR) I. (CONTRACT 1 ) 02221 (15388 ) -2- r�z be pulverized to pass a No. 4 sieve or screened out of the raw soil prior to mixing. Free from caliche, nodules, concretions, or chalky calcareous materials. Water Clean and free from mud, oil, organic matter, or other deleterious substances (Refer to temporary facilities section). 7. PERFORMANCE AND DESIGN REQUIREMENTS. 7.01. Mix Design. Using materials acceptable to the Engineers -Architects, a tentative soil cement mix shall be designed and tested. Design quanti- ties and test results shall be submitted for review. Adjustments shall be made in the field as necessary to meet the requirements of these specifica- tions. 7.02. Cement Reguirements. The total quantity of portland cement shall be not less than 8 percent of the oven -dry weight of the soil. The minimum acceptable compressive strength as determined by ASTM D1633 shall be 500 psi at 7 days for soil cement at the total quantity of cement content used. Increase the cement content as necessary to meet this compressive strength. The cement shall be free of lumps and otherwise undamaged when used in soil cement. For the purpose of preparing the bid, the price for the total quantity of soil cement shall be determined using a 12 percent.portland cement content, for a soil having a unit oven dry weight of the 112 pounds per cubic foot (363 pounds of cement per cubic yard of soil). The prices bid shall be included under Item 4 of the bid. If, during construction, the quantity of cement for the soil cement mix is required to be increased or decreased, the unit price indicated for cement in the bid will be used to determine the total adjustment price. The adjustment price will be determined by multiplying the volume of compacted soil cement times the actual oven dry weight of soil, used in the lab test, the actual cement content, all converted to tons, then times the adjustment cost. The requirements for additional cement content shall be substantia- ted by laboratory testing, as previously specified, to the satisfaction of the Engineers -Architects. 7.03. Soil Cement Loss. The soil cement lose, as determined in accordance with ASTM D559 and ASTM D560, shall be not more than 10 percent. Increase the cement content as necessary to meet this loss criteria. 7.04. Mixing. Soil cement shall be mixed at a central plant in a twin - shaft pugmill mixer of either the continuous or batch type. Regardless of the equipment and methods used, an adequately compacted, thoroughly mixed mixture of pulverized soil containing the proper amount of portland cement and moisture shall be provided. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02221 (15388 ) -3- 8. PREPARATION. 8.01. subgrade Preparation. Before placing the soil cement, the subgrade shall be graded, shaped, and rolled as required to construct the soil cement in conformance with lines, grades, thicknesses, and cross sections as indicated on the drawings. The subgrade shall be compacted in accor- dance with the excavation section. Soft, organic and otherwise unsuitable material shall be removed from the subgrade and replaced with suitable material acceptable to the Engineer. Immediately prior to the placement of the soil cement, the receiving sur- faces shall be in a moist condition. 9. CONSTRUCTION. 9.01. Pulverization. The soil shall be pulverized sufficiently so that at the time of compaction 100 percent of the soil cement mixture will pass a one inch sieve and a minimum of 80 percent will pass a No. 4 sieve, exclu- sive of gravel and stone. For gravel and stone the maximum size permitted shall be 3 inches with a maximum of 5 percent retained on a 3 inch sieve. 9.02. Central Mixing Plant Mixing Method. The central plant shall be equipped with metering and feeding devices that will add the soil, cement, and water into the mixer in the specified quantities. The central plant shall have a capacity of at least 300 tons of soil cement per hour. Soil and water shall be mixed sufficiently to prevent cement balls from forming when water is added. The mixing time shall be that which is required to secure an intimate uniform mixture of the soil, cement, and water. If the actual quantities of the mix vary more than two percent by weight of the accepted quantities, the Engineer may require such changes in the plant operation as will provide the required accuracy. The soil cement mixture shall be transported from the mixing plant to the construction site in clean equipment provided with suitable protective covers. The total elapsed time between the addition of water to the mix- ture and the start of compaction shall not exceed 60 minutes, and the mixture shall not be left undisturbed for longer than 30 minutes during this period. 9.03. Placing. The soil cement mixture shall be placed on the moistened subgrade with spreading equipment that will produce layers of such widths and thicknesses as are necessary for compaction. Each successive Layer shall be placed as soon as practicable after the preceding layer is com- pleted. Minimum and maximum limits of compacted layer thickness shall be 5 inches and 7 inches, respectively. All soil cement surfaces which must bond to succeeding layers of soil cement shall be kept continuously moist by fog spraying until placement of the subsequent layer except that such surfaces will not have to be kept (LUBBOCK, TEXAS ) i; (TERMINAL STORAGE RESERVOIR) ?. (CONTRACT 1 ) 02221 (15388 ) -4- j€E � L� 1 ki, moist for a period longer than 7 days. Any loose material on the surface of the completed layer shall be removed, and the surface striated and moistened immediately before placement of the next layer. 9.04. Compaction. Soil cement shall be uniformly compacted to at least 96 percent of maximum density as determined by ASTM D558. At the start of compaction, the mixture shall be in a uniform loose condi- tion throughout the full depth and the moisture content shall be within 1 percent below to 2 percent above the specified optimum 30 minutes during compaction operations. The in -place final compacted soil cement shall be within I percent below to 2 percent above the optimum moisture content as determined by ASTM D558. The specified moisture content shall be maintained uniformly throughout the ' layer of material being compacted. The compaction operation shall be �'. complete within one hour after the addition of water to the soil cement mixture. When any of the compacting operations are interrupted prior to completion of compaction so that the mixture which has not been completely compacted is left unworked for more than 30 minutes for any reason or when the soil cement mixture before completion of compaction is wetted by rain so that the average moisture content exceeds the specified moisture requirements, the entire layer affected shall be removed and replaced at the expense of the Contractor. 9.05. Finishing. After compaction, the soil cement layer shall be further shaped to the required lines, grades, and cross sections and rolled to a reasonably smooth surface. Surface compaction and finishing of each layer shall be performed, within two hours, to ensure a dense surface free of compaction planes or loose material. The soil cement shall be placed to the minimum thickness indicated on the drawings. The finished top surface of the section shall show no variation greater than 2 inch from 10 foot straightedge laid thereon parallel to the longitudinal centerline. The finished slopes shall be within 3 inches of plan dimension at the top and bottom of the slopes. On the slopes, the top surface shall be relatively smooth and free of sharp projections. Holes and joints shall be grouted smooth to provide a suitable surface for installation of the geomembrane. 9.06. Construction Joints. No construction joint will be permitted except where construction is halted for a period of 3 hours or more. Unless such joints are made by the use of headers, the end of the section placed shall be cut back to a full depth vertical joint and a firm section before opera- tions are resumed. The portions removed may be pulverized and reused as if soil with no cement. Construction joints for succeeding layers of soil cement shall be staggered such that no two joints align. -. (LUBBOCK, TEXAS E (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 02221 (15388 } -5- k: fF 3 t 9.07. Curing. Temporarily exposed surfaces shall be kept moist as previously specified. Care shall be exercised to ensure that no curing material other than water is applied to the surfaces that will be in contact with succeeding layers. Permanently exposed surfaces shall be kept wet for a period of 72 hours"T after completion of compaction. The curing method shall be acceptable to the Engineer. When necessary, the soil cement shall be protected from freezing for 7 days after its construction by a covering of loose earth, straw, or other suitable materials. 10. FIELD OUALITY CONTROL. 10.01. Field Control Tests. Field control tests shall consist of (1) gradation tests (2) moisture -density tests, and (3) compression test cylinders. One initial gradation test shall be made for soil material used for soil cement. One gradation test shall be made for each additional 1000 cubic yards. No less than four moisture density (Proctor) tests shall be per- formed on soil material to be used for soil cement. One in -place density test shall be made for each 500 cubic yards of material placed. A set of three test cylinder for compression tests shall be performed for each 5000 cubic yards of soil cement. If any test indicates materials fail to comply with the specifications, the materials shall be removed and replaced or remedied until such complies with specifications. All remedial work or replacement materials shall be at the Contractor's expense. 10.02. Maintenance. The Contractor shall maintain the soil cement in good condition until all work is completed and accepted by the Owner. Mainten- ance shall include immediate repairs of any defects that may occur. Faulty work shall be replaced by and at the expense of the Contractor for the full depth of the layer. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02221 (15388 ) -6- Section 02225 - GEOMEMBRANE LINER 1. GENERAL. This section covers the material, and installation require- ments for the geomembrane pond liner. The liner shall be installed to the limits indicated an the drawings. Installation of the liner shall be in accordance with the manufacturer's recommendations and these specifications. The lining manufacturer and installer shall have a minimum of 5 years previous experience in satisfactory production and installation of a min- imum of 10,000,000 square feet of lining similar to the type specified. The experience shall include installation in at least three separate locations. References for this experience, stating the Owner, location, and installation dates, shall be furnished to the Eneineers-Architects before beginning the lining installation. 2. DRAWINGS AND DATA. Detailed drawings and data for the liner and all accessories shall be submitted prior to installation in accordance with Section 01300. The drawings shall indicate the extent, size, and details of each lining including seam locations, seam details, penetration details, liner terminations, compensation, and all special details. Data shall include current test reports verifying conformance to the material specifications. 3. WARRANTIES. The following material and installation warranties shall be furnished in writing to the Owner. 3.01 Material Warranty. The lining material shall be warranted against manufacturing defects and material degradation for a period of 20 years from the date of official acceptance by the Engineer. Material that fails within the warranty period shall be replaced at no cost to the Owner. 3.02 Installation Warranty. The liner installation shall be warranted against defects for a period of 5 years from the date of official acceptance by the Owner. Repairs shall be made at no cost to the Owner for defects due to improper installation during the warranty period. 4. SUBGRADE PREPARATION. The soil subgrade shall be compacted to at least 95 percent of maximum density at minus one to plus three percent of optimum moisture content as determined by ASTM D698-78. Earth surfaces receiving a liner shall have all sharp rocks, sharp objects, vegetation, and stubble removed. The surface shall be rolled to provide a firm smooth surface for application of the liner. A soil sterilant shall be applied to the finished subgrade. The soil sterilant shall be Du Pont Hy Var X and shall be applied in accordance with all manufacturer require- ments. The liner installation shall not begin until the subgrade prepara- tion is complete. Written certification from the liner installer verifying (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02225 (15388 ) -1- the acceptability of the subgrade shall be provided to the Engineer and Engineers -Architects before starting the installation. The subgrade surface shall be maintained in the accepted condition until lining installation is complete. 5. MATERIALS. Materials shall conform to the following requirements. 5.01 Geotextile. Geotextile shall be a nonwoven fabric consisting of continuous chain polymeric filaments or yarns of polyester, or poly- propylene formed into a stable network by needle punching. The geotextile shall be inert to commonly encountered chemicals and hydro- carbons. It shall be resistant to mildew and rot, ultraviolet radiation, insects, and rodents. The geotextile shall conform to the properties in the following table. The average roll minimum value for strength proper- ties shall be in excess of the average roll minimum value stipulated below. The average roll minimum value is defined as the sampling average, in the weakest principal direction, of the designated physical properties for the roll within a production lot designated first quality. Phvsical Properties Grab tensile strength (lb) ASTM D4632-86 Elongation at failure (percent) ASTM D4632-86 Thickness (mils) ASTM D1777-64(1975) Puncture strength (lb) ASTM D4833-88 Weight (ozjsq yd) ASTM D3776-85 Average Roll Minimum Value 200 50 90 80 8 The geotextile shall be furnished in rolls wrapped with a covering to protect the fabric from mud, dirt, dust, and debris. The fabric shall be free of defects or flaws that affect its physical properties. Each roll of fabric shall be labeled to identify its production run. 5.02 High Density Pollethylene (HDPE). The HDPE sheet shall be extruded to produce a uniform sheet free of holes, tears, nodules, blisters, or other manufacturing defects that may affect its durability. The sheet shall be manufactured and fabricated within the United States. The physical properties of the sheeting shall conform to the following requirements. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } (15388 ) 02225 -2- Physical Property Thickness, in. Specific gravity, gjcm3 Carbon black content, percent Carbon black disper- sion Tensile properties Tensile strength, yield, psi Tensile strength, break, psi Elongation at yield, percent Elongation at break, percent Modulus of elasticity, psi Thermal stability oxiditative induction time, min Tear resistance, lbf Brittleness temperature Environmental stress crack, hours, Condition C Dimensional stability, percent Puncture resistance, lb (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 } 02225 -3- Minimum Requirement Tgst Method .060 ASTM D1593-81 (1988) 0.94 ASTM D792-86 Method A-1 2-2.5 ASTM D1603-76 (1988) Grade A-2 ASTM D3015-72 (1985) ASTM D638-89 Speed 4 2,000 3,000 10 500 80,000 2,000 ASTM D3895 130C, 800 psi, 02 45 ASTM D1004-66 (1988) -40 C No ASTM D746-79 Breaks, (1987) Pro- -70 C Pass cedure B 2,000 ASTM D1693-70 (1988) ± 1 ASTM D1204.-84 260 FTMS 101C-1985 Method C2031 f: Resin used for extrusion joining sheets shall be identical to the resin used for sheet manufacture. The resin color shall be black. 5.03 Air Vents. Air vent assemblies shall be furnished and installed as indicated on the drawings. Air vents shall be fabricated of material compatible with the liner material. Proposed air vent details shall be submitted to the Engineers -Architects before beginning installation. 5.04 Ballasting. The liner installer shall provide sufficient ballasts in the main reservoir to resist an uplift load of 3.0 pounds per square foot of main reservoir bottom and slope area. The ballasts shall be installed on the main reservoir bottom to resist the total uplift load. The ballasts shall be encapsulated in material that will be resistant to ultraviolet radiation equivalent to the pond liner material. Ballast shall be spaced a maximum of 50 feet center to center. The ballast encapsulation shall be vented at the top. 5.05 Prefabricated Bentonite Liner Panels. Prefabricated sodium bentonite liner panels shall be equivalent to the CLAYMAX LC system, as manufactured by the Clem Environmental Corporation, consisting of encapsulated granu- lated sodium montmorillonite. The Contractor shall provide the Engineers - Architects with the specification and samples of the liner panel for review. 6. INSPECTION AND TESTING. The following tests and documentation shall be submitted to the Engineers -Architects before beginning liner installation. The lining Contractor shall submit to the Engineers -Architects 30 days prior to delivery of liner material to the project site, a quality control manual including quality control procedures, tests, inspection personnel, and documentation including, but not limited to, the following items included in this specification. 6.01 Geotextile. A competent laboratory shall be retained at the point of manufacture to provide quality control, in accordance with the specified ASTM testing procedures and ASTM D4759-88. Records of the quality control tests shall be provided to the Engineers -Architects, upon request, in the form of a manufacturer's certificate that includes the following. 1 .i Name of manufacturer Chemical composition Product description Statement of compliance with specification requirements Signature of legally authorized official attesting to the information required (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) '.,. (CONTRACT 1 ) 02225 (15388 ) -4- r! The geotextile shall be tested and certified to be in accordance with these specifications by an independent laboratory. This data shall be submitted to the Engineers -Architects. 6.02 Polyethylene Resin 6.02.1 Raw Material Testing. The raw material manufacturer shall provide for permanent inspection during production and shall execute the following tests specific to the material's processing and physical and chemical behavior before delivery. Test results shall be furnished in a report to the sheet manufacturer. The polyethylene resin shall meet the following acceptable values for the material properties of the polyethylene resins. The sheet manufacturer shall determine the acceptable tolerance range within these values for the resin used in the sheet production. HIGH DENSITY POLYETHYLENE CHDPEJ Nominal Material Property Value Density, g/cm3 without 0.936-0.956 carbon black Melt -index, g/10 min 0.25 ESCR >1000 Moisture content, <0.10 percent Test Method ASTM D1505 ASTM D1238-88 Condition 190/ 2.16 kg ASTM D1693, Conditions A, B, C ASTM D570-81 (1988) Materials shall be sampled and tested to determine if the material prop- erties fall within the acceptable tolerance range before sheet production begins. Testing shall include melt -index, density, and moisture content tests. Resin not meeting the sheet manufacturer's requirements shall not be used in sheet production. The test results and the resin manufacturer's production data shall be submitted to the Engineers -Architects upon request. Nontested or additive material shall not be used in the sheet manufacture. 6.02.2 Production Testing and Inspection. Test samples shall be processed through a sample production run. A production report covering melting behavior, melt appearance, and forming behavior shall be prepared. If a (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02225 (15388 ) -5- i batch does not meet the requirements for these parameters, it shall be is excluded from production. The production report shall be attached to the sheet report and submitted to the Engineers -Architects upon request. During transportation, the resin granulate shall remain in a closed system to avoid effacement of individual batches and to ensure a pure base material for sheet production. Bagging shall not be permitted. Important extrusion data including, but not limited to, melt temperature and production rate shall be monitored and documented during production. The results shall be submitted to the Engineers -Architects. Melting behavior, melt appearance, and forming behavior shall be continu- ously observed during production. The data, labeled with the respective batch and sheet roll numbers, shall be assembled as product documentation and shall be submitted to the Engineers -Architects. The data sheets shall be numerically labeled. Three samples, 21 by 30 centimeters or larger, shall be excised from the sheet edge at random intervals during production: one sample shall be stored with appropriate labeling from each roll; one sample shall be sent with appropriate labeling to the raw material manufacturer for documen- tation, and one sample shall be tested by the sheet manufacturer. The manufacturer shall perform tests of samples for each 50,000 square feet of liner manufactured. This testing shall include tensile strength, melt - index, ESCR and shrinkage tests. Test results shall meet or exceed the specified minimum requirements. The values shall be documented for each individual sample, stored with the respective sheet and production reports, and submitted to the Engineers - Architects. Sheet rolls that fail to meet the specified material limits are unacceptable. A sheet report covering the entire sheet roll shall be prepared for each roll. Labeled samples of each sheet shall be delivered to the raw material manufacturer for ESCR testing. A stress cracking durability of range of tolerance equal to or greater than 1,000 hours shall be documented in this testing. 'Test results shall be submitted to the Engineers -Architects. The sheet roll shall not be released for installation unless acceptable results for the production control tests are obtained. If unacceptable results are obtained, the test shall be repeated on another sample from the sheet roll in question. If these results confirm a substandard tensile -cracking durability, the material shall be rejected. j c .J (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } (15388 } 1.3 02225 -6- I 1 t: 6.02.3. The Owner and Engineers -Architects shall treat all raw material control and sheet processing parameters and data as confidential proprietary information belonging to the sheet manufacturer and shall not use or distribute the information for any purpose other than evaluating sheet production and quality control for this project. 6.03 Sheet Delivery. The Contractor shall inspect each sheet of liner for damage prior to delivery to the site. Any damage to the liner sheet shall be documented in a material delivery report. The necessary repairs or replacement of damaged liner sheet shall be documented in a report and submitted to the Engineers -Architects. 6.04 Sheet Installation. The Contractor shall perform a visual inspection on each liner sheet for punctures, tears, rips, or other injuries. Daily progress reports shall be prepared including the following: Names and job description of personnel Date Weather conditions, including range of wind speed and temperature, cloud cover, and precipitation. Project location Panels installed Panels seamed Field observation 6.05 Liner Seaming. Quality control records acceptable to the Engineers - Architects shall be prepared detailing the initial -weld qualification of equipment and welding crews. Daily quality records shall be maintained of all field seaming including, but not limited to, the following: Date Project location Weld location, sheet number Sheet temperature Weld crew identification Weld machine identification Weld samples, if taken General Observations (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02225 (15388 ) -7- 4: 6.06 Field Weld Test. As required by these specifications, vacuum box, spark tests, or pressure tests shall be performed on all field seams. The results of these tests shall be documented on a form acceptable to the$ Engineers -Architects. 6.07 Seam Strength Tests. As required in Section 7.02 of these specifica- tions, destructive seam strength tests shall be performed on samples of field welded seams. The results of these tests shall be documented on a form acceptable to the Engineers -Architects. 7. LINER INSTALLATION. The liner shall be installed in accordance with the manufacturer's recommendations, as indicated on the drawings, and as specified. Installation work shall not begin until all required drawings and data have been submitted and the installer has certified the acceptability of the subgrade. Geotextile shall be installed and anchored, in accordance with the manu- facturer's requirements and the drawings, on the liner subgrade before the liner is installed. Laps between sheets shall be at least 18 inches. Prefabricated bentonite liner panels shall be installed below concrete as shown on the drawings and in accordance with the manufacturer's recommendations. Laps between sheets shall be at least 6 inches. The lining shall be installed over the prepared subgrade or geotextile to the limits indicated on the drawings. The lining shall be placed to minimize field seaming. Only liner panels scheduled for each day's field seaming shall be spread each day. Panels shall be held in position by sandbags until field seaming is complete. All equipment and tools used shall not damage the liner during installation. The liner surface shall be inspected as it is unpacked or unrolled. Damaged areas shall be repaired in an acceptable manner. Liner panels shall be installed by personnel experienced in the work. All rips, tears, punctures, or other injuries to the lining shall be repaired the same day they occur. Rips and tears shall be repaired by patching. All rips and tears with sharp edges shall be rounded prior to patching. All patches shall have rounded edges. 7.01 Compensation. The Contractor shall install at the time of liner seaming additional liner material for compensation for changes in liner area due to temperature changes and sheet stability. The additional (LUBBOCK, TEXAS } �_ (TERMINAL STORAGE RESERVOIR) �. (CONTRACT 1 ) 02225 (15388 ) -8- Z 3 a € r LAI temperature compensation material shall he installed evenly across the base and slope liner. As a minimum, sufficient additional material shall be installed at each three liner panels to eliminate stresses at the liner g seams due to liner contraction. The Contractor will supply the Engineers -Architects prior to liner instal- lation a table providing the required additional compensation material necessary versus sheet temperature. The minimum design operating liner temperature for this table shall be -16 degrees F. This table shall include the necessary compensation for sheet stability. No liner shall be installed until table has been submitted to Engineers -Architects. The Contractor shall install at each pipe penetration, roadway edge, or concrete cover sufficient compensation to eliminate stress at the liner anchorages due to temperature and sheet stability contraction. 7.02 Installation of HDPE Liner. The HDPE shall be installed by crews experienced in the installation of HDPE sheet of the thicknesses specified. The installation supervisor shall have supervised in the field or installed at least 2,000,000 square feet of HDPE liner. The sheets shall be placed to permit termination at the top of the side slopes and at concrete structures as indicated on the drawings. Sheets shall be positioned to minimize the number and length of welded seams. No slope seams shall terminate at a structure or penetration. Field seams shall he made by extrusion or fusion welding. The welding apparatus shall be capable of maintaining the proper control of extrudate or wedge temperature, apparatus pressure, welding speed, width of weld, and sheet preheating temperature. Certification that the welding apparatus meets these requirements shall be presented to the Engineer before any field seams are made. A determination of sheet surface temperature, peel and shear testing in a tensometer, and visual inspection of seam surface and cross section shall be performed satisfactorily on a test weld, approximately 2 meters in length, before any seam welding is begun each day. Additional test welds at the Engineer's option may be requested before startup of any welding equipment after it has been shutdown for an extended period and at 4-hour intervals. Before welding, the seam areas shall be cleaned of all dust, dirt, and other foreign material. The sheet surface shall be roughened by an acceptable means before extru- date is placed. Excessive grinding resulting in grooving of the liner or reducing liner thickness greater than 10 percent shall not be permitted. (LUBBOCK, TEXAS } .._. (TERMINAL STORAGE RESERVOIR) ' (CONTRACT 1 } 02225 (15388 ) -9- y, Welding shall not be performed unless the sheet is dry and the sheet tem- perature is above 45 F (7.3 C) and below 90 F (32.3 C). Extrusion field seams shall be made by overlapping adjacent sheets a min- imum of 3 inches and extruding a ribbon of hot fusion -joining resin no less than 1 inch in width between the overlapped sheets or over the seams be- tween the overlapped sheets. Fusion field seams shall be made by overlapping adjacent sheets a minimum of 3 inches and forming a double welded seam separated by an air space approximately 0.375 inch in width. Welded seams shall be produced by a double hot shoe welder capable of maintaining a recordable temperature determined by onsite conditions and shall not vary more than 10 C from the target temperature. Samples of production seams, 12 inches wide by 24 inches long, shall be taken every 400 feet of seam, or as directed by the Engineer. Testing of five samples of 1 inch wide production field seam samples shall be performed both in accordance with ASTM D3083-76(1980) for shear and ASTM D413-82(1988) for peel strength. The seam shall be tested in tension and in peel. The test results shall exhibit at least 90 percent of the sheet tensile strength at yield in shear and 70 percent in peel to be considered acceptable. Failures in peel samples shall occur in the parent material by failing in Film Tearing Bond (FTB). The failure mechanism of the seam shall be ductile in nature, with no indication of crystallization. Test results shall be submitted to the Engineers -Architects. If the samples prove defective, additional testing shall be performed to determine the extent of the defect. The defective seam shall be cut out and the seam rewelded or a cap strip installed at the Contractor's option. All defects shall be repaired to the satisfaction of the Engineer. Penetrations for concrete structures or other structures shall be repaired with field welded patches, using an extrusion weld joint gun. The seaming procedure shall consist of softening the liner material by application of molten material or heated air. Directly following the application of heat, a hot strip of the same HDPE from which the sheet is made shall be extruded over the seam to produce a fusion welded seam. Repairs of small holes in the liner surface shall be made with the extru- sion weld gun. Liner material shall be cleaned of all dirt, dust, and other foreign material, surfaces roughened, heated to the prescribed tem- perature, and a hot strip of resin extruded over the hole to produce a fusion welded repair. Vacuum box or spark testing shall be performed on all extrudable welded seams or as directed by the Engineer. All 60 mil fusion seams shall be pressure tested at 25 psi for a minimum of 5 minutes. If the pressure drop in the seam is greater than 5 psi, the leak shall be repaired and retested. (LUBBOCK, TEXAS ) � (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02225 (15388 ) -10- E All weld seam reports shall'be submitted to the Engineer and Engineers - Architects for final acceptance. Weld seam reports shall be labeled with the seam number appearing on the installation chart. Defects shall be repaired and retested. 8. LINER DEGRADATION MONITORING. To monitor durability and compliance with warranty requirements, test samples shall be installed at several locations within the pond. Each test sample shall include field seams, patches, and other representative operations performed during Liner installation. Each test sample shall be 5 feet wide by 10 feet long with each seam running the long dimension. Each test sample shall be placed over the permanent liner. Five test samples shall be installed within the pond. The location of test samples shall be acceptable to the Engineers -Architects. Samples will be removed for analysis and testing at 2-year intervals by Owner. 9. DRAWINGS AND DATA. Drawings, specifications, installation schedules, and other data specified herein and as required shall be submitted for review. s (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02225 r, (15388 ) -1I- Section 02612 - PRESTRESSED CONCRETE CYLINDER PIPE 1. SCOPE. This section covers prestressed concrete pressure pipe with a steel cylinder, and steel fittings lined and coated with concrete or mortar, to be furnished and installed where indicated in the drawings. All 18 inch, 30 inch, 36 inch, and 42 inch pipe shall be prestressed concrete cylinder pipe. At the option of the Contractor, cast iron pipe may be used in lieu of prestressed concrete cylinder pipe. Pressure and leakage testing are covered in other sections. Pipe trenching, bedding, and backfill are covered in the excavation section. All straight pipe, bends, tees, adapters, closure pieces, and other fittings or specials shall be furnished as indicated on the drawings or required to complete the work. Piping shall be installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances. 2. GOVERNING STANDARD. Except as modified or supplemented herein, the manufacture of prestressed concrete cylinder pipe, fittings, and specials shall be governed by AWWA C301. The supplementary information required in the foreword of the governing standard is as follows: Tabulated Layout Schedule (Sec. 1.5.2) Required. Identification Marks (Sec. 1.6) Required. Inspection (Sec. 1.7.1) Not required. Cement Test Reports (Sec. 1.9.2) Not required. Steel. Test Reports and Specimens (Sec. 1.9.3 Not required. and 1.9.4) Rubber Gasket Test Results (Sec. 1.9.5 Not required. and 2.11.8) Affidavit of Compliance (Sec. 1.10) Required. Cement As specified herein. Pozzolanic Materials (Sec. 2.1.1) Not permitted. Concrete Aggregate Samples (Sec. 2.4) Not required. Design Calculations (Sec. 3.2.1) Required. Welding Details (Sec. 3.5.2) Not required. Concrete Mix Designs (Sec. 3.6.2) Not required. Specials and Fittings (Sec. 4.1) As specified herein. Structural Steel Connections (Sec. 4.4) Interior lining required. 3. MATERIALS. Unless otherwise specified, all materials used in the manufacture of pipe, fittings, and accessories shall conform to AWWA C301. Prestressing Wire ASTM A648, wire diameter shall be not less than 0.192 inch. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02612 (15388 ) -1- Steel Sheets for Pipe Cylinders Cement Joint Ring Gaskets Joint Lubricant Not less than lb gage thickness. Cold -rolled sheets will not be acceptable. ASTM C150, Type 11. Cement for mortar coating shall be Type II containing not more than 5 percent tricalcium aluminate. AWWA C301, Sections 2.11 and 3.4, except polymer shall be synthetic rubber. Natural rubber will not be acceptable. A vegetable base lubricant suitable for use in potable water. Petroleum or animal base lubricants will not be acceptable. Joint Grout One part portland cement to two parts clean masonry sand mixed to a pouring consistency. The sand shall pass a 16 mesh sieve. Cement used for joint grout shall be Type II containing not more than 5 percent tricalcium aluminate. Joint Mortar One part portland cement to two parts clean masonry sand mixed to a stiff consistency. The sand shall pass a 16 mesh sieve. Joint Diapers 24 Inch Pipe and. Smaller 27 Inch Pipe and Larger Flanged. Joints Flanges Dimensions and Drilling (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } (15388 } 02612 -2- Fabric with steel strap in hems, at least 7 inches wide. Fabric with steel strap in hems, at least 9 inches wide. ANSIJAWWA C207, except where otherwise permitted or required. ANSI]AWWA C207, Class D, except where otherwise required. Blind Flanges Same as pipe flanges to which they attach, except thickness shall be as indicated on the drawings or specified. Flange Bolting Material Type Bolts and Bolt -Studs Length Ends Threading Bolt Heads Dimensions Nuts Dimensions Threading Gaskets Mechanical Couplings (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 02612 -3- ASTM A307. Bolt and nut; bolt -stud and two nuts permitted for one inch diameter and larger. Such that ends project 1/4 to 1/2 inch beyond surface of nuts. Chamfered or rounded. ANSI B1.1, coarse thread series, Class 2A fit. Bolt -studs may be threaded full length. Studs for tapped holes shall be threaded to match threading in holes. ANSI 818.2.1; regular pattern for square, heavy pattern for hexagonal. Hexagonal. ANSI B18.2.2, heavy, semifinished pattern. ANSI B1.1, coarse thread series, Class 2B fit. ANSI/AWWA C207, ring type; Crane Packing Company 'Style 777 - Cloth Inserted Synthetic Rubber Sheet Packing" or Garlock "Style 19 Cloth -Inserted Rubber Sheet Gasketing". Dresser "Style 38", Rockwell 9411 Flexible Coupling", or Baker "Series 200"; without pipe stop. Harnessed Restrained Joints Bolts Threading Ends Nuts Threading Dimensions Washers Mechanical Joints Threaded Connections Coatings Rust -Inhibitive Primer Rust -Preventive Compound Coal Tar Primer Medium Consistency Coal Tar Paint Thixotropic Coal Tar (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 02612 -4- ASTM A193, Grade B7. ANSI B1.1, Class 2A fit, coarse thread series for one inch and smaller and 8-thread series for 1-1/8 inch and larger. Chamfered or rounded. Hexagonal, ASTM A194, Grade 2H or better. As specified for bolts except Class 2B fit. ANSI B18.2.2, heavy, semifinished pattern. Hardened steel, ASTM A325. ANSI/AWWA C111. ANSI/ASME B1.20.1, NPT. Universal type; Ameron "Amercoat 5105", Cook 8391-N-167 Barrier Primer', Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar "13-R-28 Chromox Primer". Houghton "Rust Veto 344" or Rust-Oleum "R-90. Koppers "Bitumastic Mill Under- coat" or Valspar 035-J-6 Bituminous Black". Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "High -Build Bituminous Coating 35-J-10". MIL-C-18480; Koppers "Bitumastic No. 50" or Tnemec "46-450 Heavy Tnemecol". Liquid Epoxy AWWA C210. Tape Coating Protecto Wrap 0200GT" or Tapecoat "CT". 4. BASIS OF DESIGN. Except as modified herein, pipe and fittings shall be designed in accordance with the governing standard to withstand simultaneous application of the following external loadings and internal pressures: Simultaneous Loadinas ' Field External Load Internal Pressure Pipe pounds per tin ft., pounds per square inch Size Cond. A Cond. B Cond. C Cond. A Cond. B Cond. C (in.) 18 14,400 14,400 14,400 25 25 50 30 5,000 5,500 5,000 50 50 100 36 6,000 6,500 6,000 50 50 100 42 26,900 26,900 26,900 50 50 100 If the pipe is designed in accordance with Appendix A of the governing standard, the equivalent three -edge bearing loads shall be computed by dividing the specified field external loads by a bedding factor of 1.5. If the pipe is designed in accordance with Appendix B of the governing standard, the bedding angle for design calculations shall be 60 degrees. Incipient crack is defined as a 0.001 inch crack, 12 inches long. In design of the pipe, only the core thickness shall be considered; mortar coating shall not be considered as part of the structural wall of the pipe. The center -to -center spacing of prestressing wires shall be not less than two wire diameters. All pipe shall be steam cured. Forms for pipe produced by the vertical casting method shall be left in place at least 12 hours following concrete placement. The combined loads of Condition A shall not exceed those represented by the design load curve in Appendix A or Appendix B of AWWA G301. The combined loads of Condition B, or of Condition C, shall not exceed those represented by the transient load curve in Appendix A or Appendix B of AWWA C301. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02612 (15388 ) -5- t_. The combination of the internal load and 1-1/2 times the external load of Condition B and the combination of the external load and 2 times the internal load of Condition C shall be within the ultimate strength of the pipe. 5. FITTINGS. Fittings shall comply with Section 4 of AWWA C301. Fittings shall be designed for the same external loads and internal pressures as the adjacent pipe. Steel plates used in the fabrication of fittings and special sections shall have a thickness not less than the outside diameter of the cylinder divided by 165 or shall be 1/4 inch thick, whichever is greater. This minimum wall thickness also applies to the reinforcing bands or saddles used for outlets in pipe and for beveled pipe. The use of metal lugs on fittings for ease of handling will not be .: permitted. 6. ADAPTERS. Adapters shall be furnished in locations where required for connection to other types of pipe or appurtenances. A spigot or bell joint ring shall be welded to the reinforcement for the concrete pipe portion of the adapter. The other portion of the adapter shall match the pipe or appurtenance to which it is to be connected. 7. WALL FITTINGS. Fabricated steel wall fittings shall be provided at the locations indicated on the drawings. Wall fittings shall be the required length and shall have bells to match the joints on the concrete pipe. 8. RESTRAINED JOINTS. Where indicated on the drawings, joints shall be restrained by clamps, bolts, retaining rings, bolt harness assemblies, or other method acceptable to the Engineer. Welding the joint rings will not be acceptable. Design of harness bolts, if used, shall be based on a maximum stress of 40,000 psi over the tensile stress area of the bolt. Each restrained joint pipe shall be designed to resist thrust of the mag- nitude indicated on the drawings. The length of pipe having restrained joints shall be as indicated on the drawings. The longitudinal thrust shall be assumed to vary uniformly from a maximum at the bend or dead end to zero at the end of the required length of restrained joint piping. Restrained joints and pipe cylinders shall be designed to withstand the calculated stresses at all points along the length of pipe having restrained joints. The maximum longitudinal stress in pipe cylinders shall not exceed 12,500 psi at the specified working pressure or 15,000 psi at the specified working pressure plus surge pressure. When angular deflection is required at restrained bell -and -spigot joints, special bevels shall be provided for the exact angle. Deflection obtained by opening joints on one side will not be acceptable. ' (LUBBOCK, TEXAS ) ...:: (TERMINAL STORAGE RESERVOIR) {CONTRACT 1 ) 02612 (15388 ) -6- i 9. REDiCERS. Tapered reducers shall be provided at the locations indi- cated on the drawings. Reducers shall be concentric and shall have a diametrical reduction of not more than 3 inches per foot of length. 10. FLANGED JOINTS. Flange faces shall be normal to the pipe axis. The angular deflection (or layback) of the flange face shall conform to the requirements of Section 4.3 of ANSIJAWWA C207. All flanges, after welding to the pipe, shall be refaced, if necessary, to comply with Section 3.2 of ANSI/AWWA C207. Pipe lengths and the dimensions and drillings of flanges furnished shall be coordinated with the lengths and flanges for the valves, fittings, and other items to be installed in the piping. All mating flanges shall have the same diameter and drilling and shall be suitable for the pressures to which they will be subjected. Blind flanges shall conform in diameter and drilling to the flanges to which they attach. Details of blind flanges shall be subject to review and acceptance by the Engineer. 11. MECHANICAL COUPLINGS. The middle ring of each mechanical coupling shall have a thickness at least equal to that specified for the adapter on which the coupling is to be used and shall be not less than 10 inches long for pipe 36 inches and larger and not less than 7 inches long for pipe under 36 inches in diameter. The interior surfaces of middle rings shall be prepared for painting in accordance with instructions of the paint manufacturer and then coated with liquid epoxy in accordance with AWWA C210. The remaining components shall be cleaned and shop primed with rust -inhibitive primer. 12. MARKING. Each pipe, fitting, or special section shall have plainly and permanently marked thereon; ;.- Pipe class. Date of manufacture. Manufacturer's name or trademark. On bends, the angle turned, and location of short and long sides. Identification of specials to show proper location in line. On beveled pipe, amount of bevel and point of maximum bevel, marked kJ on the beveled end. Markings shall be indented in the pipe or painted thereon with waterproof paint. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) i...i (CONTRACT 1 ) 02612 (15388 ) -7- l. f...., . Each end of each bevel end pipe, fitting, or special shall be marked with a stripe of paint, approximately 1-1/2 inches wide and 2 feet long, . applied along the top center line. 13. HANDLING. Concrete pipe and fittings shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 14. LAYING PIPE. Pipe shall be protected from lateral displacement by pipe embedment material installed as specified in the excavation section. Pipe shall not be laid in water or under unsuitable weather or trench conditions. Pipe shall, be laid with bell ends facing the direction of laying except when reverse laying is specifically permitted by the Engineer. Foreign matter shall be prevented from entering the pipe during installation. No tools, clothing, debris, or other foreign material shall be placed in the pipe. Whenever pipe laying is stopped, the open end of the line shall be sealed with a watertight plug. All water in the trench shall be removed prior to xemoving the plug. 14.01. Cleaning. The interior of all pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until the work has been accepted. 14.02. Alignment. Piping shall be laid to the lines and grades indi- cated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Curves may be formed by using fittings or beveled joints or by opening the joints. 14.03. Joint Opening. The minimum reserve extensibility (distance from the near edge of the spigot groove to the edge of the flare of the bell) remaining after joints are deflected shall be not less than the amount indicated on Figure 1-02612 at the end of this section. For bells having a depth of straight portion different from that indicated on Figure 1-02612 and for spigots having sealing and gasket retention space dif- ferent from that indicated on Figure 1-02612, the maximum joint opening shall be correspondingly adjusted. The distance from the face of the spigot to the shoulder of the spigot '. shall be at least 3j8 inch greater than the joint depth (distance from face of bell to seat of bell) for 42 inch and smaller pipe, and shall be at least 1/2 inch greater for pipe larger than 42 inch size. -. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02612 (15388 ) -8- 15. JOINTING. 15.01. Bell -and -Spigot Joints. Rubber and steel joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipes are joined, all spigot and bell surfaces shall be thoroughly cleaned and bell surfaces shall be coated with joint lubricant. The gasket shall be lubricated and positioned in the spigot groove so that the gasket is distributed uniformly around the circum- ference. After each joint is completed, the position of the gasket shall be checked using a feeler gauge. If the gasket is not in the proper position, the joint shall be pulled apart, the gasket removed and dis- carded, and the joint reassembled using a new, properly lubricated gasket. Joint lubricant shall be stored in closed containers and shall be 'kept clean. When installing pipe in cold weather, the joint surfaces and gaskets shall be kept warm and the joint lubricant shall be prevented from freezing. Each exterior joint recess shall be filled with joint grout. A diaper shall be used to prevent foreign material from entering the joint recess before grouting and to serve as a form for the grout. Each diaper shall be of sufficient length to encircle the pipe, leaving enough space between the ends to allow the grout to be poured into place. Joint grout shall be poured between the diaper and the pipe and shall be allowed to run down around to the bottom of the pipe. The grout shall be rodded, while being poured, using a stiff wire curved to the approximate shape of the pipe. Each joint recess shall be completely filled with grout for the full circumference of the pipe. Not less than two lengths of pipe shall be in final position in advance of exterior joint grouting. If pipe embedment operations are resumed before the grout has attained initial set, care shall be taken to prevent damage to the grout while placing and compacting embedment material. After trench backfilling operations have been completed, the inside joint recess of all 24 inch and larger concrete pipe shall be filled with joint mortar. Joint surfaces shall be damp, but free from surface water when the mortar is placed. Mortar shall be thoroughly compacted to completely fill the recess and shall be finished smooth. All excess mortar shall be removed from the pipe. 15.02. Flanged Joints. Care shall be taken in bolting flanged joints so that there is no restraint on the opposite end of the piece which would prevent pressure from being uniformly applied upon the gasket. The pipe 3' or fitting must be free to move in any direction while bolting. Bolts shall be gradually tightened in a criss-cross pattern, to ensure a = uniform rate of gasket compression around the entire flange. a`E 15.03. Mechanical Couplings. The ends of the pipe on which mechanical couplings are to be placed, and the couplings themselves, shall be clean (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR). (CONTRACT 1 ) 02512 (15388 } -9- i and free from any dirt or foreign material. Gaskets shall be kept clean with no foreign matter between them and the packing surfaces. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling manufacturer. All bolts shall be tightened approximately the same amount with all parts of the couplings square and symmetrical with the pipe. After installation, all exposed surfaces of couplings shall be touched up or reprimed. 15.04. Mechanical Joints. Mechanical joints shall be carefully assem- bled in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. Overtightening of gland bolts to compensate for poor installation practice will not be permitted. 16. CONNECTIONS WITH EXISTING LINES. Where connections are made between new work and existing piping, such connections shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with service to customers affected thereby, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 17. CONCRETE ENCASEMENT AND BLOCKING. Concrete encasement and blocking shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and shall be anchored against flotation. Blocking shall bear against undisturbed earth. The minimum required bearing area shall be as indicated on the drawings. 18. PROTECTIVE COATINGS. Unless otherwise specified, metal surfaces shall be protected as specified herein. 18.01. Shop Coatings. Bolts and flange faces shall be shop coated with p- rust -preventive compound as specified. All other metal surfaces, except steel joint rings, shall be shop primed with coal tar primer as specified. All surfaces of steel joint rings exposed in finished pipe shall be protected from corrosion by a shop -applied coat of rust -inhibitive primer or a coating of metallic zinc not less than 0.004 inch thick applied by the metalizing process. 18.02. Surfaces Exposed 'Underground. All metal surfaces which will be in contact with backfill after installation and are not encased in concrete shall be cleaned to remove all rust and foreign materials, primed, and wrapped with two half -lapped layers of field -applied tape coating, or coated with 35 mils of thixotropic coal tar coating. Tape (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 02612 (15388 ) -10- coating shall be applied in accordance with the manufacturer's recommen- dations. Backfill adjacent to wrapped surfaces shall consist of clean sand or pea gravel. 19. PRESSURE AND LEAKAGE TESTING. After installation, prestressed concrete cylinder piping shall be tested for defective workmanship and materials by being subjected to a hydrostatic test as set forth in the pipeline pressure and Leakage testing section. 20. DRAWINGS AND DATA. Drawings, specifications, installation sched- ules, and other data showing complete details of the design, fabrication, construction, field locations and elevations, and installation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use, shall be submitted in accordance with the submittals section. The drawings and data shall include, but shall not be limited to, the following for each size of pipe: Pipe design. Details of fittings and specials. Test reports. Laying schedule complete with an explanation of all abbreviations used in the schedule. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) IJ (CONTRACT 1 ) 02612 (15388 ) -11-` C � E I F Ir.01 0 31 i 0 - 4eoth of =might portion of boil E a Mlnimeun ramp erteraibility F Sulinq and 9atkat renennon span 1 MaxWwm joint openlnp Pfpe 0 E F Size Lavout Installed Uyout instal led too dirM oft am M red►ael ' 16-30 2.1/4 9/16 7116 1.1/8 9/16 11/16 36 2.3/8 5/8 1/2 1.1/8 518 314 42t1) 2.3/4 7/8 314 1.1/8 3/4 7/9 42121 3.1/8 1.1/8 1 1.1/8 718 1 48o1 2.7/8 7/8 314 1.118 718 1 48121 3.1/8 1 718 1.1/8 1 1.118 64 3•1/8 7/8 3/4 1.1/8 1.1/8 1•1/4 60 3.1/4 7/8 314 1.1/8 1-1/4 1.3/8 66 3.3/8 718 314 1-1/8 1.3/8 1.112 72 3.1/2 1 718 1.1/8 1.3/8 1.1/2 78 3.3/8 1 718 1.1/4 1.1/8 1.1/4 84 3.61E 1 718 1-1/4 1-318 1.1/2 90 3-3/4 1 718 1.1/4 I-V2 I -Sig 96 3.7/8 1.11E 1 1-1/4 1.1/2 1.5/8 102 3-5/8 1 718 1.1 /4 1.3/8 1.1 /2 108 4-1/4 1.1/8 1 1-3/8 1.314 1.718 114 4-1/4 1.1/8 1 1.3/8 1.3/4 1.718 120 4-1/4 1.1/8 1 1.3/8 1.3/4 1-7/8 I11 umd wllnoar 12) 6noeeaea r."roc r MAXIMUM JOINT OPENING FOR DEFLECTED RUBBER AND STEEL JOINTS ewwxsvw=ern PRESTRESSED CONCRETE ,c CAT. CYLINDER PIPE Figure 1-426I2 Section 02630 - POLYVINYL CHLORIDE PIPE 1. SCOPE. This section covers 6 through 24 inch polyvinyl chloride (PVC) pipe and cast iron fittings to be furnished and installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances. Pipe shall be installed and tested in accordance with the sections covering excavation and trenching, and pipeline pressure and leakage testing. Pipe shall be furnished and installed where indicated in the pipeline schedule. 2. MATERIALS. Pipe ASTM D2241, ASTM D1784 cell classifi- cation (12454), PVC 1120; minimum 100 psi pressure rating, minimum wall thickness corresponding to SDR 41. Joints ASTM D3139, push -on type with flexible elastomeric seals. Gaskets ASTM F477, synthetic rubber, 100 psi rated; natural rubber is not accept- able. Fitting Fusion -bonded epoxy coated steel fittings with push -on type joints. 3. PROOF OF DESIGN TESTS. The tests described in this article are for proof of design only and it is not necessary that such tests are performed on pipe manufactured specifically for this contract. Certi- fied reports covering tests made on other pipe and joints of the same size, SDR, manufactured from materials of equivalent type and quality, may be accepted as adequate proof of design. Certified reports covering tests on pipe and joints shall be submitted for each pipe size greater than 12 inch furnished. The proof of design tests shall be; a. Pipe Joints. Burst and sustained pressure tests made in accordance with Section 7 of ASTM D2241 for SDR 41 pipe made with 1120 PVC. b. Joint Tests. Internal pressure and vacuum tests made in accordance with Section 6 of ASTM D3139 for a rated pressure of 100 psi. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT I ) (15388 ) 02630 -1- f.. a_j 4. FITTINGS. All bends, tees, closure fittings, and other fittings which are indicated on the drawings or required to complete the work shall be furnished in fusion bonded epoxy coated steel fittings. The fittings shall be suitable for installation on the specified pipe without the use of modified gaskets or adapters. The fittings shall be designed for a working pressure up to 125 psi. Where restraint of a fitting to a valve is required, suitable lugs shall be provided on the fitting. 5. HANDLING. Pipe and fittings shall be handled carefully and shall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 6. CLEANING. All pipelines shall be clean and free of dirt, rocks, debris, or other foreign material of any kind when placed in service. The interior of all pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until the work has been accepted. Foreign matter shall be prevented from entering the pipe during installa- tion. Whenever pipe laying is stopped, the open end of the line shall be sealed with a watertight plug. All water in the trench shall be removed prior to removing the plug. 7. ALIGNMENT. Piping shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid straight. Unless otherwise specified or shown, and subject to the acceptance of the Engineer, either shorter pipe sections or fittings shall be installed as required to maintain the indicated alignment or grade. High points in pipelines which will allow air to collect will not be per- mitted unless an air release valve at that location is indicated on the drawings. 8. LAYING PIPE. Pipe shall be protected from lateral displacement by pipe embedment material installed as specified in the excavation and l.. trenching section. Under no circumstances shall pipe be laid in water and no pipe shall be laid under unsuitable weather or trench conditions. Pipe shall be laid with bell ends facing the direction of laying except when reverse laying is specifically permitted by the Engineer. 9. JOINTING. Bell and spigot joints shall be installed in accordance with the pipe manufacturer's recommendations. immediately before the pipe is jointed, all exterior spigot and interior bell surfaces shall be (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 02630 (15388 } -2- f thoroughly cleaned and well lubricated with a vegetable soap solution. Lubricant shall be stored in closed containers and shall be kept clean. The position and condition of the rubber gasket shall be checked before the next piping unit is installed. 10. CONNECTIONS WITH EXISTING LINES. Where connections are made between new work and existing piping, such connections shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at the time and under the conditions specified in the project requirements section, and as authorized by the Engineer. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 11. CONCRETE ENCASEMENT AND BLOCKING. Concrete encasement and blocking shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and shall be anchored against flotation. Blocking shall bear against undisturbed earth. Minimum bearing area shall be as indicated on the drawings. 12. HYDROSTATIC TESTS. After installation, PVC piping shall be tested for defective workmanship and materials by being subjected to pressure and leakage tests as specified in the pressure and leakage testing section. 13. DRAWINGS AND DATA. Drawings, specifications, installation schedules, and other data showing complete details of the design, testing, field locations and elevations, and installation of pipe, fittings, and connections, together with complete data covering all materials proposed for use, shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS )' (TERMINAL STORAGE RESERVOIR) i (CONTRACT 1 ) 02630 (15388 ) -3- Section 02704 - PIPELINE PRESSURE AND LEAKAGE TESTING 1. SCOPE. This section covers field hydrostatic pressure and leakage testing of the pipelines set forth herein. 2. GENERAL. Unless otherwise specified, testing of pipelines shall be completed prior to final cleaning. The Engineer shall be present during the performance of all testing work and shall be notified of the time and place of testing at least 3 days prior to commencement of the work. All work shall be performed to the satisfaction of the Engineer. 2.01. Testing Schedule and Procedure. A testing schedule and test procedure shall be submitted to the Engineers -Architects for review and acceptance not less than 21 days prior to commencement of testing work. The schedule shall indicate the proposed time and sequence of testing of each pipeline. The testing procedure shall establish the limits of the each pipeline to be tested, the position of all valves during testing, the location of temporary bulkheads, and all other procedures to be followed in performing the required testing work. 2.+p2. Water. Water used for testing shall be furnished as stipulated in the temporary facilities section. Water shall be conserved through collection and reuse in subsequent testing work. Following completion of testing work, the water shall be disposed of in a manner acceptable to the Engineer. Unless otherwise permitted, the water shall not be allowed to,enter other parts of the pipeline. 2.03. Filling and Ventins. When filling the line with water, care shall be taken to ensure that all air release valves and other venting devices are properly installed and in the open position. Hand -operated vent valves shall not be closed until water flows in an uninterrupted stream from each valve. Care shall be taken to ensure that the rate at which each line is filled with water does not exceed the venting capacity of the installed air vent valves and devices. 2.04. Blocking and Backfilling. Piping shall be adequately blocked, anchored, and supported before the test pressure is applied. Unless otherwise permitted, underground piping shall be tested before the joints are covered. 2.05. Test Equipment. All necessary piping connections between the line to be tested and the water source, together with pumping equipment, water meter, pressure gauges, and all other equipment, materials, and facili- ties required to perform the specified tests, shall be provided. All flanges, valves, bulkheads, bracing, blocking, and other sectionalizing devices required shall also be provided. All temporary sectionalizing devices shall be removed upon completion of testing. Vents shall be (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02704 (15388 ) -1- provided in test bulkheads where necessary to expel air from the line to be tested. Test pressures shall be applied by means of a force pump sized to provide and maintain the required pressure without interruption during the test. Water meters and pressure gauges shall be accurately calibrated and shall be subject to review and acceptance by the Engineer. Permanent gauge connections shall be installed at each location where test gauges are connected to the pipeline during performance of the required tests. Drilling and tapping of pipe walls will not be permit- ted. Upon completion of testing work, each gauge connection shall be fitted with a removable plug or cap acceptable to the Engineer. 3. PRESSURE TESTING. After the section of line to be tested has been filled with water, the test pressure shall be applied and maintained without interruption for 2 hours plus any additional time required for the Engineer to examine all piping undergoing the test and for the Contractor to locate all defective joints and pipe materials. 3.01. Test Pressure. pressure measured at following table. Profile Size (inch) Each piping system shall be subjected to a test the lowest point in the line as indicated in the Station Pressure (psi) A 42 -2+57 to 7+89.57 100 A 42 7+89.57 to 14+41.13 25 B 42 0+00 to 0+10 25 B 42 0+10 to 2+36.08 100 C 42 0+00 to 0+80 100 D 42 0+00 to 2+65 25 E 42 0+00 to 0+10 100 E 42 0+00 to 7+29.47 25 F 42 0+00 to 0+10 100 F 42 0+10 to 3+06 25 G 42 0+00 to 0+10 100 G 42 0+00 to 2+69 25 - 18 Entire length 25 - 24 Entire length 100 4. LEAKAGE TESTING. Following completion of pressure testing and acceptance by the Engineer, each section of the pipeline shall be sub- jected to a leakage test. The duration of the leakage test shall be 2 hours plus the additional time required by the Engineer for an accurate determination of line leakage. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02704 (15388 ) -2- Section 01025 - MEASUREMENT AND PAYMENT 11-,9- 1. SCOPE. This section covers methods of measurement and payment for items of Work under this contract. 2. GENERAL. The total Bid Price shall cover all Work required by the Contract Documents. All costs in connection with the proper and success- ful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid. 3. ESTIMATED QUANTITIES. Unless otherwise specified herein, all esti- mated quantities stipulated in the bid or other Contract Documents are approximate and are to be used only (a) as a basis for estimating the probable cost of the Work and (b) for the purpose of comparing the bids submitted for the Work. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quanti- ties. Except as modified in this section, the basis of payment for work and materials will be the actual amount of work done and materials furnished. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts therefor. 4. LAND PREPARATION. The unit prices bid for land preparation shall be as specified herein. 4.01. Clearing and Topsoil Disposal. The unit price bid for clearing and topsoil removal (to 6 inch depth) shall be based on a weighted average cost for removing and disposing of surface growth and unsuitable topsoil from all the specified areas. This unit price bid shall include all costs for bulldozing, collecting, piling, and disposing, and all ., other costs related to clearing and disposal of unsuitable topsoil not included under other bid items. To the maximum extent practical, suitable topsoil shall be reused as specified in the excavation section. Unsuitable topsoil shall be disposed off -site as directed by the Owner and specified in the excava- tion section. 5. EXCAVATION. Except as otherwise specified, excavation shall be measured and paid for as reservoir excavation and additional embankment subgrade excavation. -' (LUBBOCK, TEXAS ) ! ..; (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01025 ("? (15388 } -1- 4 - 5.01. Reservoir Excavation. Measurement for reservoir excavation shall be computed in cubic yards by the method of averaging existing grade and new subgrade elevation contours. Finish sections, grades, and new con- tours along with original grade contours as indicated on the Drawings, will be the basis for computed quantities and shall be considered as final quantities. In the event the finish sections, grades, or new con- tours are modified from those originally indicated on the Drawings, or if errors or omissions are determined, new finish sections, grades and new contours over the affected area will be made and excavation quantities will be recalculated accordingly. The new finish sections, grades and new contours with original grade contours will be the basis for recalcu- lated quantities, which shall be considered as final quantities. Shrinkage or swellage factors will not be considered in determining the calculated quantities. Payment for all work performed as required herein will be paid for at the unit price bid for "Reservoir Excavation" which price shall be full com- pensation for all excavation, for all hauling, for all work required for disposal of material not used elsewhere on the project and for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment for unauthorized work will not be made. 5.02. Additional Embankment Subgrade Excavation. Payment for excavating and replacing the material beneath the embankment that is not suitable for bearing, as defined in the excavation section, will be made at the contract unit price per cubic yard. The quantity indicated in the bid is an estimate only and is for purposes in comparing bids. The Engineer will measure and compute the amount of additional excavation to the nearest cubic yard by the end area based on in -place material. Such payment will constitute full compensation for all construction work including: excavating and hauling, of unsuitable material and placing, spreading, wetting. grading, and compacting of suitable material including all other incidental or related work required to complete the additional work. Payment for unauthorized work will not be made. 5.03. Structure Excavation. All excavation work required for struc- tures, not otherwise paid for as excavation, shall be considered to be a subsidiary obligation of Contractor and the cost of such excavation shall be included in the prices bid for the structures. 6. EARTHWORK CONSTRUCTION. Earthwork construction shall be paid for as embankment construction, caliche road construction and outslope topsoil construction and will be measured or computed to the nearest cubic yard. Measurement will be made in the finished compacted state. Payment for soil cement, and rip rap will be made under other items specified herein. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01025 (15388 ) -2- �i 6.01. Compacted Embankment:, Measurement for all embankment volumes shall be computed in cubic yards by the method of averaging existing grade and new subgrade elevation contours. Finish sections, grades, and new contours along with original grade contours as indicated on the Drawings, will be the basis for computed quantities which shall be considered as final quantities. In the event the finish sections, grades, or new contours are modified from those originally shown on the Drawings, or if errors or omissions are determined, new finish sections, grades and new contours, over the affected area will be made and embankment quantities will be recalculated accordingly. The new finish sections, grades and new contours with original grade contours will be the basis for recalculated quantities, which shall be considered as final quantities. Shrinkage or swellage factors will not be considered in determining the calculated quantities. Payment for all work performed as required herein, will be paid for at the unit price per cubic yard, as stated in the bid, for compacted embankment which price shall be full compensation for all subgrade preparation, placing, spreading, wetting, grading, compacting, all hauling; and for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. Payment for unauthorized work will not be made. 6.02. Caliche Road Construction. Caliche roads are to be paid for on a unit price basis per square yard, as stated in the bid. Such payment and price shall constitute full compensation for all construction work including: subgrade excavating, preparing, and compacting; placing, spreading, wetting, grading, and compacting caliche; and all other incid- ental or related work required to complete the road construction. 6.03. Outslope Topsoil. Outslope topsoil shall be paid for at the unit price per cubic yard, as stated in the bid. Finish grade, sections, and new contours along with original grade contours as indicated on the Drawings, will be the basis for computed quantities and shall be considered as final quantities. 7. SOIL CEMENT. Soil cement shall be measured and paid for as compacted soil cement and cement incorporated into the compacted soil cement. 7.01. Compacted Soil Cement. Measurement for compacted soil cement shall be computed in cubic yards. Finish sections and grades, as indi- cated on the Drawings, will be the basis for computed quantities and shall be considered as final quantities. Payment for compacted soil cement will be made at the contract price per cubic yard for compacted soil cement stated in the bid. Such payment shall constitute full compensation for all construction work including: pulverizing, mixing, placing, compacting, finishing, curing, testing, and (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) L.- (CONTRACT l 01025 (15388 ) -3- all other incidental or required work to complete the item (except for the cost of cement). 7.02. Cement. Measurement for cement shall be computed in tons by multiplying the volume of compacted soil cement times the assumed dry unit weight of soil and percent cement content as specified in the soil cement specification. Adjustments to the amount of cement required, as a result of laboratory testing, will be made as discussed in the soil cement specification. Payment for cement will be paid at the unit price bid for cement stated in the bid. Such payment shall constitute full compensation for supplying and hauling the cement to the work and all other costs not included under other items. 8. RESERVOIR LINER. Reservoir liner shall be paid for as slope or bottom liner and will be measured or computed to the nearest square yard. Measurement will be made in the finished installed state. 8.01. Slope Liner. Payment for slope liner will be made at the contract unit price per square yard, as stated in the bid. The unit price shall include furnishing and installing the HDPE liner, geotextile, air vents, anchor trench, structure connections, safety ropes and appurtenances. Such payment price shall constitute full compensation for all construc- tion work including: welding, anchoring, testing, inspecting, and all other incidental or related work required to complete the item. 8.02. Bottom Liner. Payment for bottom liner will be made at the con- tract unit price per square yard, as stated in the bid. The unit price shall include furnishing and installing the HDPE liner, geotextile, structure connections, and appurtenances. Such payment price shall constitute full compensation for all construction work including; welding, anchoring, testing, inspecting, and all other incidental or related work required to complete the item. 8.03. Liner Ballasting. Payment for liner ballasting shall be made at the contract lump sum price as stated in the bid. The lump sum price shall include furnishing and installing the ballasting and appurte- nances. 8.04. Material Warranty. The lump sum price bid for the material warranty shall be based on the warranty described in the geomembrane specification. Payment will be made for the warranty following acceptance of the liner installation. 9. STRUCTURES. Payment for structures shall be made at the contract unit price stated in the bid. Such payment and price shall constitute full compensation for the performance of all work necessary to complete each item including: concrete, reinforcing steel, frames, covers, grating, sluice gates, flap gates, fencing, moisture vapor barrier, wall (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 01025 -4- Vi" pipes, granular fill, and any excavation and backfilling, dewatering, or other costs not included in other bid items. Payment for equipment included in the unit price bid for a structure (sluice gates, flap gates, etc.) shall constitute full_ compensation for furnishing and installing the equipment complete with all necessary appurtenances. 9.01. Transfer Structure. The unit price bid for the transfer struc- ture shall be based on the complete construction of the structure, including all costs for the purchase and installation of the sluice gates and flap gate. 10. PIPELINES. Pipelines which are to be paid for on a unit price basis shall be measured for payment on a horizontal plane after installation of the pipe. Where lines are laid to conform to stationed profiles, payment shall be made on linear quantities based on the pipeline stationing as determined by surveys made after installation. The measurement of the length of each line or run of pipe of each size will begin and end at: a. The end of the pipe where connected to an existing pipe, fitting, or valve; or at the end of a dead-end run. b. The center line intersection of run and branch on tees, crosses, or laterals where a branch line connecting therewith is constructed under this contract. Where a branch fitting is installed under this contract, and the branch or connecting line is to be constructed by others at some future date or under another contract, the pay measurement will include the entire laying length of the branch or branches of such fitting. ' C. The measurement of each line of pipe of each size which is to ..; be paid for on a unit price basis will be continuous through, and shall include the full laying lengths of, all fittings and . valves installed between the ends of each line; except that the laying lengths of reducers and increasers will be divided ` equally between the connected pipe sizes. Pipelines shall include all connections, fittings, plugs, couplings, adapters, anchored joints, excavation, embedment, backfilling, turn -ups, erosion protection, collars, and all other costs related to pipelines not included under other bid items. 11. CONNECTIONS TO EXISTING PIPELINES. Connections to existing pipe- lines will be paid for at the lump sum prices bid. Each lump sum price named for a connection shall include all costs incurred for making the connection over and above the price of the connecting piping in place and concrete blocking which will be paid for separately. Each lump sum price (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ? 01025 (15388 } -5- shall include all excavation and backfill work, piping within limits' indicated on the drawings, and all other costs not included under other bid items. 12. VALVES. Valves will be paid for at the unit price bid for each size. The unit price shall include all costs incurred in completing the valve installation over and above the amount paid for piping in place. The unit price shall include furnishing and installing the valve, valve box, and appurtenances; excavation and backfill not included under piping and all other costs not included under other bid items. 13. RIPRAP MATERIAL. The unit price bid for rip rap material shall include all costs for hauling, furnishing, placing, spreading, grading, any reshaping or redistribution of material required to achieve the specified slope protection, and all incidental or related work (filter blanket rock, geotextile, etc.) required to complete the item. 14. MISCELLANEOUS CONCRETE. Concrete for encasement or blocking of pipe and fittings, not included as pests of other structures, will be measured for payment as the actual volume of concrete placed within the limits as indicated or specified. - Concrete for total encasement shall be computed using the maximum allow- able trench width (or pipe OD plus 24 inches where no maximum is speci- fied), the minimum clear depth below the pipe, and the minimum cover over the pipe, less the volume occupied by the pipe itself. Concrete for reaction blocking, except blocking behind and under fire hydrants, shall be computed using the dimensions indicated on the draw- ings for such blocking, unless otherwise authorized by Engineer. Direct payment shall not be made for blocking behind and under fire hydrants. Unless otherwise authorized by Engineer, all additional concrete for encasement or blocking required outside the specified pay limits will be considered a subsidiary obligation of Contractor and no direct payment shall be made therefor. All concrete which is required in connection with structures, pavement and other pay items shall be included in the lump sum or unit price bid for the pay item. The unit price bid for miscellaneous concrete shall include concrete, reinforcing steel, forms, finishing, curing, and all other work or materials required to complete the concrete work. 15. MISCELLANEOUS ITEMS. Payment for all items shall be made at the contract unit prices per individual item stated in the Bid Form. Such payment and price shall constitute full compensation for furnishing all materials, equipment, and supplies; all construction equipment, and tools; the performance of all necessary labor, and the installation (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR)-.3 (CONTRACT 1 } 01025 (15388 ) -6- i complete of all other work not included in other bid items in conformance with the Drawings and Specifications. 16. TRENCH PROTECTIVE SYSTEM. The preparation of the trench safety program and the installation, maintenance, inspection, and removal of trench protective systems shall be measured and payment made by the unit price bid. Payment shall be made on linear quantities based on pipeline stationing as determined by surveys made after removal of trench protec- tive systems. Payment shall constitute full, compensation for all labor, equipment, and materials necessary to complete the item. 17. DEDUCT FROM TOTAL AMOUNT BID. Item 14.0 of the bid shall be the lump sum amount to deduct from the total amount bid for adjustment purposes. The deduction will be deducted proportionally from monthly payments over the specified construction period. Measurement and payment for pipelines, valves, etc... will be based on the unit prices indicated in the bid, exclusive of the deduction. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01025 ._., (15388 ) -7- Section 01300 - SUBMITTALS 1. CONSTRUCTION SCHEDULE. Before Work is started. Contractor for shall submit to Engineers -Architects for review a schedule of the proposed construction operations. Owner shall cooperate with Contractor in arrangements for continuity of service and operation of valves and other control facilities. The construction schedule shall indicate the sequence of the Work, the time of starting and completion of each part, and the time for making connections to existing piping, structures, or facilities. At least every 90 days the schedule shall be revised as necessary to reflect changes in the progress of the Work. Owner may require Contractor to add to his plant, equipment, or con- struction forces, as well as increase the working hours, if operations fall behind schedule at any time during the construction period. The following requirements shall be taken into consideration in preparing the proposed schedule of construction operations: a. Construction operations required for connecting to the existing 30 inch and 36 inch plant effluent force mains to the new 42 inch influent shall not begin until substantial completion of the terminal storage reservoir and influent pipeline. Only one force main at a time will be allowed to be removed. b. Construction operations required for connecting to the existing 24 inch irrigation pump suction to the temporary 24 inch line shall not begin until item a. above has been completed. This connection shall be completed within 5 consecutive calendar days of completing item a. above. 2. PROGRESS REPORTS. A progress report shall be furnished to Engineer with each application for progress payment. If the Work falls behind schedule, Contractor shall submit additional progress reports at such intervals as Engineer may request. Each progress report shall include sufficient narrative to describe current and anticipated delaying factors, their effect on the construc- tion schedule, and proposed corrective actions. Any Work reported complete, but which is not readily apparent to Engineer, must be sub- stantiated with satisfactory evidence. Each progress report shall also include three prints of the accepted graphic schedule marked to indicate actual progress. 3. SCHEDULE OF PAYMENTS. Within 30 days after award of contract, Contractor shall furnish to Engineers -Architects and Owner a schedule of estimated monthly payments. The schedule shall be revised and (LUBBOCK, TEXAS } j (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01300 (15388 ) -1- resubmitted each time an application for payment varies more than 10 percent from the estimated payment schedule. 4. SURVEY DATA. All field books, notes, and other data developed by Contractor in performing surveys required as part of the Work shall be available to Engineer for examination throughout the construction period. All such data shall be submitted to Engineer with the other documentation required for final acceptance of the Work. 5. SHOP DRAWINGS AND ENGINEERING DATA. Engineering data covering all equipment and fabricated materials which will become a permanent part of the Work under this contract shall be submitted to Engineers -Architects for review. These data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and operation of component materials and devices; the external connections, anchorages, and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. All submittals, regardless of origin, shall be stamped with the approval of Contractor and identified with the name and number of this contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Contractor's stamp of approval is a representation to Owner and Engineers - Architects that Contractor accepts full responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that he has reviewed or, coordinated each submittal with the requirements of the Work and the Contract Documents. All deviations from the Contract Documents shall be identified on each submittal and shall be tabulated in Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. Contractor shall accept full responsibility for the completeness of each submission, and, in the case of a resubmission, shall verify that all exceptions previously noted by Engineers -Architects have been taken into account. In the event that more than one resubmission is required because -of failure of Contractor to account for exceptions previously noted, Contractor shall reimburse Owner for the charges of Engineers - Architects for review of the additional resubmissions. (LUBBOCK. TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01300 f (15388 } -2- Resubmi.ttals shall be made within 30 days of the date of the letter ' returning the material to be modified or corrected, unless within 14 days the Contractor submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be �. completed within that time. Any need for more than one resubmission, or any other delay in obtaining Engineers -Architects review of submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by a change in the Work authorized by a Change Order or by failure of Engineers -Architects to return any submittal within 21 days after its receipt in Engineers -Architects' office. Contractor's letter of resubmittal shall list the date of his original submittal letter, the date of the Engineers -Architects' letter returning the submittal, and the dates of submission and return of any previous resubmittals. Engineers -Architects' review of drawings and data submitted by Contractor will cover only general conformity to the drawings and specifications, external connections, and dimensions which affect the layout. Engineers - Architects' review does not indicate a thorough review of all dimensions, quantities, and details of the material, equipment, device, or item shown. Engineers -Architects' review of submittals shall not relieve Contractor from responsibility for errors, omissions, or deviations, nor responsibility for compliance with the Contract Documents. Five copies of each drawing and necessary data shall be submitted to Engineers -Architects. Engineers -Architects will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) to indicate the sequence of the resub- mittal. When the drawings and data are returned marked NOT ACCEPTABLE or RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as instructed by Engineers -Architects and five corrected copies (or one corrected reproducible copy) resubmitted. When corrected copies are resubmitted, Contractor shall in writing direct specific attention to all revisions and shall list separately any revi- sions made other than those called for by Engineers -Architects on previous submissions. When the drawings and data are returned marked EXCEPTIONS NOTED, NO EXCEPTIONS NOTED, or RECORD COPY, no additional copies need be furnished. (LUBBOCK, TEXAS ) �_ (TERMINAL STORAGE RESERVOIR).. (CONTRACT 1 ) 01300 (15388 ) -3- I 6. OPERATION AND MAINTENANCE DATA AND MANUALS. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment supplier shall prepare an operation and maintenance manual for sluice gates, flap gates, and butterfly valves. Operation and maintenance manuals shall include the following: a. Equipment function, normal operating characteristics, and limiting conditions. b. Assembly, installation, alignment, adjustment, and checking instructions. C. Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d. Lubrication and maintenance instructions. e. Guide to "troubleshooting". f. Parts lists and predicted life of parts subject to wear. g. Outline, cross-section, and assembly drawings; and engineering data. h. Test data and performance curves, where applicable. The operation and maintenance manuals shall be in addition to any instruc- tions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. Manuals and other data shall be printed on heavy, first quality paper, 8-1/2 by 11 inch size with standard 3-hole punching. Drawings and diagrams shall be reduced to 8-1/2 by 11 inches or 11 by 17 inches. Where reduction is not practicable, larger drawings shall be folded separately and placed in envelopes which are bound into the manuals. Each envelope shall bear suitable identification on the outside. Three preliminary copies of each manual, temporarily bound in heavy paper covers bearing suitable identification, shall be submitted to Engineers - Architects prior to the date of shipment of the equipment. After review by Engineers -Architects, three final copies of each operation and main- tenance manual shall be prepared and delivered to Engineers -Architects not later than 30 days prior to placing the equipment in operation. Final manuals and all parts lists and information shall be assembled in substantial, permanent, three-ring or three -post binders. As much as possible, material shall be assembled and bound in the same order as specified, and each volume shall have a table of contents and suitable index tabs. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01300 (15388 ) -4- g.t t x All material shall be marked with Project identification, and inappli- cable information shall be marked out or deleted. Payments for materials and equipment not incorporated in the Work, but delivered and suitably stored at the site or at another location agreed to in writing, shall be based only upon the actual cost of the materials and equipment to Contractor and shall not include any overhead or profit to Contractor. Payment for equipment requiring operations and maintenance manuals will be 25 percent of the invoice price initially. Once the preliminary operations and maintenance manuals are accepted, payment will be considered for the final 75 percent. 7. LAYOUT DATA. Contractor shall keep neat and legible notes of measurements and calculations made by him in connection with the layout of the Work. Copies of such data shall be furnished to the Engineer for use in checking, Contractor's layout as provided under Lines and Grades. All such data considered of value to Owner will be transmitted to Owner by Engineer with other records upon completion of the Work. 8. CONSTRUCTION PHOTOGRAPHS. Owner shall be responsible for the produc- tion of all construction photographs required by Owner. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 01300 (15388 ) -5- `` Y_ k_4 Section 01400 - QUALITY CONTROL 1. TESTING LABORATORY SERVICES. All tests which require the services of a laboratory to determine compliance with the Contract Documents shall be performed by an independent commercial testing laboratory acceptable to Engineer and Owner. The laboratory shall be staffed with experienced technicians, properly equipped, and fully qualified to perform the tests in accordance with the specified standards. 1.01. Testing Laboratory Services Furnished by Contractor. Contractor shall be responsible for all testing laboratory services in connection with concrete materials and mix designs, soil cement mix designs, gradation tests for embedment, fill., backfill materials, HDPE liner, quality control tests made in the field or laboratory on concrete and soil cement, moisture -density (Proctor) and relative density tests on embedment, fill, and backfill materials, in -place field density tests on embedments and fills, and other materials and equipment, during and after their incorporation in the Work and all other tests and engineering data required for Engineers -Architects' review of materials and equipment proposed to be used in the Work. Contractor shall obtain Engineer's and Owner's acceptance of the testing laboratory before having services performed, and shall pay all costs for services. Contractor, with Engineer's concurrence, shall determine the exact time and location of field sampling and testing. The Owner reserves the right to make any tests at anytime to check the quality of the Contractor's testing procedures and/or results. If the tests conducted by the Owner show no different conclusion, then the additional tests shall be at the Owner's expense. If additional tests prove inaccurate results on the Contractor's behalf, the Contractor shall bear the costs of the addi- tional tests and reconstruct the deficiencies. The Contractor's testing laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. 1.02. Transmittal of Test Reports. Written reports of tests and engi- neering data furnished by Contractor for Engineers -Architects review of materials and equipment proposed to be used in the Work shall be submitted as specified for Shop Drawings. The testing laboratory retained by Contractor shall furnish copies of a written report of each test performed by laboratory personnel in the field or Laboratory. Copies of each test report will be transmitted to the Engineer, Contractor, Owner and Engineers -Architects within three days after each test is completed. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 01400 yy. (15388 ) -1- 2, OFFSITE INSPECTION. When the specifications require inspection of materials or equipment during the production, manufacturing, or fabri- cating process, or before shipment, such services will be performed by an independent testing laboratory or inspection organization acceptable to Engineer. Contractor shall require the producer, manufacturer, or fabricator to arrange for and pay an independent organization to perform the inspection services specified for the geomembrane liner and geotextile as specified in Section 02225. Contractor shall give appropriate written notice to Engineer not less than ten days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will submit a written report to Engineer, Engineers -Architects and Contractor, at least once each week. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01400 (15388 ) -2- ki." Section 01500 - TEMPORARY FACILITIES 1. OFFICES AT SITE OF WORK. During the performance of this contract, Contractor shall maintain a suitable office at or near the site of the Work which shall be the headquarters of his representative authorized to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at Contrac- tor's office at the site of the Work in his absence shall be deemed to have been delivered to Contractor. Copies of the drawings, specifications, and other contract documents shall be kept at Contractor's office at the site of the Work and avail- able for use at all times. In addition, Contractor shall provide a suitable field office with at least 150 square feet of floor space, either adjacent to or partitioned off from; his office at the site, for use of the Engineer and inspectors. The office shall be provided with outside entrance door with a substan- tial lock, glazed windows suitable for light and ventilation, and adequate heating, air conditioning, and lighting facilities. Contractor shall pay all electricity and heating bills and shall provide telephone services as specified herein. The office shall be furnished with a desk, a four -drawer filing cabinet, a worktable, two chairs, a plan rack, and a locker for storage of surveying instruments. The doors on the locker shall be equipped for padlocking. The general arrangement of the office and facilities provided shall be acceptable to Engineer. 2. WATER. All water required for and in connection with the Work to be performed and for any specified tests of piping, equipment, devices, and appurtenances, for inundation or settling of backfill material, preparation of soil cement, or for any other use as may be required for proper completion of the Work shall be provided by and at the expense of Contractor. No separate payment for water used or required will be made and all costs in connection therewith shall be included in the Bid. Water in reasonable amounts for proper completion of the Work will be furnished from existing irrigation wells by Owner without charge to Contractor. Locations of these wells are within 1/2 mile south of the south embankment of the new reservoir. Contractor shall provide a lined pit for storing water to meet construction water demands. Contractor shall furnish necessary pipe, hose, nozzles, and tools and shall perform all necessary labor. Contractor shall make arrangements with the City Water Department as to the amount of water required and the time when the water will be needed. Unnecessary waste of water will not be tolerated. 3. POWER. Contractor shall provide all power for heating, lighting,, operation of Contractor's plant or equipment, or for any other use by Contractor. Temporary heat and lighting shall be maintained until the Work is accepted. F.; (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01500 (15388 ) -1- 4. TELEPHONE SERVICE. Contractor shall make all necessary arrangements and pay all installation charges for telephone lines in his offices at the site and a separate telephone line in the office of the Engineer, and shall provide all telephone instruments. The telephone service and instrument in the office of the Engineer shall be touch-tone system if locally available. The telephone service shall be in the name of Engineer, and all charges after installation shall be billed to and paid by the Engineer. 5. SANITARY FACILITIES. Contractor shall furnish temporary sanitary e facilities at the site, as provided herein, for the needs of all con- struction workers and others performing work or furnishing services on the Project. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically treated type are used, at least one toilet will be furnished for each 20 men. Contractor shall enforce the use of such sanitary facilities by all personnel at the I site. 6. FENCES. All existing fences affected by the Work shall be maintained by Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed P upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original location. 7, PROTECTION OF PUBLIC AND PRIVATE PROPERTY. Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affec- ted by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards and parkings, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. Contractor shall be responsible for all damage to streets, roads, high- ways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or men to or from the ti (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) ...= (CONTRACT 1 ) 01500 (15388 ) -2- ,? Work or any part or site thereof, whether :by:.him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. 8. SECURITY. Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities there- on, against vandals and other unauthorized persons. No claim shall be made against Owner by reason of any act of an employee or trespasser, and Contractor shall, make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures as required to protect the site. 9. ACCESS ROADS. Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with this Project and for Contract 2. 10. PARKING. Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with this Project and Contract 2, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. 11. DUST CONTROL. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. Dusty materials in piles or in transit shall be covered when practicable to prevent blowing. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. 12. TEMPORARY DRAINAGE PROVISIONS. Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 01500 (15388 ) -3- Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area or platform without removing the unit from its normal installed position. 6. ELEVATION. The elevation of the site is approximately 3,175 feet above mean sea level. All equipment furnished shall be designed to meet stipulated conditions and to operate satisfactorily at this elevation. 7. ANCHOR BOLTS. Equipment suppliers shall furnish suitable anchor bolts for each item of equipment. Anchor bolts, together with templates or setting drawings, shall be delivered sufficiently early to permit setting the anchor bolts when the structural concrete is placed. Anchor bolts shall comply with the anchor bolts and expansion anchors section and, unless otherwise specified, shall have a minimum diameter of 3/4 inch. Unless otherwise indicated or specified, anchor bolts for items of equip- ment mounted on baseplates shall be long enough to permit 1-1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. 8. SPECIAL TOOLS AND ACCESSORIES. Equipment requiring periodic repair and adjustment shall be furnished complete with all special tools, instruments, and accessories required for proper maintenance. Equipment requiring special devices for lifting or handling shall be furnished complete with those devices. 9. SHOP PAINTING. All steel and iron surfaces shall be protected by suitable paint or coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Exposed surfaces shall be finished, thoroughly cleaned, and filled as necessary to provide a smooth, uniform base for painting. Self-contained or enclosed components shall be shop primed or finished with a high-grade, oil -resistant enamel suitable for top coating in the field with an alkyd enamel. Coatings shall be suitable for the environ- ment where the equipment is installed. Surfaces to be painted after installation shall be prepared for painting as recommended by the paint manufacturer for the intended service, and then shop painted with one or more coats of the specified primer. Unless otherwise specified, the shop primer for steel and iron surfaces shall be Cook 0391-N-167 Barrier Coat", Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar 013-R-28 Chromox Primer". Machined, polished, and nonferrous surfaces which are not to be painted shall be coated with rust -preventive compound, Houghton "Rust Veto 344" or Rust-Oleum "R-99. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 01610 -2- 10. PREPARATION FOR SHIPMENT. All equipment shall be suitably packaged to facilitate handling and protect against damage during transit and storage. All equipment shall be boxed, crated, or otherwise completely enclosed and protected during shipment, handling, and storage. All equipment shall be protected from exposure to the.elements and shall be kept dry at all times. Painted surfaces shall be protected against impact, abrasion, discolora- tion, and other damage. Painted surfaces which are damaged prior to acceptance of equipment shall be repainted to the satisfaction of Engineer. Grease and lubricating oil shall be applied to all bearings and similar items. Each item of equipment shall be tagged or marked as identified in the delivery schedule or on the Shop Drawings. Complete packing lists and bills of material shall be included with each shipment. 11, STORAGE. Upon delivery, all equipment and materials shall imme- diately be stored and protected until installed in the Work. All equipment with antifriction or sleeve bearings shall be stored in weathertight structures maintained at a temperature above 60 F. Equipment shall be protected against moisture and water damage. Equipment and materials shall not show any pitting, rust, decay, or other deleterious effectsof storage when installed in the Work. 12, INSTALLATION AND OPERATION. Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results. When so specified, or when employees of Contractor or his Subcontractors are not qualified, such personnel shall be field representatives of the manufac- turer of the equipment or materials being installed. All equipment installed under this Contract, shall be placed into suc- ,.:..: cessful operation according to the written instructions of the manufac- turer or the instructions of the manufacturer's field representative. All required adjustments, tests, operation checks, and other startup activity shall be provided. Acceptance of Work in connection with the installation of equipment furnished by others will be subject to approval of the field representa- tive. Contractor shall be responsible for planning, supervising, and executing the installation of Work, and the approval or acceptance of Engineer or the field representative will not relieve Contractor of responsibility for defective Work. (LUBBOCK, TEXAS ) .` (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 01610 (15388 ) -3- Section 02220 - EXCAVATION 1. SCOPE. This section covers excavation work and shall include the necessary clearing, and preparation of the site; removal and disposal of all debris; excavation and trenching as required; the handling, storage, transportation, and disposal of all excavated material; all necessary sheeting, shoring, and protection work; preparation of subgrades; pumping and dewatering as necessary or required; protection of adjacent property; backfilling; pipe embedment; construction of fills and embankments; surfacing and grading; and other appurtenant work. Soil cement is covered in another section. Preparation of the bottom of the reservoir to be covered with HDPE membrane is covered in the section of geomembrane liner. 2. GENERAL REQUIREMENTS. Excavations shall provide adequate working space and clearances for the work to be performed therein and for instal- lation and removal of concrete forms. In no case shall excavation faces be undercut for extended footings. Subgrade surfaces shall be clean and free of loose material of any kind when concrete is placed thereon. Backfill.ing and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 3. CLASSIFICATION OF EXCAVATED MATERIALS. No classification of exca- vated materials will be made. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the contract work, regardless of the type, character, composition, or condition thereof. 4. SITE PREPARATION. All sites to be occupied by permanent construction or embankments shall be cleared of all logs, trees, roots, brush, tree trimmings, and other objectionable materials and debris. All stumps shall be grubbed. Subgrades for fills and embankments shall be cleaned and stripped of all surface vegetation, sod, and organic topsoil. All waste materials shall be removed from the site and disposed of by and at the expense of the Contractor. Open burning will not be permitted. The stripped foundation areas should be drained adequately to prevent ponding of water or formation of swampy areas. The stripped surfaces beneath the embankments shall be preared as specified hereinafter. 5. BLASTING. Blasting or other use of explosives for excavation will not be permitted. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 02220 (15388 ) -1- is .1 M All grating shall be securely anchored in place. Each grating panel shall be fastened in place with saddle -clips or flange blocks as illus- trated in NAAMM "Metal Bar Grating Manual". Clips or flange blocks for aluminum grating shall be aluminum or stainless steel. Clips shall be fastened to supporting steel with Nelson stud type bolts not less than 1/4 inch in diameter. All fastener parts shall be galvanized or shall be corrosion -resistant alloy. 5. SHOP COATING. All structural and miscellaneous metal items shall be shop coated as specified herein. The requirements for field painting are covered in the painting section. 5.01. Cleaning. Surfaces shall be dry and of a proper temperature when coated, and free of grease, oil, dirt, dust, grit, rust, loose mill scale, weld flux, slag, weld spatter, or other objectionable substance. Articles to be galvanized shall be pickled before galvanizing. All other ferrous metal surfaces shall be cleaned by high-speed power wire brushing or blasting to the degree recommended by the paint manufacturer. Welds shall be scraped, chipped, and brushed as necessary to remove all weld spatter. 5.02. Edae Grinding. Sharp projections of cut or sheared edges of ...., ferrous --metals which will be submerged in operation, except for items specified to be hot -dip galvanized, shall be ground to a radius as required to ensure satisfactory paint adherence. 5.03. Galvanizing. All galvanizing shall be done by the hot -dip process �. after fabrication in conformity with requirements of ASTM A123, A153, and A385. 5.04. Aluminum. All surfaces of aluminum which will be in contact with concrete, mortar, or dissimilar metals shall be given a heavy coat of coal tar paint. 5.05. Other Surfaces. Shop coating of zinc coated steel, stainless steel, or bronze surfaces will not be required. 5.06. Filth Thickness. The dry film thickness of the shop coating shall be at least 1.5 mils for rust -inhibitive primer and at least 6 mils for coal tar paint. 6. DRAWINGS AND DATA. Complete data, detailed drawings, and setting or erection drawings covering all structural and miscellaneous metal items shall be submitted in accordance with the submittals section. All welds shall be properly identified on the detailed shop drawings. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 05990 (15388 ) -4- __ .... Section 09900 - PAINTING 1. SCOPE. This section covers field painting, including surface prepa- ration, protection of surfaces, and other appurtenant work. Regardless of the number of paint coats previously applied, at least two field coats of paint shall be applied to all surfaces unless otherwise specified. 2. MATERIALS. All paint shall be delivered to the ,fob in original unopened containers with labels intact. Paint shall be stored inside and shall be protected against freezing. No adulterant, unauthorized thinner, or other material not included in the paint formulation shall be added to the paint for any purpose. It shall be the responsibility of the Contractor to ensure the compati- bility of the field painting products which will be in contact with each other or which will be applied over shop painted or previously painted surfaces. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to underlying paint. Where painting materials are referenced to Federal or Military Specifi- cations, the reference shall define general type and quality required but is not intended to limit acceptable materials to an exact formulation. 2.01. Primers and Pretreatments. Rust -Inhibitive Universal type; Cook 3391-N-167 Barrier Primer", Koppers "No. 10 Inhibitive Primer", Tnemec 177 Chem -Prime", or Valspar "13-R-28 Chromox Primer". Coal Tar 2.02. Intermediate and Finish Paints. Gloss Alkyd Enamel Semigloss Alkyd Enamel (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 09900 -1- Koppers "Bitumastic Mill Under- coat" or Valspar "35-J-6 Bitumi- nous Black". Fed Spec TT-E-489, Class A; Cook "801 Series Gloss Enamel", Koppers "Glamortex 501 Enamel", Tnemec "Series 2 Tneme-Gloss", or Valspar "12 Series Panorama Coatings". Fed Spec TT-E-529; Cook 0876 Series Semigloss Enamel", Koppers "Glamortex", Tnemec "Series 23 Enduratone°, or Valspar "31 Series Alkyd Satin Enamel". t Epoxy Enamel Cook "920-A-226 Armoreote 54". Koppers "Glamorglaze Epoxy Flat", or Tnemec "Tneme-Tread Series 670; non-skid. Medium Consistency Koppers "Bitumastic Super Coal Tar Service Black", Tnemec 146-449 1 Heavy Duty Black", or Valspar �' "35-3-10 Hi -Build Bituminous Coating". Thixotropic Coal Tar MIL-C-18480; Koppers "Bitumastic No. 50" or Tnemec 546-450 Heavy Tnemecol°. ffF 3. PRODUCT SELECTION. The Contractor shall submit complete descriptive specifications for all paints proposed for use to the Engineer for review. Requests for review submitted directly to the Engineer by paint suppliers will not be considered. ..F 4. FIELD PRIMING. In general, surfaces of equipment, steel, and cast ... iron are specified to be shop primed. Any such surfaces which have not been shop primed shall be field primed. Shop coatings which are damaged or have failed, and have been determined unsuitable by the Engineer, shall be removed and the surfaces field primed. Galvanized, aluminum, stainless steel, wood, and insulated surfaces shall be field primed. Primers used for field priming, unless otherwise required for repair of shop primers, shall be: Surface To Be Primed Material Equipment, surfaces to be painted with Alkyd enamel Rust -inhibitive Coal tar paint Coal tar or the same as finish coats Steel and cast iron, surfaces to be painted with Alkyd enamel Rust -inhibitive Coal tar paint Coal tar or the same as finish coats (LUBBOCK, TEXAS ? i,... (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 09900 _, (15388 ) -2- Concrete surfaces to be painted with Epoxy enamel Epoxy Enamel 5. PAINTING SCHEDULE. The following schedule lists paints for inter- mediate and finish coats for surfaces to be painted. All exposed sur- faces, including sides and edges, shall be painted. Surface To Be Painted Material 5.01. Metal Surfaces. All surfaces of structural and Gloss alkyd enamel miscellaneous steel exposed to view or to the elements in exterior locations. (Galvanized surfaces are not to be painted unless otherwise specified.) Operators for sluice gates. Gloss alkyd enamel All metal surfaces, unless otherwise Medium consistency specified, which will be submerged or coal tar buried, all or in part, including valves, valve boxes, and sluice gates, but excluding piping laid in the ground. All metal harness anchorage for Thixotropic coal tar buried piping. 5.02. Concrete Surfaces. Access ramps for water level marks. Epoxy enamel. 5.03. Surfaces Not To Be Painted. Unless otherwise specified, the following surfaces shall be left unpainted: Exposed surfaces of aluminum. Polished or finished stainless steel. Galvanized surfaces. Exterior concrete (unless specified otherwise). Surfaces specified to be factory finished. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 09900 (15388 } -3- 6. COLOR CODING. Guard posts shall be colored with horizontal yellow and black stripes. Color cards shall be submitted for colors to be used for water level marks. 7. MIXING AND THINNING. Paint shall be thoroughly mixed each time any is withdrawn from the container. Paint containers shall be kept tightly closed except while paint is being withdrawn. Paint shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. In no case shall the wet film thickness of applied paint be reduced, by addition of paint thinner or otherwise, below the thickness recommended 4 by the paint manufacturer. 8. SURFACE PREPARATION. All surfaces to be painted shall be dry and shall meet the recommendations of the paint manufacturer for surface preparation. Cleaning and painting operations shall be performed in a manner which will prevent dust or other contaminants from getting on freshly painted surfaces. Oil and grease shall be completely removed by use of solvents or detergents before mechanical cleaning is started. The gloss of previously painted surfaces shall be dulled if necessary for proper adhesion of top coats. Surfaces shall be free of cracks, pits, projections, or other imperfec- tions which would prevent the formation of a smooth, unbroken paint film. When applying touchup paint, or repairing previously painted surfaces, the surfaces to be painted shall be cleaned as recommended by the paint manufacturer and sanded or wire brushed in such a manner that the edges of adjacent paint are feathered or otherwise smoothed so that they will not be noticeable when painted. All paint made brittle or otherwise damaged by heat of welding shall be completely removed. 8.01. Galvanized Surfaces. Galvanized surfaces shall be prepared for painting in conformity with the instructions of the manufacturer of the vinyl wash primer. Any chemical treatment of galvanized surfaces shall be followed by thorough rinsing with clean water. 8.02. Ferrous Metal Surfaces. Ungalvanized ferrous metal surfaces shall be cleaned for painting by one or more of the following means: solvents, blasting, high-speed power wire brushing, or scraping. Surfaces of welds shall be given special treatment by scraping and wire brushing as neces- sary to remove all slag and weld spatter. Tools which produce excessive roughness shall not be used. All ferrous metal surfaces which are specified to be painted with epoxy enamel shall have all welds and sharp edges ground smooth if not previously ground smooth in the shop. All components of equipment that will allow satisfactory surface preparation and painting after installation shall be (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 09900 -4- installed prior to surface preparation. Components of equipment that will be inaccessible after installation shall have the surfaces prepared and shall be painted prior to installation. Motors, drive trains, and bearings shall be protected during surface preparation in accordance with the equipment manufacturer's recommendations. Surface preparation by blast cleaning shall immediately precede the first application of paint, and both operations shall be performed the same day. If more surface area is prepared than can be painted in one day, the unpainted area shall have surfaces blast cleaned again to the satis- faction of the Engineer. 8.03. Concrete Surfaces. New concrete surfaces, including floors, which are to be painted shall be prepared by removing all dirt, dust, efflore- scence, oil or grease stains, or other foreign substances, by wire or fiber brushing or scrubbing, scraping, or other appropriate methods. Prior to mechanical cleaning, any oil or grease shall be removed with a solvent or detergent. Concrete surfaces to be painted with epoxy enamel shall be etched with acid or brush blasted prior to priming. 9. APPLICATION. Paint shall be applied in a neat manner, with finished surfaces free of runs, sags, ridges, laps, and brush marks. Each coat shall be hard and dry through the entire paint film before the next coat is applied. Each coat shall be applied in a manner that will produce an even film of uniform and proper thickness. In no case shall paint be applied at a rate of coverage which is greater than the maximum rate recommended by the manufacturer. Paint showing sags, checks, blisters, teardrops, or fat edges will not be accepted and shall be entirely removed and the surface repainted. 9.01. Priming. Edges, corners, crevices, welds, and bolts shall be given a brush coat of primer before the specified spot or touchup paint- ing of metal surfaces. Special attention shall be given to filling all crevices with paint. Abraded and otherwise damaged portions of shop -applied paint shall be cleaned and repainted as recommended by the manufacturer of the finish coating. Welded seams and other uncoated surfaces, heads and nuts of field -installed bolts, and surfaces where paint has been damaged by heat shall be given a coat of the specified primer. This patch, spot, or touchup painting shall be completed, and shall be dry and hard, before additional paint is applied. 9.02. E.ROM Enamel. The application of epoxy enamel. including tempera- ture limitations and protection from sunlight until top -coated shall conform to the recommendations of the paint manufacturer. 9.03. Film Thickness. The total paint film thickness including prime coat (if any), intermediate coats, and finish coat shall not be less than: (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 09900 (15388 ) -5- Type of Paint Coal tar Medium consistency Thixotropic Alkyd enamel With vinyl wash primer field applied to galvanized, copper, aluminum, and stainless steel surfaces With all other primers, shop or field applied Epoxy Enamel (2 coats) Minimum Dry Film Thickness 20 mils 35 mils 4 mils 5 mils 10 mils All other finishes 5 mils 9.04. Weather Conditions. faint shall not be applied, except under shelter, during wet, damp, or foggy weather, or when windblown dust, dirt, debris, or insects will collect on freshly applied paint. Paint shall not be applied at temperatures below the minimum temperature recommended by the paint manufacturer, or to surfaces of metals, when metal temperature and atmospheric conditions cause condensation on the surface of the metal. 10. REPAIRING FACTORY FINISHED SURFACES. Factory finished surfaces which have become damaged prior to acceptance by the Omer shall be spot primed and repainted with materials equivalent to those used in the original application. If, in the opinion of the Engineer, spot repair of the damaged area is not satisfactory, the entire surface or item shall be repainted as required by the Engineer. 11. PROTECTION OF SURFACES. Throughout the work the Contractor shall use drop cloths, masking tapes, and other suitable measures to protect all surfaces from cleaning operations, accidental spraying, spattering, or spilling of paint. The Contractor shall be responsible for and shall correct and repair damage resulting from his operations or the operations of those responsible to him. Paint deposited on surfaces which are not being painted at the time shall be immediately removed. Bituminous paints spilled or dropped on any material except metals shall be surface cleaned and spot painted with aluminum paint prior to applying the specified paint. Exposed concrete or masonry not specified to be painted which is damaged by paint shall be either removed and rebuilt or, where authorized by the Owner, painted with two coats of masonry paint. ._. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 09900 (15388 ) -6- 12. WATER LEVEL MARKS. Water level marks shall be painted on each access road inside the main reservoir and suction cell. Stripes shall be painted at each foot of water depth from 1 foot to 35 feet. Stripes shall be 4 inches tail by 1 foot wide at each 1 foot increment and 4 inches by 2 feet wide at each 5 foot increment. Numerals shall be at least 6 inches tall. The stripes shall be located along the east edge of the suction cell access road and along the north edge of the main reservoir access road. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 09900 -7- Section 15061 - CAST IRON PIPE 1. SCOPE. This section covers cast iron pipe. Cast iron pipe shall be furnished complete with all fittings, jointing materials, anchors, blocking, encasement, and other necessary appurtenances. Piping furnished hereunder shall be complete with all joint gaskets, bolts, and nuts required for installation of valves and equipment furnished by others for installation under this contract. Pipe shall be tested in accordance with the pipeline pressure and leakage testing section. At the option of the Contractor, cast iron pipe or prestressed concrete cylinder pipe may be used for 18 inch, 30 inch, 36 inch, and 42 inch pipelines. 2. MATERIALS. Pipe Ductile iron, ANSIjAWWA C151/A21.51; thickness class as listed in the table at the end of this section. Fittings Push -on Joints Restrained Push -on Joints Flanged Joints Flanges Bolts ( (LUBBOCK, TEXAS ) i (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 15061 (15388 ) -1- ANSI/AWWA C110/A21.10, except shorter laying lengths will be acceptable. 150 psi pressure rating. ANSI/AWWA C111/A21.11, except gaskets shall be neoprene or other synthetic rubber. Natural rubber will not be acceptable. American "Flex -Ring", "Lok-Fast" or "Lok-Ring"; Clow "Super -Lock"; U.S. Pipe "TR Flex"; or Griffin "Snap-Lok". ANSI)AWWA C115/A21.15. Ductile iron, ANSIJAWWA C115jA21.15, flat faced. ASTM A307, chamfered or rounded ends projecting 1j4 to 1j2 inch beyond outer face of nut. Nuts Gaskets Mechanical Joints Wall Castings Mechanical Joints with Tie Rods Tie Rods Steel Pipe Washers Threaded Connections Mechanical Couplings Couplings Gaskets Shop Coating and Lining Cement Mortar Lining (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } (15388 } 15061 -2- 4 ASTM A307, hexagonal, ANSI B18.2.2, heavy semifinished pattern. ASTM D1330, Grade I rubber, full face type, 1J8 inch thick. ANSI/AWWA C111/A21.11, except gaskets shall be neoprene or m other synthetic rubber. Natural rubber will not be acceptable. Mechanical joint with water stop and tapped holes; single casting or fabricated ductile iron, "Adjustable Wall Pipe' as manu- factured by Midwest Pipe Fabri- cators, Omaha, Nebraska. All holes shall be sized in accord- ance with Figure 1-15061 and provided with removable plugs. See details at the end of this section. ASTM A307.-B ASTM A120, standard weight. ANSI B18.22.1, plain steel. ANSIJASME B1.20.1, NPT; provide boss or tapping saddle wherever wall thickness minus the foundry tolerance at the tapped connec- tion is less than that required for 4-thread engagement as set forth in Table A.1, Appendix A of ANSIJAWWA C1511A21.51. Dresser "Style 38" or Rockwell "441 or 411 Flexible Coupling"; without pipe stop. Oil -resistant synthetic rubber. ° 13 ANSIJAWWA C104jA21.4. �s Shop Primer Cook 1391-N-167 Barrier Coat", Koppers "No. 10 Inhibitive Primer". Tnemec "77 Chem -Prune", or Valspar 113-R-28 Chromox Primer". Asphaltic Coating Manufacturer's standard. Rust -Preventive Houghton "Rust Veto 344" or Rust - Compound Oleum "R-91. Coal Tar Coating Thixotropic coal tar, MIL-C-18480; Koppers "Bitumastic No. 50" or Tnemec "46-450 Heavy Tnemecol". 3. SHOP COATING AND LINING. The interior of all pipe and fittings shall be cement mortar lined. The exterior surfaces of all pipe and fittings which will be exposed in interior locations shall be shop primed. Flange faces shall be coated with rust -preventive compound. Exterior surfaces of all other pipe and fittings shall be asphaltic coated. 4. HANDLING. Pipe, fittings, and accessories shall be handled in a manner that will ensure installation in sound, undamaged condition. Equipment, tools, and methods used in handling and installing pipe and fittings shall not damage the pipe and fittings. Hooks inserted in ends of pipe shall have broad, well -padded contact surfaces. Pipe and fittings in which the lining has been damaged shall be replaced. With the concurrence of the Engineer, small and readily accessible damaged areas may be repaired. All pipe coating which has been damaged shall be repaired by the Contrac- tor before the pipe is installed. 5. CUTTING PIPE. Cutting shall be done in a neat manner, without damage to the pipe or the lining. Cuts shall be smooth, straight, and at right angles to the pipe axis. After cutting, the end of the pipe shall be dressed with a file or power grinder to remove all roughness and sharp edges. The cut ends of push -on joint pipe shall be suitably beveled. Ends of ductile iron pipe shall be cut with a portable guillotine saw, abrasive wheel, saw, milling cutter, or oxyacetylene torch. The use of hydraulic squeeze type cutters will not be permitted. Field -cut holes for saddles shall be cut with mechanical cutters; oxyacetylene cutting will not be permitted. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } (15388 ) 15061 -3- ' F 3 ' 6. CLEANING. The interior of all pipe and fittings shall be thoroughly cleaned of all foreign matter prior to installation and shall be kept clean until the work has been accepted. Before jointing, all joint' contact surfaces shall be wire brushed if necessary, wiped clean, and kept clean until jointing is completed. Precautions shall be taken to prevent foreign material from entering the pipe during installation. Debris, tools, clothing, or other materials shall not be placed in or allowed to enter the pipe. Whenever pipe laying is stopped, the open end of the pipe shall be sealed with a watertight plug which will prevent trench water from entering the pipe. 7. INSPECTION. Pipe and fittings shall be carefully examined for cracks and other defects immediately before installation; spigot ends shall be examined with particular care. All defective pipe and fittings shall be removed from the site of the work. a 8. ALIGNMENT. Piping shall be laid to the lines and grades indicated on the drawings. Pipelines or runs intended to be straight shall be laid _ straight. Deflections from a straight line or grade shall not exceed the values stipulated in Table 4 or Table 5 of AWWA C600, unless specially designed bells and spigots are provided. Either shorter pipe sections or fittings shall be installed where required to conform to the alignment or grade indicated on the drawings. ti 9. LAYING PIPE. Pipe shall be protected from lateral displacement by placing the specified pipe embedment material. Under no circumstances shall pipe be laid in water, and no pipe shall be laid under unsuitable weather or trench conditions. Pipe shall be laid with the bell ends facing the direction of laying except when reverse laying is specifically authorized by the Engineer. 10. FIELD JOINTS. Joints in buried locations shall be mechanical joint or push -on type unless otherwise indicated on the drawings. Bells on wall castings and wall sleeves shall be mechanical joint type with tapped holes for tie rods or stud bolts. All other joints shall be flanged unless otherwise indicated on the drawings. 11. MECHANICAL JOINTS. Mechanical joints shall be carefully assembled - in accordance with the manufacturer's recommendations. If effective sealing is not obtained, the joint shall be disassembled, thoroughly cleaned, and reassembled. Bolts shall be uniformly tightened to the torque values listed in Appendix A of ANSI/AWWA C111/A21.11. Over - tightening of bolts to compensate for poor installation practice will LJ not be permitted. s i{ [[ 7 (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15061 (15388 ) -4- The holes in mechanical joints with tie rods shall be carefully aligned to permit installation of the tie rods. In flange and mechanical joint pieces, holes in the mechanical joint bells and the flanges shall strad- dle the top (or side for vertical piping) center line. The top (or side) center line shall be marked on each flange and mechanical joint piece at the foundry. 12. PUSH -ON JOINTS. The pipe manufacturer's instructions and recommen- dations for proper jointing operations shall be followed. All joint surfaces shall be lubricated with heavy vegetable soap solution immedi- ately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. Each spigot end shall be suitably beveled to facilitate assembly. Pipe ends for restrained joint pipe shall be prepared in accordance with the pipe manufacturer's recommendations. 13. FLANGED JOINTS. ripe shall extend completely through screwed -on flanges. The pipe end and flange face shall be finish machined in a single operation. Flange faces shall be flat and perpendicular to the pipe center line. When bolting flanged joints, care shall be taken to avoid restraint on the opposite end of the pipe or fitting which would prevent uniform N" gasket compression or which would cause unnecessary stress in the flanges. One flange shall be free to move in any direction while the flange bolts are being tightened. Bolts shall be tightened gradually and at a uniform rate, to ensure uniform compression of the gasket. 14. MECHANICAL COUPLINGS. Mechanical couplings shall be carefully installed in accordance with the manufacturer's recommendations. A space '.... of at least 1/4 inch and not more than one inch shall be left between the pipe ends. Pipe and coupling surfaces which contact gaskets shall be clean and free from dirt and other foreign matter during assembly. All a assembly bolts shall be uniformly tightened so that the coupling is free from leaks and all parts of the coupling are square and symmetrical with the pipe. Following installation of the coupling, damaged areas of shop coatings on the pipe and coupling shall be repaired to the satisfaction of the Engineer. The interior surfaces of the middle rings shall be prepared for painting in accordance with instructions of the paint manufacturer and shall then be coated with liquid epoxy in accordance with AWWA C210. The remaining components shall be cleaned and shop printed with the manufacturer's standard rust -inhibitive primer. 15. WALL CASTINGS. Unless otherwise indicated on the drawings, wall castings shall be provided where cast iron pipes pass through concrete walls. (LUBBOCK, TEXAS ) L (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15061 (15388 ) -5- A._.a Where a flange and mechanical joint piece is to connect to a mechanical joint wall casting, the bolt holes in the bell of the wall casting shall straddle the top (or side for vertical piping) center line of the casting and shall align with the bolt holes in the flange and mechanical joint piece. The top center line shall be marked on the wall casting at the foundry. 16. REDUCERS. Where indicated on the drawings, reducers shall be eccentric pattern, installed with the straight side on top so that air traps are not formed. li. CONNECTIONS WITH EXISTING PIPING. Connections between new work and existing piping shall be made using fittings suitable for the conditions encountered. Each connection with an existing pipe shall be made at a time and under conditions which will least interfere with service to customers, and as authorized by the Owner. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. 18. CONCRETE ENCASEMENT. Concrete encasement shall be installed as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast -in -place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position, and shall be anchored to prevent flotation. 19. REACTION ANCHORAGE AND BLOCKING. All exposed piping with mechanical couplings, push -on or mechanical joints, or similar joints subject to internal pressure shall be blocked, anchored, or harnessed to preclude separation of joints. All push -on and mechanical joint tees, Y-branches, bends deflecting 22-1/2 degrees or more, and plugs which are installed in buried piping (subjected to internal hydrostatic heads in excess of 30 feet) shall be provided with suitable reaction blocking, anchors, joint harness, or other acceptable means for preventing movement of the pipe caused by internal pressure. Concrete blocking shall extend from the fitting to solid undisturbed earth and shall be installed so that all joints are accessible for repair. The dimensions of concrete reaction blocking shall be as indi- cated on the drawings or as directed by the Engineer. If adequate support against undisturbed ground cannot be obtained, metal harness anchorages shall be installed to provide the necessary support. Metal harness anchorages shall consist of steel rods extending across the joint and securely anchored to pipe and fitting, or other adequate anchorage facilities shall be installed to provide the necessary support. If the lack of suitable solid vertical excavation face is due to improper trench excavation, metal harness anchorages shall be furnished and installed by and at the expense of the Contractor. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15061 (15388 ) -6- ? �_l Reaction blocking, anchorages, or other supports for fittings installed in fills or other unstable ground, above grade, or exposed within struc- tures, shall be provided as required by the drawings or as directed by the Engineer. 'E 20. PRESSURE AND LEAKAGE TESTING. After installation, cast iron pipe shall be tested by being subjected to a hydrostatic test as set forth in the pipeline pressure and leakage testing section. 21. DIMENSIONS. The thickness class for cast iron pipe shall be as t.` indicated in the following table: ANSI IJ Nominal Size, Thickness inches Class ? 18 53 30 53 P 36 53 r-, 42 53 j Note The specified thickness class includes corrosion allowance and .......; foundry tolerance. 22. DRAWINGS AND DATA. Complete layout drawings, details, and specifi- cations covering all cast iron piping and accessories shall be submitted in accordance with the procedure set forth in the submittals section. t '1 (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15061 (15388 ) -7- Steel pipe spacer shaped to fit back of flange - p;pe size.D Length*C �Woaher Wosher;2 -Topped hole .'--'_-'��/�'�i��i���� ��»-� � �� • • i1f/iiii111I//11//lJlb'i1 ������//iUiiiiiii Threaded t;e rods - dinrneter&A--�— Mechanical joint wall pipe A Q C Pipe Size Tie Rod 3pncer Spacer Qio. Nora. Size [ eng Oh 4it to 12" r' " r 14 to 24 92" 00 � 3i" � • I" 4' Ufa'" I 14• Notes I Excepf when He mats ame fmiquirmt, bolh far Followar } rings shall be bast -shads 4" isv// pipes Olaf tee -head both J ez other 1"0140fM 2. All hales in "all pipes shod to flapped and -Vvll be sired in mcordonra with Column A. MECHANICAL JOINTS WITH TIE RODS BLACK a VEATCH ENGINEERS -ARCHITECTS FIGURE 1-15061 1. SCOPE. This section covers AWWA butterfly valves for cold water service as indicated in the Butterfly Valve Schedule included herein. Butterfly valves shall be furnished complete with actuators and accessories as specified herein. 2. GENERAL. 2.01. Acceptable Products. Butterfly valves furnished under this section shall be limited to the following: Manufacturer/Model Size Ranee AC Valve All sizes American -Darling All sizes DeZurik All sizes M&H 14 inch and larger Mueller 12 inch and larger Pratt All sizes 2,02. Governing Standard. Except as modified or supplemented herein, all butterfly valves, including actuators, shall conform to the appli- cable requirements of ANS1/AWWA C504. 2.03. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to all equipment furnished under this section. 2.04. Shan Painting. All interior and exterior ferrous metal surfaces, except finished surfaces, bearing surfaces, and stainless steel com- ponents, of valves and accessories shall be shop painted for corrosion protection. The valve manufacturer's standard coating will be acceptable provided it is functionally equivalent to the specified coating and is compatible with the specified field painting. The following surfaces shall be painted: Unfinished Surfaces Interior Surfaces Epoxy. Exterior Surfaces of Coal tar. Valves To Be Buried Polished or Machined Surfaces Rust -preventive compound. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15101 (15388 ) -1- Actuators and Accessories Rust -inhibitive primer.' Interior coatings shall comply with AWWA C550 and shall be free of holidays. The total dry film thickness of shop -applied coatings shall be not less than: Minimum Type of Coating Dry Film Thickness Coal Tar 6 mils Epoxy 10 mils Rust -Inhibitive Primer 3 mils 2.05. Temporary Number Plates. Each butterfly valve shall be factory tagged or marked in such a manner as to identify the valve. 3. MATERIALS. Except as modified or supplemented herein, materials used in the manufacture of butterfly valves and actuators shall conform to the requirements of ANSIJAWWA C504. Shop Coatings Coal Tar Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty .,re Black", or Valspar 035-J-10 Hi -Build Bituminous Coating". 1A Epoxy Cook 1920-W-965 Epicon-MW HB �. Epoxy", Engard "Engard 460", Koppers 11200 HB Epoxy", Sac -Co "Keysite 7506, Tnemec "Series 20 Pota-Pox", or Valspar 178-W-3B b Val -Chem Hi -Build Tank Epoxy". Rust -Inhibitive Primer Cook "391-N-167 Barrier Coat", Ll Koppers "No. 10 Inhibitive Primer", Tnemec "77 Chem -Prime", or Valspar 813-R-28 Chromox Primer". Rust -Preventive Compound Houghton "Rust Veto 344" or Rust-Oleum "R-9".3 LA 4. VALVE CONSTRUCTION. 4.01. Valve Bodies. Valves shall be short -body type except where wafer type is specified. LA (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) J (CONTRACT 1 ) 15101 (15388 ) -2- ' _ s a. Body StoRs. The use of a stop or lug cast integrally with or mechanically secured to the body for the purpose of limiting disc travel, by means of direct contact or interference with the valve disc (in either the open or closed position) will not be acceptable. b. Flanges. Flanges shall be finished to true plane surfaces within a tolerance limit of 0.005 inch. The finished face shall be normal to the longitudinal valve axis within a maximum angular variation tolerance of 0.002 inch per foot of flange diameter. 4.02. Valve Shafts. Valve shafts shall be fabricated of AISI Type 304 or 316 stainless steel. The use of shafts having a hexagonal cross section will not be acceptable. 4.03. Valve Discs. Valve discs shall be secured to shafts by means of solid, smooth sided, stainless steel or monel taper pins or dowel pins. Each taper pin or dowel pin shall extend through the shaft and shall be mechanically secured in place. The use of bolts, setscrews, knurled or fluted dowel pins, expansion pins, roll pins, tension pins, spring pins, or other devices in lieu of the pins specified herein will not be acceptable. 4.04. Valve Seats. Acceptable seating surfaces mating with rubber are AISI Type 304 or 316 stainless steel, morsel, or plasma -applied nickel - chrome overlay for all valves; bronze for 20 inch and smaller valves; and alloy cast iron for 20 inch and smaller manually operated valves. Valve seat configurations which rely on the mating pipe flange to hold the seat in position in the valve body will not be acceptable. 4.05. Shaft Seals. Shaft seals shall be of the chevron or 0-ring type. 4.06. Thrust Bearings. Each valve shall be provided with one or more thrust bearings in accordance with the governing standard. Thrust bearings which are directly exposed to line liquid and which consist of a metal bearing surface in rubbing contact with an opposing metal bearing surface will not be acceptable. 5. VALVE ACTUATORS. 5.01. Manual Actuators. Unless otherwise required by the Owner, the direction of rotation of the wheel or wrench nut to open each valve shall be to the left (counterclockwise). Each valve body or actuator shall have cast thereon the word "Open" and an arrow indicating the direction to open. The housing of traveling -nut type actuators shall be fitted with a removable cover which shall permit inspection and maintenance of the (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15101 (15388 ) -3- ......... ._ ... _ ... operating mechanism without removing the actuator from the valve. Travel limiting devices shall be provided inside the actuator for the open and closed positions. Travel limiting stop nuts or collars installed on the reach rod of traveling -nut type operating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The use of stop nuts or adjustable shaft collars which rely on clamping force or setscrews to prevent rotation of the nut or collar on the reach rod will not be acceptable. The valve and actuator shall be designed so that shaft seal leakage cannot enter the actuator housing. 5.01.01. Wrench Nuts. Wrench nuts shall be provided on all buried valves. Unless otherwise directed by the Owner, all wrench nuts shall comply with Section 3.16 of AWWA C500. Not less than two operating keys shall be furnished for operation of the wrench nut operated valves. 6. EXTENSION STEMS. Extension stems shall be furnished and installed where specified, indicated on the drawings, or otherwise required for proper valve operation. Extension stems shall be of solid steel and shall be not smaller in diameter than the stem of the valve actuator shaft. Extension stems shall be connected to the valve actuator by means of a Lovejoy "Type B" single universal joint with grease -filled protective boot. All stem connections shall be pinned. Extension stems shall be provided for buried valves when the valve actuator is 4 feet or more below finished grade. Each extension stem for a buried valve shall extend to within 6 inches of the ground surface, shall be provided with spacers which will center the stem in the valve box, and shall be equipped with a wrench nut. 7. VALVE BOXES. Each valve buried to a depth of 4 feet or less shall be provided with a slide type valve box. Valve boxes shall be cast iron. extension sleeve type, suitable for the depth of cover required by the drawings. Not more than one extension will be allowed with each slide type valve box. Valve boxes shall be not less than 5 inches in inside diameter, shall have a minimum thickness at any point of 3/16 inch, and shall be provided with suitable cast iron bases and covers. Each valve buried to a depth greater than 4 feet shall be provided with a valve box consisting of a cast iron cover and a 6 inch cast iron pipe section. The cover shall be a Clay & Bailey "No. 2193" or Tyler "Series 6890-A". The pipe shaft shall be sized to extend from the valve to 5 inches inside the valve box cover. All parts of valve boxes, bases, and covers shall be shop coated by dipping in asphalt varnish. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15101 (15388 ) -4- . .....__....................... ...... ....... ....... ... . Valves and valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves with the top of the box brought flush with the finished grade. After being placed in proper position, t earth shall be filled in around each valve box and thoroughly tamped on each side of the box. 8. BUTTERFLY VALVE SCHEDULE. Minimum Actuator Type of AWWA Type of Torque Size Quantity Installation Class(1) Actuator Capability(2) inches inch -pounds 42 7 Buried 150E-F Wrench Nut 100,013 36 1 Buried 150B-F Wrench Nut 63,658 24 1 Buried 150B-F Wrench Nut 21,369 (1) Suffix letters define valve ends as follows: F - Flanged (2) The manufacturer's rated torque capacity for each butterfly valve actuator shall be at least equal to the actuator torque capability specified herein. If valves with an AWWA class designation higher than listed above are furnished, actuator torque capabilities shall be increased accordingly and to the satisfaction of the Engineer. 9. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the valves and their appurtenances shall be submitted in accord- ance with the submittals section. Submittal drawings shall clearly indi- cate the origin of all cast gray iron and ductile iron valve components obtained in either finished or unfinished condition from manufacturing facilities outside the United States. When requested by the Engineer, certified copies of physical and chemical test results shall be submitted for the materials of construction of valve components manufactured outside the United States. Certified copies of the results of all tests as required by Section 3.8 and Section 5 of ANSIJAWWA C504, together with an affidavit of compliance as indicated in Section 1.7, shall be furnished to the Engineer before the valves are shipped. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15101 (15388 } -5- Section 15104 - RESILIENT -SEATED GATE VALVES 1. SCOPE. This section covers resilient -seated AWWA gate valves for water service as indicated in the Gate Valve Schedule included herein. 2. GENERAL. 2.01. Governing Standard. Except as modified or supplemented herein, all resilient -seated gate valves, including operators, shall conform to the applicable requirements of AWWA C509. 2.02. General Equipment Stipulations. The General Equipment Stipulations shall apply to all equipment furnished under this section. 2.03. Temporary Number Plates. Each gate valve shall be factory tagged or marked in such a manner as to identify the valve by number. 2.04. Shop Coating. All interior and exterior ferrous metal surfaces. except bearing surfaces and stainless steel components, shall be shop coated with a fusion -bonded epoxy coating conforming to AWWA C550. Coating on interior surfaces of each valve shall be holiday tested in accordance with Sec. 4 of AWWA C550 and shall be electrically void free. 3. MATERIALS. 3.01. Bronze Components. All wetted bronze valve components shall be fabricated of low -zinc bronze. All wetted aluminum bronze components shall be heat treated to inhibit dealuminization in accordance with Sec. 2.2 of AWWA C504. 3.02. Gaskets. Gasket material shall be sheet paper or elastomer free from corrosive ingredients. 4. VALVE CONSTRUCTION. 4.01. Flanges. Flanges shall be finished to true plane surfaces within a tolerance limit of 0.005 inch. The finished face shall be normal to the longitudinal valve axis within a maximum angular variation tolerance of 0.200 inch per foot of flange diameter. 4.02. Stem Seals. Gate valves with rising stems shall be provided with stuffing box stem seals. All valves with nonrising stems and all buried valves small be provided with O-ring stem seals. 4.03. Rotation. The direction of rotation of the handwheel or wrench nut to open the valve shall be to the left (counterclockwise). (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 15104 (15388 ) -1-' i� 5. RISER PIPE. Each valve shall be provided with a 6 inch bell and spigot vitrified clay riser pipe with a clay stopper on top. The vitrified clay pipe shall be standard strength in accordance to ASTM C700. The riser pipe shall be set plumb. Each riser pipe shall be placed directly over the valve it serves with the top of the riser pipe brought flush with the finished grade. After being placed in proper position, earth fill shall be placed around each riser pipe and thoroughly tamped on all sides. 6. INSTALLATION. Valves shall be handled and installed in accordance with the recommendations set forth in the Appendix to AWWA C509 and the recommen- dations of the manufacturer. 7. GATE VALVE SCHEDULE. Max Pressure Differential Type of Size Quantity Service Across Valve Ends Stem Operator (inch) (psi) 6 12 Irrigation 75 MJ NRS WN Line Abbreviations used in the Gate Valve Schedule are as follows: F - Flanged ends Mi - Mechanical joint ends NRS - Nonrising stem OS&Y - Outside screw and yoke WN - Wrench nut HW - Handwheel 8. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the valves and their appurtenances shall, be submitted in accordance with the submittals section. All valves shall be tested in accordance with Section 6 of AWWA C509. Certified copies of the results of all tests, together with an affidavit of compliance as indicated in Sec. 1.5, shall be furnished to the Engineer before the valves are shipped. p, (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15104 (15388 ) -2- Section 15112 - SLUICE GATES 1. SCOPE. This section covers sluice gates and actuators. Each sluice gate shall be furnished complete with wall thimble, frame, operating stem, stem guides, actuator, anchor bolts, and appurtenances. 2. GENERAL. Equipment provided under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by the Engineers -Architects. The gates and actuators shall be furnished with all necessary parts and accessories indicated on the drawings, specified, or otherwise required for a complete, properly operating installation and shall be the latest standard product of a manufacturer regularly engaged in the production of sluice gates. 2.01. Governing Standard. Except as modified or supplemented herein, sluice gates and manual actuators shall conform to the applicable requirements of AWWA C501. 2.02. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to the equipment furnished under this section. 2.03. Anchor Bolts. Anchor bolts, nuts, and washers shall be Type 316 stainless steel and shall conform to the requirements of the anchor bolts and expansion anchors section. Bolts and nuts shall be of sufficient different hardness to prevent galling. 2.04. Shop Painting. All iron and steel surfaces, except machined surfaces, which will be fully or partially submerged shall be shop painted with coal tar paint. The shop coating shall have a dry film thickness of at least 6 mils. All other iron and steel surfaces, except stainless steel and machined surfaces, shall be shop painted as specified in the General Equipment Stipulations. 2.05. Minimum Metal Thickness. Where so indicated in the governing standard, the design safety factors stipulated with regard to tensile, compressive, and shear strength of materials used shall be observed. In addition, unless otherwise permitted by the Engineers -Architects, all portions of submerged cast iron components of each gate, exclusive of wall thimbles and stem guide wall brackets, shall have a metal thickness of not less than 3/4 inch. 3. SERVICE CONDITIONS. The sluice gates will be used in the Transfer` Structure for shut-off service and will be submerged in secondary treated 3. wastewater. .,. (LUBBOCK, TEXAS ) € is (TERMINAL STORAGE RESERVOIR) { (CONTRACT 1 ) 15112 (15388 ) -1- �' 1 Stems shall be of sufficient size to withstand, without damage or perma- nent distortion, the tensile and compressive stresses resulting from the application of 250 foot-pounds of torque on the pinion shaft of geared actuator by means of a crank or handwheel. Contact surfaces of stem, threads shall be rolled or machined and polished to a 63 microinch finish, or smoother. 7. MANUAL ACTUATOR. 7.01. General Requirements. Manual actuators of the type listed in the Sluice Gate Schedule shall be provided by the sluice gate manufacturer. All bearings and gears shall be totally enclosed in a weathertight housing having a sufficient number of fittings to permit periodic lubrication of all internal moving components without partial or total disassembly of the mechanism. The pinion shaft of crank -operated mechanisms shall be supported b roller bearings or needle bearings. 1 . FP y $ g Manual actuators shall be designed to operate the gate under the maximum specified seating and unseating heads by not more than a 40 pound effort on the crank or handwheel and shall be able to withstand, without damage, an eff,grt of 200 pounds. 7.`02. Floorstand. Floorstands shall be designed to transfer operating thrusto to the supporting stucture. The floorstand shall be designed to position the crank approximately 36 inches above the supporting surface, or adjacent operating floor or platform. 7.03. Stem Cover. Unless otherwise specified, each rising stem manual actuator shall be provided with a stem cover. The stem cover shall be constructed of transparent plastic pipe and shall be furnished with removable end cap, condensation vents, and a clear mylar position indicating tape. The marking tape shall be adhesive backed and shall be permanently marked and calibrated in feet and inches. The tape shall be field applied to the stem cover after the gate has been installed and positioned so that the height of the slide above the fully closed position will be indicated by reference to the top of the stem. The stem cover shall be threaded for connecting it to the actuator. 8. INSTALLATION. Each sluice gate and appurtenances shall be handled and installed in accordance with the manufacturer's recommendations. Wall thimbles shall be accurately positioned and supported to prevent shifting during placement of surrounding concrete. Sluice gates shall be carefully installed and adjusted for proper operation. Care shall be taken to avoid warping the gate frame and to maintain tolerances between seating faces. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 } 15112 -, (15388 ) -4- Actuators shall be accurately set and plumbed and shall be in proper alignment with the gate and stem before the actuator is grouted in place. The operating stem shall be installed in proper alignment and shall not bind in the lift nut or stem guides. The threaded portion of the plastic stem cover shall be wrapped in at least two layers of teflon thread tape immediately prior to installation of the cover on the actuator. All bolts shall be tightened and all items requiring lubrication shall be lubricated. Anti -seize thread lubricant shall be liberally applied to the threaded portion of stainless steel anchor bolts during installation and tightening of nuts. Excess lubricant shall be thoroughly removed following final tightening. Following the completion of the sluice gate installation, each gate shall be operated through at least two complete open -close cycles, readjusted and reoperated as necessary, and left in a condition acceptable to the Engineer. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15112 (15388 ) -5- J. ......... ...... 9. SLUICE GATE SCHEDULE. Gate (4) (8) Center (3) Frame Type of (1) Nominal Maximum/Operating Line Operating Wall Type (5) (6) (7) Stem Quan- Loca- (2) Size Head, ft of Water Eleva- Floor Thimble and Type of Type of Type of Opera- tity tion Service Dia..in. Seating Unseating tion Elevation Type Shape Closure Actuator Mounting tion 2 TS 50 42 40/40 40140 3163.75 3205.50 FC FLR cc CGFS DCNSC RS. 9.01. Abbreviations. Abbreviations used in the Sluice Gate Schedule are defined as follows: (1) Location abbreviation is as follows: TS - Transfer Structure (2) Service abbreviation is as follows: SO - Shutoff, gate will normally be fully open or closed (3) Wall thimble abbreviations are as follows: .4 ECSP - "E" shape, circular, for connection to steel pipe FC - "F" shape, circular (4) Abbreviation for frame type and shape is as follows: FLR - Flanged, rectangular (S) Closure abbreviation is as follows: cc - Conventional closure (6) Abbreviation for type of actuator is as follows: CGFS - Crank -operated, geared, concentric floorstand (7) Abbreviation for type of mounting is as follows: DCNSC- Downward closing, non -self-contained (8) Abbreviation for type of stem operation is as follows: RS - Rising stem 10. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the sluice gate, actuator, and appurtenances shall be submitted in accordance with the submittals section.IJ _f t (LUBBOCK, TEXAS )` (TERMINAL STORAGE RESERVOIR)___ (CONTRACT 1 ) 15112 (15388 ) -7- °' 4. PERFORMANCE AND DESIGN REQUIREMENTS. Each sluice gate, actuator, and appurtenances shall, be designed for the conditions and requirements listed in the Sluice Gate Schedule. 5. MATERIALS. Copper alloys susceptible to either dezincification or dealuminization, as set forth in Section 2.3 of AWWA C501, shall not be used for wetted gate components. Materials of construction shall be as follows: Wall Thimble, Gate Frame, Cast iron, ASTM A126, Class B, Slide, Side Guides, Stem or ASTM A48, Class 30. Guides, and Reinforcing Members Seating Faces Phosphor bronze, ASTM B139, Wedges Adjusting Bolt and Locknut Operating Stems and Couplings Stem Guide Liners Manual Actuator Gear and Bearing Housing, and Floorstand Gears Lift Nut (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) (15388 ) 15112 "2- CA 521. CA 524, or CA 544; or silicon bronze, ASTM B98, CA 651 or CA 655. Silicon bronze, ASTM B584, CA 872. Silicon bronze, ASTM B98, CA 655; or stainless steel, ASTM A276, Type 302 or 304. Silicon bronze, ASTM B98, CA 655; or stainless steel, ASTM A276, Type 302 or 304, or ASTM A582, Type 303. Silicon bronze, ASTM B98, CA 651 or CA 655; or phosphor bronze, ASTM BI39, CA 521, CA 524, or CA 544. Cast iron, ASTM A126, Class B, or ASTM A48, Class 30. Aluminum bronze, ASTM B148, CA 952, CA 954, or CA 958; manganese bronze, ASTM B584, CA 865 or CA 867; or carbon steel, AISI 8620 or 4140. Manganese bronze, ASTM B584, CA 865 or CA 867; or silicon bronze, ASTM B584, CA 872. t Stem Covers Transparent butyrate plastic pipe. Assembly Fasteners Coal Tar Paint Medium Consistency Grout 6. CONSTRUCTION. Silicon bronze, ASTM 898, CA 651 or CA 655; or stainless steel, ASTM A276, Type 302 or 304, or ASTM A582, Type 303. Koppers "Bitumastic Super Service Black", Tnemec "46-449 Heavy Duty Black", or Valspar "High -Build Bituminous Coating 35-J-10". As specified in the grout section. 6.01. Wall Thimble. Wall thimbles shall be furnished by the gate manufacturer. The type of wall thimble shall be as listed in the Sluice Gate Schedule. The length of the wall thimble shall be as indicated on the drawings. 6.02. Frame. Gate frames shall be of the configuration listed in the Sluice Gate Schedule. All joint surfaces and bearing areas shall be machined. Accurately machined dovetail grooves shall be provided in the frame face to retain seating faces. 6.03. Slides. Slides shall be one-piece construction with accurately machined dovetail grooves in the back face to retain seating faces. The slide of each rising stem gate shall be provided with a socket to receive the stem thrust nut. The socket shall be constructed so that the thrust nut can be secured to the stem after the stem has been screwed into the nut. 6.04. Wedges. Adjustable wedges shall be provided on the each slide. The number of wedges shall be as recommended by the gate manufacturer, except that not less than two side wedges shall be provided on each side of the gate. Side wedge systems utilizing adjustable wedges mounted on the guides will not be acceptable. 6.05. Seating Faces. Seating faces shall fill and permanently lock into finished dovetail grooves on the slide and frame. Seating faces shall be pressed or expanded into the grooves. 6.06. Operating Stems. Each sluice gate shall be provided with an operating stem of the type listed in the Sluice Gate Schedule. (LUBBOCK, TEXAS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15112 (15388 ) -3- I.., Section 15115 - FLAP GATE 33?9-11 k 1. SCOPE. This section covers the double pivot flap gate, anchor bolts, and appurtenances. r 2. GENERAL. Equipment provided under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full con- formity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer unless exceptions are noted by the Engineer. 2.01. General Equipment Stipulations. The General Equipment Stipula- tions shall apply to the equipment furnished under this section. 2.02. Anchor Bolts. Anchor bolts, nuts, and washers shall be stainless steel and shall comply with the requirements of the anchor bolts and expansion anchors section. 2.03. Shov Painting. All iron and steel surfaces, except machined surfaces which will be fully or partially submerged, shall be shop painted with coal tar paint. The shop coating shall have a dry film thickness of at least 6 mils. All other iron and steel surfaces, except stainless steel and machined surfaces, shall be shop painted as specified in the General Equipment Stipulations. 3. SERVICE CONDITIONS. The flap gate, located in the transfer structure, will prevent the secondary treated wastewater from completely draining out of the suction cell and will allow the wastewater to drain into the suction cell from the main reservoir. 4. PERFORMANCE AND DESIGN REQUIREMENTS. The flap gate shall be designed for the following conditions and requirements: Opening shape square Nominal opening size, inches 36 Max seating head, feet of water 12 Center line elevation 3163.50 Type of mounting concrete wall Type of seats metallic The gate shall be designed to automatically open whenever the unseating head exceeds the seating head by 0.30 foot or less, and to automatically close whenever the seating head exceeds the unseating head. (LUBBOCK, TEXAS } {TERMINAL STORAGE RESERVOIR} (CONTRACT 1 } 15115 . (15388 ) -1- 5. MATERIALS. Gate Body and Cover Hinge Arms Hinge Pins Hinge Pin Bushings Adjusting Bolts and Locknuts Metallic Seats Assembly Fasteners Thread Lubricant Coal Tar Paint Medium Consistency Cast iron. Ductile iron or bronze. Silicon bronze or AISI Type 304 stainless steel.. Bronze or teflon. Bronze or AISI Type 304 stainless steel. Bronze or stainless steel. Silicon bronze or stainless steel. Jet -Lobe "Nikal", John Crane "Thred Gard Nickel", Never -Seen "Pure Nickel Special", or Permatex "NickelAnti-Seize". Koppers "Bitumastic Super Service Black", Tnemec 046-449 Heavy Duty Black", or Valspar "High -Build Bituminous Coating 35-J-100. Nonshrinking Grout As specified in the grout section. 6. CONSTRUCTION., 6.01. Body. The body of the flap gate shall be heavy pattern cast construction. All joint surfaces and bearing areas shall be machined. All pivots shall be bushed and provided with suitable fittings to permit periodic lubrication of each pivot pin and bushing. An accurately machined slot or dovetailed groove shall be provided to retain the seat. 6.02. Cover. The gate cover shall be heavy pattern cast construction adequately reinforced to withstand the maximum specified seating head without distortion. Unless otherwise specified, the cover shall have an accurately machined slot or dovetailed groove to retain the seat. 6.03. Seats. Metallic seats shall fill the finished grooves provided and shall be pressed or suitably expanded into the grooves in a manner which will ensure that the seats will remain in place and free from distortion during the life of the gate. Seat faces shall be machined to a 63 microinch finish or better.. (LUBBOCK, TMS ) (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15115 (15388 ) -2- 6.04. Hinge Arms. Hinge arms shall be heavy pattern cast construction with two pivot joints per arm, an adjustable lower pivot with limited rotation, and an adjustable upper hinge post or lug arrangement to permit adjustment of gate opening sensitivity to unseating heads. 7. INSTALLATION. The flap gate and appurtenances shall be handled and installed in accordance with the manufacturer's recommendations. The flap gate shall be carefully installed and adjusted for proper operation without binding. Care shall be taken to avoid warping the gate body and to ensure uniform contact of seat faces when the cover is in the closed position. All bolts shall be properly tightened, and all pivot pins shall be lubricated. Thread lubricant shall be liberally applied to the male threads of stainless steel anchor bolts and fasteners during assembly and tightening to prevent galling. Gates specified to be mounted directly on the vertical face of concrete walls shall be adjusted and grouted in place with nonshrinking grout in accordance with the manufacturer's recommendation. 8. DRAWINGS AND DATA. Complete drawings, details, and specifications covering the gate and appurtenances shall be submitted in accordance with the submittals section. (LUBBOCK, TEXAS } (TERMINAL STORAGE RESERVOIR) (CONTRACT 1 ) 15115 (15388 ) -3- APPENDIX GEOTECHNICAL INVESTIGATION THESE REPORTS ARE FOR REFERENCE ONLY AND ARE NOT A PART OF THE CONTRACT DOCUMENTS SOUTHWESTERN LABORATOAtES GEOTECHNICAL INVESTIGATION FOR TERMINAL STORAGE RESERVOIR LUBBOCK, TEXAS Prepared For Black & Veatch, Engineers - Architects 5728 LBJ Freeway, Suite 300 Dallas, Texas 75240 October 17, 1989 SWL Report No. 89-308 SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES � ,Ivy ��. Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services _ 2575 Lone Star Orive • P. 0. Box 224227, Oslles, Texas 75222 0 214/631-2700 ; October 17, 1989 , Black & Veatch, Engineers -- Architects 5728 LBJ Freeway, Suite 300 Dallas, Texas 75240 Attention: Mr. Robert G. McCollum, P.E. Re: Geotechnical Investigation Terminal Storage Reservoir Lubbock, Texas (B&V Project 15388.201; SwL Report No. 89-308) Gentlemen: Southwestern Laboratories (SwL) has completed the geotechnical exploration and laboratory testing for the referenced project. This work was performed in accordance with our proposal dated April 3, 1989 and your authorization letter dated April 4, 1989. The supplemental report to the draft copy of this report is included in Appendix D for easy reference. SwL appreciates the opportunity to be of service to Black & Veatch (B&V) on this project. If you have any questions about information in this report, or if we can be any further assistance, please call our office. Sincerely, = �-�Y .....� A SOUTHWESTERN LABORATORIES INC.' 1' ?a ERUCE SX EY . 54349 Bruce Bailey, Ph ` D. , P.E. jr�t�+�rs��?•'� Geotecbnical Divisian 'CLONAL :- Ralph B. Barnes, r., E. Manager A - ..:: Geotechnical Divi on �. f.........�: �;I...:. BB:RBB:em !t� %�IONAL j..... HOUSTON • C]ALLAS 8 AUSTIN • BEAUMONT • CONROE • GALVESTON COUNTY 0 Rlo GRANGE VALLEY • ALEXANDRIA SAN ANTONIO 0 PORT WORTH 0 L.EESVILLE 0 MIDLAND 0 MONROE 0 SI-IREVEPORT • TEXARKANA 0 SI" IERMAN SOUTHWESTERN LABORATORIES Black & Veatch, Engineers - Architects October 23, 1989 Page two We trust this information will be of benefit. If you have any further questions about information in this report, or if we can be of any further assistance, please call our office. Sincerely, SOUTHWESTERN LABORATORIES, INC. Bruce Bailey, Ph.D. E. Geotechnical Division R� 1ph"lr Barnes , Uion Manager Geotechnical Divi BB/RBB:pa r- e XWL SOUTHWESTERN LABORATORIES Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 Lone Star 0Hve 0 P. 0. Box 224227, Dallas, Taxes 75222 • 214/631-2700 October 23, 1989 Black & Veatch, Engineers - Architects 5728 LBJ Freewav, Suite 300 Dallas, Texas 75240 Attention: Mr. Robert G. McCollum, P.E. Re: Supplemental Report Geotechnical Investigation Terminal Storage Reservoir Lubbock, Texas (B&V Project 15388.201; SwL Report No. 89-308) Gentlemen: SwL understands that, in the interest of project economy, the possibility of using 3H:1V exterior slopes is being considered, rather than the originally envisioned 4H:1V exterior slopes, as included in our getotechnical report for this project (final report dated October 17, 1989). A review of our' slope stability analysis results indicates that the proposed 3H:1V exterior berm slopes should exhibit acceptable factors of safety, based on the assumption that the liner materials will function to satisfactorily limit any reservoir seepage from devloping in the vicinity of exterior slopes. HOUSTON 0 OALLAS • AUSTIN • BEAUMONT • CONROE • GALVESTON COUNTY • RIO GRANDE VALLEY * ALEXANDRIA SAN ANTONIO 0 FORT WORTH 0 L.EESVILL.E 0 MIDLAND 0 MONROE 0 SHREVEPORT 0 TEXARKANA 0 SHERMAN SOUTHWESTERN LABORATORtES TABLE OF CONTENTS Page 1.0 Introduction 1 1.1 Project Description 1 1.2 Purpose of Study 4 2.0 General Subsurface Conditions 5 2.1 Regional and Site Geology 5 2.2 Soil Conditions 8 2.3 Groundwater Conditions 10 3.0 Analyses and Recommendations 11 3.1 Preliminary Recommendations, Pump Station Structures 11 3.2 Piping 14 3.3 Embankments and Slopes 15 3.3.1 Material Types and Zoning 15 3.3.2 Slope Stability 16 3.3.3 Estimated Berm Settlements 19 3.4 Reservoir Lining and Slope Protection 20 3.5 Seismic Design Considerations 26 3.6 Construction Recommendations 26 3.6.1 Material Excavation 27 3.6.2 Stripping and Existing Grade Preparation 27 3.6.3 Fill Placement and Compaction 28 3.6.4 Foundation Excavations 30 3.7 Trench Safety Consideration 31 4.0 Limitations and Reproductions 32 5.0 References 34 SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORiFS TABLE OF CONTENTS Page Appendix A: Text Figures Figure No. page 1 Site Vicinity Map A-1 2 Regional Geologic Section Near Site A-2 3 Boring and Test Pit Location Diagram A-3 4 Generalized Subsurface Stratigraphy, North and East Sides A-4 5 Generalized Subsurface Stratigraphy, South and West Sides A-5 6 Results of Slope Stability Analyses, Section A (Figure 3 ) A-6 7 Results of Slope Stability Analyses, Section B (Figure 3) A-7 8 Range of Grain -Size Distribution, On -Site Cover Sands A-8 Appendix B: Field Exploration Program Field Procedures B-1 Boring Logs B-4 Test Pit Logs B-20 Appendix C: Laboratory Testing Program Laboratory Testing Procedures C-1 Summary of Tests C-3 Grain Size Distribution Curves C-7 Consolidation Tests C-41 Swell Test C-43 Compaction Tests C-44 Triaxial Tests C-47 Table Cl: Summary of Fixed -Wall Permeability Test Results Flexible -Wall Permeability Tests Carbonate Content Tests Loss -On -Ignition Tests Organic Impurities Test Results Appendix D: Supplemental Report (Dated September 7, 1989) SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES ki GEOTECHNICAL INVESTIGATION TERMINAL STORAGE RESERVOIR LUBBOCK, TEXAS 1.0 INTRODUCTION The City of Lubbock, Texas is planning to construct a wastewater terminal reservoir approximately three miles east of Lubbock, Texas, as shown in Figure 1. (All text figures are in Appendix A.) 1.1 Project Description The terminal storage reservoir will be constructed with earthen berm dikes with overall dike centerline plan dimensions of approximately 1,400 by 2,100 feet. The existing ground surface at the site slopes downward from the northwest corner near El 3189 to the southeast corner near E1 3173. The bottom of the reservoir will be located near E1 3174 and the top of the berm will be established near El 3209. At the northwest corner, this will require a cut of approximately 15 feet to reach the bottom of the reservoir and a berm fill of approximately iOUTHWESTERN LABORATORIES : SOUTHWESTERN LABORATORIES 20 feet. At the southeast corner, little cutting will be required and the berm €ill will extend to a height of approximately 36 feet. Intermediate combinations of cuts and fills will be required at other points along the berm. It is planned to use excavated on -site soils to construct the berms. For preliminary design, interior berm slopes of 3 horizontal to 1 vertical (3H:1V) and .i exterior slopes of 4H:1V have been proposed. i The terminal reservoir will serve to temporarily store secondary treated municipal wastewater during peak flows. It is anticipated that the reservoir will be full for periods of 2 to 3 months and will be at least partially filled most of the time. An overflow spillway will be located in one side of the reservoir. Depending on the permeability of the exposed natural materials, the need for lining the reservoir is anticipated to minimize exfiltration. The need for slope protection is anticipated for exposed berm surfaces.__ At the time of this writing, a liner consisting of a# one -foot thick, compacted, soil-bentonite liner covered by an additional one -foot thick compacted soil protective layer is being considered for the bottom of the :i SOUTHWESTERN LABORATORIES SOUTHWESTERN LABORATORIES reservoir. A soil -cement slope protection cover will be placed over the inside berm slopes. This layer will be placed in horizontal lifts to provide a thickness of at least two feet measured normal to the slope. The one -foot thick soil-bentonite layer will be extended up the slopes, beneath the soil -cement cover, to the normal reservoir elevation. Other alternates for slope protection and lining may be considered further. It is SwL's understanding that the reservoir will be :.operated such that there typically will always be at ...least one foot of water at the bottom to prevent drying of the bottom liner. It is also our understanding that the rate of lowering of the reservoir will typically not exceed about 0.5 feet per day, a rate that likely will not result in a sudden drawdown condition for the inside slopes. An effluent pump station will be located inside of the reservoir in the vicinity of the southwest corner. Based on available information, this reinforced concrete structure will house pumps with a lowest elevation estimated to be near E1 3168. An overall height of up to 35 feet is estimated for this structure. A transfer pump LABORATORIES SOUTHWESTERN LA80RATORIES station to pump from large to small cells and an irrigation pump station are also anticipated. Miscellaneous piping will be included within and around the reservoir area. The piping is anticipated to be installed at depths of 4 to 8 feet below grade. 1.2 Purpose of Study The purposes of this study were to; 1) perform exploration of the subsurface conditions within the project limits, 2) evaluate the pertinent engineering properties of these materials, and 3) provide geotechnical recommendations and consultation for project design. LABORATORIES SOUTHWESTERN LABORATORIES dissolution of Permian salt beds has resulted in regional subsidence with formation of surface collapse depressions, sinkholes, fractures, faults and similar features. Most of these features have been w reportede 11 north of the project site (Refs. 4, 5, 6). Observations .n by SwL's field geologist during the field drilling program did not indicate the presence of collapse types of features in the vicinity of the site. The Ogallala Formation is a regional aquifer which L.: extends to the north across several states. Water table conditions prevail throughout the aquifer and the water table elevation approximately parallels the ground surface (gradient from northwest to southeast). The elevation of the Ogallala water table in the vicinity of the project site is estimated to be near El 3080 (winter, 1978) or approximately 100 feet below the ground surface (Ref. 7). The aquifer is believed to be recharged by direct precipitation, riverbeds, playa lakes, or a 5 combination of these. Most of the groundwater flow ' undoubtedly occurs through the deeper sands and gravels near the bottom of the formation. Hydraulic conductivity values on the order of 10-2 centimeters per second have been estimated for the aquifer in the vicinity of the site with a typical groundwater flow velocity on the order of 18 centimeters per day. SOUTHWESTERN LABORATORIES :SOUTHWESTERN LABORATORIES I A total dissolved solids content on the order of 800 to 1000 milligrams per liter is estimated for Ogallala ^' groundwater in the Lubbock area. 2.2 Soil Conditions' The subsurface conditions at the project site were investigated by drilling 16 soil test borings and excavating 4 test pits at locations shown in Figure 3. 4 €� Field drilling and sampling procedures are described in Appendix B along with boring and test pit logs. Representative soil samples from the test borings were selected for laboratory testing to evaluate their engineering properties. Test procedures and results of g g these tests are included in Appendix C. A The surf icial soils found in all of the test borings and test pits to depths of 1.5 to 5 feet typically consisted- of brown to reddish brown fine clayey sand in a very E loose to medium dense condition. This soil was classified as SC according to the Unified Soil Classification System (USCS) based on laboratory test results and visual observation of the soil samples. At some locations, the surficial soils contained higher silt, a� or clay contents and classified as SC-SM or CL. These soils were identified as eolian cover sands. SOUTHWESTERN LABORATORIES 9 SOUTHWESTERN LABORATORIES 1 In several of the borings, Borings B-5, B-6, B-7, B-8, B-9, and B-10, the surficial sands were underlain by a brown to tan and brown mottled sandy clay, classified as CL, to depths of 9 to 20 feet. This clay was typically stiff to hard in consistency with unconfined compressive strengths of almost 1,200 to over 5,000 pounds per square foot and plasticity indexes of 7 to 23. Results of swell and consolidation tests indicate that these clays are not expansive. Various percentages of calcareous materials were observed in these clays which thus exhibited caiiche-like characteristics at some locations. At greater depths in these borings and beneath the cover sands at shallower depths in the remaining borings, reddish brown to tan to pink sandy clays to clayey sands (CL to SC) were encountered, typically to the bottom of each boring at depths of 25. to 35.5 feet. This stratum was identified as caiiche on the basis of its color, the presence of abundant visible calcite cementing, and the generally medium dense to dense condition indicated by Standard Penetration Resistance (N-values) of 15 to over 30 blows per foot. At several locations, the shallower caliche materials were found to be in a loose condition with occasional N-values of 7 to 9 blows per foot. Occasional layers of dense reddish brown fine clayey sand L a 9 3 SOUTHWESTERN LABORATORIES SOUTHWESTERN LASORATORIES (SC) or reddish brown sandy clay (CL) were found below or within the caliche stratum. The soils at greater depths in many of the borings were indicated to be in a denser or more cemented condition with several N-values exceeding 50 blows per foot. These soils are believed to represent the upper portion of the Ogallala Formation. Additional details regarding the strata encountered or engineering properties of these materials are included on the boring logs in Appendix B and on the test results sheets in Appendix C. Typical subsurface conditions are also depicted in the generalized stratigraphy profiles around the perimeter, shown in Figures 4 and 5. 2.3 Groundwater Conditions No groundwater was observed in any of the test borings during or at completion of .drilling. Temporary slotted PVC observation wells were installed in four of the test borings (Borings B-1, B-4, B-13 and B-16 at the corners of the reservoir) to permit groundwater observations to be made during the course -of the field operations. These wells were observed to be dry 48 hours after drilling was completed. �s f SOUTHWESTERN LABORATOMES t i { SOUTHWESTERN LABORATORIES 3.0 ANALYSES AND RECOMMENDATIONS The above information regarding the project and the subsurface conditions encountered were evaluated to develop the design and construction recommendations presented in this report section. 3.1 Preliminary Recommendations, Pump Station = structures 3 The location and plan geometry of the effluent pump station have not been determined at the time of this dwriting. However, it is understood that this structure will be located inside the reservoir in the vicinity of the southwest corner. Based on the soil conditions disclosed in Borings B-11 through B-14, the most suitable bearing material for a shallow spread footing or mat -type foundation would consist of the medium dense to dense sandy clay to clayey sand caliche, below any looser materials, found below depths/elevations summarized in Table 1. B ° Table 1: Recommended Bearing Depth/Elevation, Effluent Pump Station Boring No. Recommended Bearing Depth/Elevation. feet B-11 9/3171.5 B-12 3/3178.5 B-13 4/3172.5 B-14 7/3170.5 i a SOUTHWESTERN LABORATORIES =50UT„WESTERN LABORATORIES d The anticipated bearing elevation for the effluent pump> station, E1 3168, is below the above highest bearing levels and is well into the recommended bearing stratum. An allowable soil bearing pressure of up to 5,000 pounds per square foot is recommended for the design of mat -type or spread footings bearing in firm undisturbed natural caliche materials at or below the depths and elevations 'r in Table 1. All foundation elements should be situated at least 2 feet below final exterior grade at the structure locations. In addition, spread footings, if used, should have a minimum plan dimension of 3 feet. The above recommended allowable soil bearing pressure includes a bearing capacity safety factor of 3 or higher. Foundation settlements will depend on the T average foundation contact pressure, the plan geometry of . e the foundation, and the actual location of the structure. In general, it is anticipated that foundations designed using the above recommended allowable bearing pressures and depths will experience only limited settlements, on the order of one inch or€ less. The locations of the irrigation and transfer pump stations are not known at the time of this writing. In U, SOUTHWESTERN LABORATORIES a SOUTHWESTERN LABORATORFES 5 general, the above recommendations for the effluent pump station can serve as guidelines for foundation slabs bearing in natural caliche materials. For foundations bearing in the stiff to hard clays beneath the cover sand (found in Borings B-5 through B-10) or in well -compacted (controlled) engineered fill composed of on -site soils, -` allowable bearing pressures of up to 2,500 pounds per ^' square foot can be considered for preliminary design purposes. After the structure locations, bearing depths and related information are established for each of the pump station structures, it is recommended that the bearing pressures and settlement estimates be reviewed by this office. v, It is SwL's understanding that vertical walls for pump station structures may extend below final grades for a distance of approximately 5 to 10 feet at some . locations. If backfill for these walls will support a i+ liner or if the backfill is located within compacted fill areas for the berms, then it is assumed that the backfill itself will need to be compacted to reduce surface .' settlements. Lateral earth pressures exerted by the backfill on below -grade walls will depend on the backfill M t .,. SOUTHWESTERN LABORATORIES: g'} SOUTHWESTERN LASORATOAIES type, assumed groundwater levels, weight of compaction equipment, and other factors. Recommended equivalent fluid pressures for use in design for two compacted backfill types, compacted with light equipment, are summarized in Table 2. Table 2: Recommended Equivalent Fluid Pressures for Design of Below Grade Walls Backfill__ Tvpe Imported Clean Granular Fill (i.e.: concrete sand) on -Site Soils (i.e.: fine clayey sand, sandy clay) 3.2 Pipin Recommended Equivalent Fluid Pressures. nsf/ft death Above Below Water Water Table Table 40 80 so 100 It is recommended that all yard piping be supported on firm undisturbed natural soils or on well -compacted fill. The piping should be designed to accommodate the anticipated earth loads consistent with the bedding and trench conditions. All trench backfill should be mechanically compacted to the recommended minimum dry densities as discussed in Section 3.5. In areas where the piping passes beneath the berms or other critical elements, care should be exercised to minimize the SOUTAVVESTERN LABOAMORIES potential for unwanted seepage through the piping backf ill. This may require the use of seepage collars, clay plugs, or other means at critical locations. 3.3 Embankments and Slopes Analyses and recommendations for the proposed cut slopes and berm embankments required for the reservoir are included in the following paragraphs. 3.3.1 Material Types and Zoning A review of the generalized subsurface profiles, Figures 4 and 5, indicates that three general soil types will be removed from the reservoir excavation and available for berm construction. These include brown fine clayey sand (cover sand, classified as SC and SC--SM), reddish -brown, tan, pink sandy clay to fine clayey sand (caliche, CL, SC), and brown and tan sandy clay (CL). The laboratory permeability tests and classifications for the exposed and recompacted caliche materials indicate the need for a reservoir liner. The cover sand appears to be the most suited on -site soil for -use in a soil -cement mixture, since the carbonate content of this soil appears to be less than for the other soils among other factors. (Liner considerations will be discussed further in Section 3.4.) �§ I SOUTHWESTERNUl80RATORIES _ SOUTHWESTERN LABORATORIES iE Because of the general similarity of the remaining two soil types and because of the varying berm heights in .' combination with soils exposed in cut slopes, there appears to be little advantage in attempting to sort materials for placement in a zoned embankment section. 6` In general, it is recommended that the more clayey soils (tan and brown sandy clays) be placed close to the inside slope surfaces in an attempt to utilize the low -permeability soils (by classification) immediately - beneath the liner and thereby tend to reduce the overall exfiltration from the reservoir. However, over - �x excavation of caliche materials on the inside cut slopes or reservoir bottom to provide for a continuous "plating" of the soils as a sub -liner layer does not appear to be practically warranted. In these areas, it appears more ' feasible to provide a relatively impervious liner for exfiltration control. Therefore, for purposes of 1 analysis and design, it has been assumed that the embankments will be constructed as a homogeneous cross --section. 3.3.2 Slope Stability Two representative berm cross -sections were selected for slope -stability analyses. Section A is located near the northwest corner (Figure 3) which includes a combination 89 B - SOUTHWESTERN LABORATORIES 2 i< t .� SOUTHWESTERN LABORATORIES 2.0 GENERAL SUBSURFACE CONDITIONS The subsurface conditions at the proposed site were investigated by site reconnaissance observations, reviewing available published geological information, by drilling soil test borings, and by excavating test pits with related laboratory tests performed on selected samples obtained from these borings and pits. 2.1 Regional and Site Geology The City of Lubbock and the proposed reservoir site are located within the Southern High Plains physiographic province which is a well-defined, topographically isolated plateau that slopes downward to the southeast. Soils developed in this area typically consist of fine sandy loans. Numerous depressions or playa basins are located in many areas of .the plains region and these basins form ephemeral lakes. The basins are thought to be a result of eolian deflation. In the semi -arid to subhumid climate, large areas have poorly developed drainage systems with intermittent streams or streams with small perennial flow. Numerous playa lakes and basins are present in the vicinity of the reservoir site (Ref. 1). The primary regional drainage feature is the Yellow House Canyon cut by the Double Mountain Fork of LABORATORIES SOUTHWESTERN LABORATORIES i r the Brazos River flowing to the southeast, located approximately one mile southwest of the site. The surface soils consist of Quaternary -Age windblown cover sand. This typically consists of a fine -to I medium -grained, calcareous, silty sand with caliche nodules with a typical thickness of up to 25 feet with locally thinner areas (Ref. 2). The cover sands overlie the Tertiary -Age Ogallala Formation which contains both coarse fluvial conglomerate and sandstone along with fine-grained eolian sand, silt and clay. A resistant caliche layer is typically found near the top of the Ogallala Formation. The caliche r develops as an authigenic accumulation of calcium carbonate resulting from soil -forming processes, precipitation from groundwater, or a combination of these. The caliche forms in layers or zones, locally y cemented, at varying depths. The combined thickness of the Ogallala and Quaternary deposits at the site is estimated to be on the order of 100 feet or so (Ref. 3). A regional geologic cross section near the project site is shown in Figure 2. The Ogallala overlies southeast dipping Cretaceous strata I and deeper Triassic and Permian strata. Regional (j - SOUTHWESTERHLABORATORIES NORTH SIDE ./--EXISTING GROUND H K NG NORTH) (LOOKING NORTH) (LOOKING 5 SURFACE PI PROPOSED RESERVOIR PROPOSED 3190 B-I BOTTOM BOTTOM B-3 L A BR CLAYEY B-4 E 54 SAND w w T PI RO-OR, TAN, PINK SANDY LAY, CLAYEY SAND Y C L Y�y SAND CLAY, (CALICHE I 3170 2 A. > w RD-OR CLAYEY SAND,.'.. SANDY CLAY w RD-OR F. CLAYEY D SANDANN 3150L EAST SIDE (LOOKING EAST) 3190— EXISTING GROUND SURFACE B-4 B-8 PROPOSED RESERVOIR BOTTOM OR. Jr.13-9 CLAYEYs w TAN OR.' SANDY CLAY 2� 3170 RD.OR TAN plx OR. CLAY, F. CLAYEY SAND (CALICHE) > w _j RD-SR F w CLAYEY SAND 31501 I FIGURE 4 HORIZONTAL SCALE. 0 200 400 600 FEET GENERALIZED SUBSURFACE STRATIGRAPHY NORTH a EAST SIDES SWL 89-308 SOUTH SIDE (LOOKING SOUTH) 3180 B-15 B-14 B -16 BR. F, CLAYEY SAND F" R0.-BR., TAN, PINK SANDY W CLAY 6 CLAYEY $AND W U. (rALiCHEI zp 3160 w w 3140L- WEST SIDE (LOOKING WEST) EXISTING GROUND 3190 SURFACE B-1 PROPOSED RESERVOIR BOTTOM B-12TAN OR. e►��sY sprrD . F^ B' I3 9R SANDY w CLAY w U. RD.- SR,, TAN, PINK z 3170 SANDY CLAY, F. p CLAYEY SAND (CALICHE)., > RD.- BR. F W � r CLAYEY SAND - W (CALICHEI 3150 HORIZONTAL SCALE 0 100 200 300 FEET EXISTING GROUND SURFACE PROPOSED RESERVOIR BOTTOM 8-13 FIGURE 5 GENERALIZED SUBSURFACE STRATIGRAPHY SOUTH a WEST SIDES s9 a " UNIT TOTAL EFFECTIVE WEIGHT STRESS STRESS STRATUM SOIL TYPE (pcf) (c, psf 0°) (c, pst �Q) O Embankment fill 125 500 10 100 25 (CL,SC) V Tan and brown 122 700 10 100 20 sandy clay (CL) O Firm caliche 125 500 15 500 20 (CL,SC) 3240 w 3220 w k. z 3200 Q H j 3180 w J 11J 3160 314 HORIZONTAL SCALE; O 40 80 FEET I ,174 FIGURE 6 RESULTS OF SLOPE STABI LI TY ANALYSES SECTION A ( FIGURE 3 ) SWL 89-308 STRATUM SOIL TYPE (D Embankment fill (CL,SC) OFirm caliche (CL, SC) 3220 w LL 3180 ui 3140L UNIT TOTAL EFFECTIVE WEIGHT STRESS STRESS (pcf) (c, psf 0') (i, io) 125 500 10 100 25 125 500 15 Boo 20 (EXTERIOR ) EL. 32 @ I \1 B-16 rd-11 L%W-A HORIZONTAL SCALE- 0 40 80 FEET .. .... ..... ( INTERIOR) EL. 317 4 FIGURE 7 RESULTS OF SLOPE STABILITY ANALYSES SECTION B (FIGURE 3) �Iil1i■fri■r■YlIYIi■i1rtY iiilr■rlr■� Y Illilir� flii■r■E Illi■■■�III11■■���111�► %���i�i■rr�lllirr■� Illli■■■�11111■■■�Ifil�■►1�:1�f111�■■��Ifll�■r■� Illy■■■�IIII/■i■�Illli■�r'�i �rr■� , I1lll11li�■■■■■r��l1ll111111■■■r■■��I1f11111��■■■■►�/J/.��/�f ,I_ ■■■� i■■ram IIII�■■■�11111■■��1111�■■��%.'lllii■■■�1 i■■■� 1111�■r■�1l11i■■rr1111�G■r�'i/1111110111 Hill ON lllli■■■�11111rrr�1l11�■■■r/.\1111i■■��Iflli■r■� 1111�■■■r11111■■■�1111�■■■1'I111111i■rr�lf 11�■■ram , Illl�r■■�111/1■■r�1111�■■�■�/!Illirrr�lflli■■ram 1111�■r■�11111■■��1111�■■r�I/�:�IIi■■r�lfll�■■ram , 1111�■r■�1l11/■r■�1111�■■r�'�l1�11i■■ram 111�■■ram .1111�■■■�1l111■■r�llll�■■r�all�■■■�111�rrr� IIII�■�r�11111i■■rllll�■ir�ll�ilirr■�Ifil�rrr� .1111�■rr�Il11�■r■�1111�■■r�lllli■rr�11MINE 1111�■r■�II1/�■■■rilll�r■r�1111irrr�1111�■■ram FIGURE 8 RANGE OF 1111�r■■r11111■r■r1111�■■r�illii■■r�If11�■■■� 1111�■r■�1l11�■■r�111��■■r�lll��rr■�111��rr■� . IIII�■■■���111■r■�IIII�■■r�llll�r�r�llll�r■■� . , DISTRIBUTION, •COVER •: SMITFIWCSTCRN 1 •ROMAMAICC M le .1 .4 -20 LABORATORIES t $ J SOUTHWESTERN LABORATORIES FIELD PROCEDURES A total of 16 test borings were drilled and 4 test pits excavated at the site between April 18 and 25, 1989 at the approximate locations shown in the Boring Location Diagram, Figure 3 in Appendix A. A truck -mounted, rotary drilling rig was used to advance the borings and to obtain samples for laboratory evaluation. A tractor -mounted backhoe was used to excavate the test pits. The drilling sampling operations were performed under the supervision of a SwL engineering geologist. Final boring locations and ground surface elevations were furnished by B&V personnel. Standard Penetration Tests (SPT) were conducted at intermittent depths in each boring. This test consists of determining the number of blows required for a 140-pound hammer dropped 30 inches to drive a standard, 2-inch split barrel sampler is inches. The number of blows are recorded for 6-inch increments and the total for the last 12 inches is reported on the logs. LABORATORIES SOUTHWESTERN LABORATORIES Also at intermittent intervals, "undisturbed" specimens a� of cohesive soils were obtained with 3-inch diameter thin -walled, seamless, Shelby tube samplers. These soil specimens were extruded in the field and wrapped to protect them from disturbance and to maintain their in -situ moisture content. Bulk samples of representative soils were obtained from three of the four test pits as indicated on the test pit logs. All samples were removed from the sampling devices in the field (except as otherwise noted above), logged, and classified in the field by SwL's engineering geologist. The standard penetration test and tube samples were wrapped in aluminum foil, sealed in plastic and stored a temporarily in core boxes at the site. The bulk samples -' were sealed in large plastic bags. All samples were transported to SwLTs Dallas office Laboratory at the completion of the field work.3 Small (2-inch) diameter PVC temporary observation wells were installed in each of the four corner borings, s' Borings B-1, B-4, B-13, and B-16. Groundwater observations were made at these locations during the field program. SOUTHWESTERN LABORATORIES i 17'"'" " =SOUTHWESTERN LABORATORIES L H All borings were grouted with a cement -bentonite grout prior to demobilizing from the site. The temporary observation wells were removed from the test holes prior to grouting at these locations. Additional details regarding the field program are included on the test boring and test pit logs included in this Appendix. SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.:B— 3- CLIENT : Black and Veatch LOCATION: Lubbock, Texas DATE: 4/18/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3188.5_ z =w WUU.. o o m N a p a a �, 0M:0 a = o a Co z a a = LEGEND: ■ SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Two inch diameter PVC temporary observation well set at completion, dry after 48 hours DESCRIPTION OF STRATUM USCS 4 Brown fine clayey sand (SC) .9 14 22 33 29 -42 4.5 Reddish -brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions + (caliche) (CL,SC) 8 IO I� 20 25 "—. 38 Reddish -brown fine clayey sand with traces of small calcareous nodules (SC) 30 X. 93 8.5" 'fan to punk fine clayey sand with chalky white calcareous material and concretions (SC) caliche ) 35 Bottom of Exploration at 35.0' Note: Temporary observation well removed and borehole grouted on 4/20/89 40 4S 30 SOUTHWESTERN LABORATORIES " SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO., 3 — 2 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3188.0+ Z =w aLL Q Jo 0 >_ u] w a a 0 z 00 -; a a � pcc0 awo NZm a z a 2 = LEGEND: ■ SAMPLE x STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered, boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 6 Brown fine clayey sand (SC) 8 40 -33 •28 50 36 Reddish -brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (t,, SG) s l0 I5 20 28 Reddish -brown sandy clay (CL) ' '!+`'` 50/2.5' 24 Tan to pink fine clayey sand with chalky white calcareous material and concretions (SG) ( caliche ) 30 33 Bottom of Exploration at 35.5' Note: Borehole grouted on 4/20/89 40 43 5a SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING N0.: B— 3 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3184.5t ? * W �_W c W o m 2 a a us p a _ ,M c a *- o oc 0) r 3 a W o zm a w z a z = LEGEND: ■ SAMPLE X STANDARD PENETRATION 'r WATER WATER INFORMATION No seepage encountered, boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) IU 12 Reddish -brown to brown fine clayey sand (SC) 5 15 52 63 b4/9.5" 73 94/11.5' Reddish -brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 10 15 20 25 30 3b Bottom of Exploration at 35.5' Note; Borehole grouted on 4/20/89 40 43 "SO SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B — 4 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION' 3184.0± x}, X W a U.a< -i m W a Q p a:►- Cr (n W o z -1 � a!X 0 z LEGEND: ■ SAMPLE STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Two inch diamet PVC temporary observation well set at completion, dry after 48 hours DESCRIPTION OF STRATUM (USCS) =: 16 23 2.0 3.0 Brown fine clayey sand (SC) 5 33 24 25 Reddish brown to tan to pink sandy clay/clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC IO I� 2a '''' 30 91/ 11„ 34 39 Reddish brown fine clayey sand (SC) 30 3� Bottom of Exploration at 35.5' Note: Temporary observation well removed and borehole grouted on 4/20/99 40 as 5o SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3185.5t _ — = w a U. o o m N a p o_� aQ o a N a w O t►� Z m a . z z z LEGEND: SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) Brown fine clayey sand (SC) 2.5 3.5 4.5 3.5 Tan and brown sandy clay with calcareous nodules (CL) S 10 43 43 Reddish brown to tan to pink sandy clay/fine clayey sand With chalky white calcareous material and concretions (caliche) (CL,SC) IS 20 ' 30 92 Reddish brown fine clayey sand (SC) 30 Bottom of Exploration at 30.5' . Note: Borehole grouted on 4/20/89 3S 40 45 50 SOUTHWESTERN LABORATORIES I 1i SwL Report No. 89-308 LOG OF BORING PROJECT' Terminal Storage Reservoir BORING NO.: B — 5 CLIENT Black and Veatch LOCATION Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION:3185.5± ? x W a� W -j m tl1 w a a p 02 - M �-'~ d Ir v�i a w 0 �- Z -i eau'. m y W 0 Z = LEGEND: SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 7 Brown fine clayey sand SC 4.0 3.5 3.0 4.5 4.5 Brown sandy clay With calcareous nodules (CL) g IO 41 40 40 21 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 15 ZO 25 30 Bottom of Exploration at 30.5' Note: Borehole grouted on 4/20/89 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT : Terminal Storage Reservoir BORING NO.: g — 7 CLIENT: Black and Veatch LOCATION' Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED T0: GROUND ELEVATION: 3182.Ot z z W W I --a w o Qm a p o a N Q w o z -J V)a x WW G z x LEGEND: ■ SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS 7 Brown fine clayey sand (SC) 4.5 1.5 3.0 2.5 + Tan to brown mottled sandy clay with calcareous nodules (CL) 10 34 34 97/10.5 70 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions .(caliche) (CL,SC) Ig 2O 2s 30 Bottom of Exploration at 30.5' Note: Borehole grouted on 4/20/89 38 40 4'S "5 Q SOUTHWESTERN LABORATORIES L SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: 13 —a CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/19/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3181.5± z x W I--W a. U. o o m v' W a Q o p a a e W <n a W 0 ai z m a w i a a z = LEGEND: ■ SAMP>_E X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 5 Brown fine clayey sand (SC) 1.5 2.5 Tan and brown mottled sandy clay with calcareous nodules (CL) g IO 21 22 24 42 38 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 15 20 23 30 Bottom of Exploration at 30.5' Note: Borehole grouted on 4/20/89 3b ao 43 SO SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B — 9 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/20/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION 3177.0± = W ur a� w m cn 0. X �n moo} < < cn z 3 aW o �- z -i m a a z i LEGEND: ■ SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) Broom fine clayey sand 4.5 4.5 4.5 4.5 3.5 Tan and brown mottled sandy clay with calcareous nodules and materials (CL) g IO 16 42 75 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 2a Bottom of Exploration at 25.5' Note: Borehole grouted on 4/21/89 30 33 40 4"U 50 SOUTHWESTERN LABORATORIES �l SwL Report No. 89-308 LOG OF BORING PROJECT; Terminal Storage Reservoir BORING NO.: $ — 1 p CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/20/89 TypE; Air Rotary CASED TO: GROUND ELEVATION: 3177.5t _ � M w aWg a -j m v1 w aa.. a to �pw cr►- a cc (A cWo � Z m a z a o 2 i LEGEND SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) y Brown fine silty to clayey sand (SC-SM) 4.5 3.0 4.5 4.5 4.5 4.5 4.5 Tan and brown mottled sandy clay with calcareous nodules and material (CL) s IO E5 20 95/7.5" Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 26 Bottom of Exploration at 25.5' Note: Borehole grouted on 4/21/89 30 35 40 43 SO SOUTHWESTERN LABORATORIES SwL Report No, 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B— 11 CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/20/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3180.5# y w a U. �w m cn a. a rn o o o a a w o z CO a z a a z i LEGEND: SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) S 6 18 Brown fine clayey sand (SC) 20 28 36 97 9.5' Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 10 I3 20 25 Bottom of Exploration at 25.5' Note: Borehole grouted on 4/21/89 30 35 40 a 0 SOUTHWESTERN LABORATORIES f) SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B — 12 CLIENT: Black and Veatch LOCATION: Lunnock, Texas DATE: 4/20/89 TYPE; Air Rotary CASED TO: GROUND ELEVATION: 3181.5t �- r W a U. o 0 m ?- N -1 a M a o p -.: ..' a a � am z � 3 a w 0 �zJm a z a 0 z i LEGEND: SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) 17 26 Brown fine clayey sand to very sandy clay (SC,CL) 19 25 42 37 53 63/7" Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions -noted gravel -size fragments at 19' (caliche) (CL,SC) s 10 1� 20 23 Bottom of Exploration at 25.0' Note: Borehole grouted on 4/21/89 30 35 40 45 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B-- l 3 CLIENT, Black and Veatch LOCATION: Lubbock, Texas DATE: 4/18/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 3176.5{ z _ w a ti W o o m Cn a Ui p n r'~ a a,- Z �,3r a W o Z � a z a o Z = LEGEND SAMPLE STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Two inch diameter observation well set at completion, dryafter 48 hours DESCRIPTION OF STRATUM Brown fine clayey sand N.�i .. X. 15 16 23 25 27 39 98/9r' Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) Bottom of Exploration at 25.0' Note: Temporary observation well removed and borehole grouted on 4/20/89 3 10 13 20 25 30 35 40 4'S 60 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: g-- 14 CLIENT: Black and Veatch LOCATION' Lubbock, Texas DATE: 4/18/89 TYPE: Air Rotary CASED TO: GROUND ELEVATION: 7 + =w I.- L t� o g r u� -j 2 a 0 p —� a a zh 3 a w o F-- z -J JCL z a o z z LEGEND: SAMPLE �( STANDARD PENETRATION WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM (USCS) AM 7 Brown fine clayey sand (SC) - - Z. 0. ..' 1'.32 9 28 36 66 100 9" Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 3 Io I5 20 2 `3 Bottom of Exploration at 25.0' Note: Borehole grouted on 4/21/89 30 33 40 43 50 SOUTHWESTERN LABORATORIES SwL Report No. 89-308 LOG OF BORING PROJECT: Terminal Storage Reservoir BORING NO.: B — 1 S CLIENT: Black and Veatch LOCATION: Lubbock, Texas DATE: 4/18/89 TYPE Air Rotary CASED T0: GROUND ELEVATION:3176.5± ? = W � W au WW o m } N a, 2 .1 to z no. a a o M(n z I.-� a W O I--Z m a "" z W a. o 2 i LEGEND: ■ SAMPLE X STANDARD PENETRATION V WATER WATER INFORMATION No seepage encountered. Boring dry at completion, dry after 24 hours DESCRIPTION OF STRATUM yi S 7 Brown fine clayey sand with shall calcareous nodules (SC) 319 21 24 31 44 67 Reddish brown to tan to pink sandy clay/fine clayey sand with chalky white calcareous material and concretions (caliche) (CL,SC) 10 15 20 23 Bottom of Exploration at 25.5' Note: Borehole grouted on 4/21/89 30 35 ao 45 50 SOUTHWESTERN LABORATORIES i E 1 1. t,;,- '-«. }.. 1 a., ..:d - _ _i .._.__.. # .... �..._ 77, J17 - -«.a„ ;. �»+ �,.-.:.......newt ."-"'^t GRAIN SIZE DISTRIBUTION U. S. Slondard Move Openings in Inches U. S. Slandord Stove Numbers lfydrom• to r Grain Silo in Millimeters GRAVEL SAND 511T or CLAY Coarse Fine Crars• Medium Fin♦ Unified Soil Classification System- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION : Reddish brown ink tan fine clayty sand with concretions caliche SAMPLE LOCATION: Boring B-16, Depth 7-81 REV 89-308 RATE: 5/3/89 GRAIN SIZE DISTRIBUTION U.S. 5t••dsrd Sisys Openings in Inches U.S, Standard Sieve Numbers Hydran+stsr .. Iillli■■riii�111i1!■■i■■I■I111�1�■■li■illi�lllf■■�111�■■■� lily■■■�I1111■■■�illl�■■■�illl�■■��I111■■■■� IIII�■■■�1i11►7■■�1111�■■■�1111■■■■�IIII�■■■� .II/I■■■��Ii111■r�i�llliiv\■rllll■■■■�IIII■■■■� , 1111�■■■�11111■■■�1111�■\��i111■■■■�IIII�■■■� II11�■���Ii111■■■�IIII�■■►��1111�■■■�llil■■■■� , Ii111■■■�II111■■■�IIIIt■■�1�i111�■■■�llll�■■■� lily■■■�Ii111■■■�1111�■■■�1111■■■■�llll�■■■� , lily■■��Ii111■■�■■II11�■■■!''��111■■■■�II11�■■■� III1�■■■�1i111■■■�lill�■■■�rl�l■■■■�IIIi�■■�� , Iill�■■■�1i111■■��lill�■■■�illl�■■■�I111�■■■� .IIII�■■��liil��■■�1111�■■■�Illf■■■■�IIII�■■�� , 11/1�■■��II11■■��11/1■■��111■■���I111���� II11�■■■�Ii111■■■�111/1■■��ill 111 ' 1111�■■■�11111■■■�1111�■■■�111��■■��111��■■�� II11�■■■r1i111■■■�Ii11�■■■�1111�■■■�llil�■■■� ' .lily■■■�lill�■■■�1i/1�■■■�i111■■■■�IIII�■■�� , 1111�■■��1111�■■��1111�■■■�1111■■■■�1111�■■■� . illy■■■�IIIIL■■��Illl�■■■�1111■■■■�IIII■■■■� , , *rain Sig* in Millimeters Unified Sell elassi *cps of Engineers, U.S. Army SAMPLE DESCRIPTION: Reddish brown, tan, pink clayeysand with conrretions (raliche SAMPLE IaOCATION:,...e..8.:_12,;,..,,. 4 L ... . ........ . GRAIN SIZE DISTRIBUTION U. S. Standard Sieve Openings In Inches U. S. Standard Sieve Numbers Hydrants Is o, 10 00 Grain Six• In Millimeters GRAVEL I SAND SILT or CLAY Coarse Fine Coarse Medium Fine Unified Sell Classification System - Cotpa of Inuinoors. U.S. Army SAMPLE DESCRIPTION : Brown fine clayey sand with concretions (caliche) SAMPLE LOCATION: Test Pit TP-1, Depth 2.5-10' REF. 114-3o8 IDATE. 5/3/89 GRAIN SIZE DISTRIBUTION U.S. Slandard Sieve Qpeainst In Incites U.S. Standard Sieve Numbers Hydromotor 11111I■L�1■ i■YI/ll1i�■iiiiliii�■�ii�llll�ilf■■�IiII�■■�� lily■■■�1IIII■■■�Illl�■■��1lII�■■��l111�■■■� , 1111�■■■�III11■■■�llll�■■1��1111�■■��lill�■■■� Illy■■■�11111■■■�llll�■■�\�1111�■■■�1111�■■�� , 1111�■■��1I11�■■■�I111�■■�l�1111�■■■�llll�■■■� Illy■■■�1IIII■■��11/1�■■��1111�■■■�l111�■■■� , 1I11�■■�e11111■■■�Illl�■■■1�1111�■■��IIII�■■�� .I111�■■��1IIII■■■�1111�■■���1111�■■■�I111�■■■� , I111�■■��11111■■■�I111�■■■ ��1111�■■��I111�■■■� ,1111�■■■�11111■■■�11111■■■�►�1111�■■■�lill�■■�� , 1111�■■��1IIII■■■�i111�■■■�,111�■■■�I111�■■■� 1111�■■■�1111�■■■�lli1�■■■�11�1�■■■�lll/�■■■� . 1111�■■■�1111�■■■�1111�■■■�1111�■■■�l111�■■■� llll�■■■�IIII�■■��l111�■■■�ilil�■■■�IIII�■■■� , Illi�■■■�Illll■■■�I�11�■■■�1111�■■■�l111�■■�� 1111�■■■III/1�■■■�1 11�■■��1i11�■■��1111�■■�� , Illy■■■�1I111■■■�I111�■■■�llll�■■■�l111�■■■� ,Illy■■��lIIII■■■rllll�■■■�llll�■■��l111�■■■� , 1111�■■■�1111�■■�r1111�■■��1111�■■■�1111�■■■� 1111�■N��II111■■■�IlI1�■■��1111�■■��IIII�■■■ip . Grain Site in Millimeters unified Sell Classification System- Corps of iFnoineers, U.S. Army SAMPLE DESCRIPTION: Brown fine silty to clayey sand SAMPLE LOCATION: Test Pit TP-3, depth 0-1.7' Ilillii■i■���1���1'i■i�l����ii���l��l���■�ill�■■■■� Illy■■■�i1111■■■�IIIII■�■�lill�■■��illl■■■■� illy■■■�illll■■��IIIII■���1111■■■��illl■■■■� , 1111�■■��i111%■■��I�11��� ��1111�����1l11■■■�� IIII�■■�■■■IIIII■■■rilllli■■■►�■■1111■■■■�IIII■■■■� Illlll■■■■■■i1111■■■�I111�■■��llll■■■■■11■�111�■■■� illy■■■�i1111■■■�i1111■■�►�illl■■■■�IIII■■■■� , i1111■■■�III11■■��i1111■■���111�■■■�I111■■■�� I111�■■■�IIIII■■��1111�■■■ �71�11■■■■�IIII�■■■� I111�■■■�11111■■�r1111�■■■��1111■■■■�i111■■■■� .11111■■■�i1111■■■�1111�■■��I�NI■■■■�IIII�■■■� , Illli■■■�11111■■■�1111�■■��iltii■■■■�IIII■■■■� illy■■■�i1111■■■�i1/11■■■��111■■■■�1111�■■�� IIII�■■■�illll■■��III11■■■�IIII■■■��lill�■■■� , IIII�■■■rllll�■■■�1111�■■■�1111�■■■�1111�■■�� illi�■■■III/�■■��1111�■■■�11/1■■■■�i111�■■■� , , I111�■■■�i1111■■■�IIIII■■■�llll�■■��ill/�■■■� IIII�■■��IIII�■■��1111�■■■�1111■■■■�1111�■■■� . . I1111■■■�IIIII■■��11111■■■�1111■■■��illl�■■�� .. Unified Soil Cldcsificotion Systorw- Corps of Engineers, U.S. Army SAMPLE DESCRIPTION Reddish Drown fime-silty to clayey sand SAMPLE LOCATION: Test Pit TP-4, Depth 2.2-4.4' RfF........3�2.-3()8 DATE= �31fl9... No Text No Text No Text No Text No Text No Text 6C NONE MEMO. NONE 01 EPAMPEN E'!MEE mo: �I 0 10 20 AXIAL STRAIN, % PROJECT: Terminal Storage Reservoir NO•' 89-308 BORING NO.: B-5 DEPTH: 7-8' LIQUID LIMIT: - PLASTIC LIMIT: - SOIL CLASSIFICATION: Tan and brown sandy clay TYPE OF TEST: Consolidated-undrained (multi -stage) RATE OF STRAIN: 0.001 in min. FAILURE CRITERIA. Max. Deviator Stress TEST DESIGNATION: 0 0 0 WATER CONTENT, % 17.3 DRY DENSITY, PCF 104.0 ? SAMPLE HEIGHT, IN. 5.45 5.21 4.99 SAMPLE DIAMETER, IN. 2.88 - - TOTAL CELL PRESSURE, PSI 60 70 90 FINAL BACK PRESSURE, PSI 50 50 50 EFFECTIVE CONSOLIDATION PRESSURE PSI 10 20 40 FINAL WATER CONTENT, % - I - 1 19.6 RE M A R KS:Sample saturated prior to initial consolidation (B=0.97); pore pressure measured during shear Effective: 20* 4.8 Si MEMO NORMAL STRESS, PSI TRIAXIAL TEST RESULTS SOUTHWESTERN LABORATORIES L � v V Q 2C rn I -N k....: � F- N E { W a W cc O W a. C MEM° �Emmm NONE NONEP21 00 11.11MEN �n■■s 0 r 0 5 10 15 20 AXIAL STRAIN, % PROJECT: Terminal Storage Be ervo' NO` - 0 BORING NO.- TP-1 DEPTH' 2.5-10' LIQUID LIMIT' 140 1 PLASTIC LIMIT: 18 Reddish brown, tan, pink fine SOIL CLASSIFICATION- a e sand TYPE OF TEST* Consolidated-Undr d RATE OF STRAIN' 0.001 inZmin FAILURE CRITERIA: Maximum Deviator Stress TEST DESIGNATION: 0 v • O WATER CONTENT, % 15.8 - DRY DENSITY, PCF 105.7 ? SAMPLE HEIGHT, IN. 5.7 5.58 5.49 SAMPLE DIAMETER, IN. 2.8 2.84 2.85 TOTAL CELL PRESSURE, PSI 105 115 135 FINAL, BACK PRESSURE, PSI 95 95 95 EFFECTIVE CONSOLIDATION PRESSURE PSI 10 20 40 FINAL WATER CONTENT, % - - 20.7 REMARKS: Specimen remolded to 95.8% Standard Proctor; specimen back pressure saturated prior to initial consolidation '(B=0.97� pore pressures measured during shear MEMNON P-wor E MENEENEEP.An ME MENNEEP,woom NONE P -adial m.om � "now. E E =-ME NNFPH'p_4rAWE E MEN 0 4AF A N',fIVAMIN 10 20 30 40 50 NORMAL STRESS, PSI TRIAXIAL TEST RESULTS SOUTHWESTERN LABORATORIES 60 70 •� 30 N a 20 a 0 a W W � a 0 10 W 0 W CL 0 20 PROJECT- Terminal Storage Reservoir NO.- 89-308 BORING NO. DEPTH , LIQUID LIMIT., 22 PLASTIC LIMIT., 17 SOIL CLASSIFICATION. Brown fine silty to clayey sand TYPE OF TEST tConsolidated-Undrained (Multi -Stage) RATE OF STRAIN. 0.001 in./min. FAILURE CRITERIA: Max, Deviator Stress TEST DESIGNATION: ■ 4 WATER CONTENT, % 13.5 - - J `—� DRY DENSITY, PCF 111.8 - - 2 SAMPLE HEIGHT, IN. 5.65 5.58 5.48 SAMPLE DIAMETER, IN. 2.80 2.82 2.84 TOTAL CELL PRESSURE, PSI 95 105 125 FINAL BACK PRESSURE, PSI 85 85 85 EFFECTIVE CONSOLIDATION PRESSURE PSI 10 20 40 FINAL WATER CONTENT, % - 18.0 REMARKS, Sample remolded to 97% Standard.Proctor (ASTM D-698) at Wopt +. 1.3%, sample tackpressure saturated prior to test B=1.0 , 5 10 15 20 AXIAL STRAIN, % Total 0 = 110 Ef fect've -0 = 201 z =?.g psi —EEEEPAA EEEEEEMdrd&ld . . ......... .. . PENN PENNON .MENNEN PA MENNEN E MENE PrOMA,19 0 10 20 30 40 50 60 NORMAL, STRESS, PSI TRIAXIAL TEST RESULTS SOUTHWESTERN LABORATORIES 7 ' 6 i.... N W W � Et � y gg W � a 2 W W C0 Q d f 40 a up W F- €...., to 20 W s to PROJECT -,::-Terminal staralze Res rvo' NO.:89-308 BORING NO.: TP-4 DEPTH' 2.2-4.4' LIQUID LIMIT: 22 PLASTIC LIMIT. 17 SOIL CLASSIFICATION. Broom fine silty to clayey sand TYPE OF TEST. Consolidated-Undrained (Multi -Stage) RATE OF STRAIN: 0.001 in. /min. FAILURE CRITERIA: Max. Deviator Stress TEST DESIGNATION: ■ 7 O WATER CONTENT, % 12.4 - - J DRY DENSITY, PCF 115.9 - - ? SAMPLE HEIGHT, IN. 5.65 5.42 5.12 SAMPLE DIAMETER, IN. 2.85 2.91 3.00 TOTAL CELL PRESSURE, PSI 100 110 120 FINAL BACK PRESSURE, PSI 90 9- 90 EFFECTIVE CONSOLIDATION PRESSURE PSI 10 20 40 FINAL WATER CONTENT, % - - 12.9 REMARKS: Sample remolded to 98% Standard proctor (ASTM D-698) at Wopt + 0.6%, sample backpressure satured prior to test (B=0.97) i a Iv 10 zv AXIAL STRAIN, % Total 0 250 1 MENE04rald" ... .. ... .. - MEN 0 N W-2 MENErn a,.-m MENEM mruzrafAmm -EmklLm ONE kin 40 60 80 100 120 140 NORMAL STRESS, PSI TRIAX1AL TEST RESULTS SOUTHWESTERN LABORATORIES CnitrMWLSTt-RN LARORAF AMIZ Coefficient of Permeability (cm/sec) 3.Ox1O-8 8.2x10-8 SOUTHWESTERNLA80RATORIES PROJECT. Terminal Storage Reservoir NO. BORING NO.* TP-1 DEPTH, 2.5-10' LIQUID LIMIT: 40 PLASTIC LIMIT' lg PLASTICITY INDEX 22 SOIL CLASSIFICATION. Reddish brown, tan, pink fine clayey sand (caliche) WATER CONTENT, % i5,8 TOTAL CELL PRESSURE, PSI 100 J DRY DENSITY, PCF 105.7 FINAL BACK PRESSURE, PSI 95 SAMPLE HEIGHT, L, CM. 14,4E TOP BURETTE PRESSURE,PSI 90 SAMPLE DIAMETER, CM. 7.112 BOTTOM BURETTE PRESS., PSI 95 SAMPLE AREA, A,SQ. CM 39.73 cm2 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, CO 22*c FINAL WATER CONTENT, REMARKS ' Specimen remolded to 95.8% Standard Proctor; Specimen back pressure saturated prior to test (B=0.9.7) c.� p 40 w t') Q U 20 O 0 0 HAT 20 40 60 80 TIME, T, MINUTES FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES 20 40 60 80 TIME, T, MINUTES FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES PROJECT, Terminal Storage Reservoir NO,, 89-308 . BORING NO.- TP-3 DEPTH: 0-1.7' LIQUID LIMIT: 22 PLASTIC LIMIT: 17 PLASTICITY INDEX : 5 SOIL CLASSIFICATION: Brown fine silty to clayey sand WATER CONTENT, % 13.5 TOTAL CELL PRESSURE, PSI 90 a DRY DENSITY, PCF 111.8 FINAL BACK PRESSURE, PSI 85 ? SAMPLE HEIGHT, L, CM. 14.35 TOP BURETTE PRESSURE,PSI 80 SAMMPLE DIAMETER, CM. 7.11 BOTTOM BURETTE PRESS., PSI 85 SAMPLE AREA, A,SQ, CM 39.72 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, CO 20 FINAL WATER CONTENT, % 18.0 REMARKS - Sample remolded to 97% Standard Proctor (ASTH D-698) at Wopt + 1,396; sample backpressured prior to test (B= L 0) HAT CM SEC IN wo 20 40 60 80 TIME, T, MINUTES 100 120 FLEXIBLE WALL PERMEABILITY TEST RESULTS 140 l SOUTHWESTERN LABORATORIES PROJECT. Terminal Storage Reservoir NO. - 89-308 g BORING NO.z TP-4 DEPTH.-` 2.2=4.4'` LIQUID LIMIT-. 22 PLASTIC LIMIT, 17 PLASTICITY INDEX 5 SOIL CLASSIFICATION. Brown fine silty to clayey sand WATER CONTENT, % 12.4 TOTAL CELL PRESSURE, PSI 95 NDRY DENSITY, PCF 115.9 FINAL BACK PRESSURE, PSI 90 SAMPLE HEIGHT, L, CM, 14.35 TOP BURETTE PRESSURE,PSI SAMPLE DIAMETER, CM. 7.24 BOTTOM BURETTE PRESS., PSI 90 SAMPLE AREA, A,SQ. CM 41.16 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, Co 20 FINAL WATER CONTENT, % 12.9 REMARKS : Sample remolded to 98% Standard Proctor (ASTM D-698) at Wopt + 0.6%; sample backpressure saturated prior to test (B=0.97) HAT S AE MEN PF �% IN�ma =MEMO= to 20 30 40 50 TIME, T, HOURS FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES PROJECT. Terminal Storage Reservoir NO.: 89-308 BORING NO.- TP 3 & TP 4 DEPTH: 0-1.7' & 2.2-4.4' LIOUID LIMIT: 22 PLASTIC LIMIT: 17 PLASTICITY INDEX : 5 SOIL CLASSIFICATION' brown fine silty to cla a sand mixed with 4% dry bentonite- WATER CONTENT, % 15.3 TOTAL CELL PRESSURE, PSI 100 a H DRY DENSITY, PCF 109.4 FINAL BACK PRESSURE, PSI 95 SAMPLE HEIGHT, L, CM. 6.73 TOP BURETTE PRESSURE,PSI 90 SAMPLE DIAMETER, CM. 7.112 BOTTOM BURETTE PRESS., PSI 95 SAMPLE AREA, A,SQ. CM 39.73 DIFFERENTIAL HEAD, H, CM 352 TEMPERATURE, Co 20 FINAL WATER CONTENT, % 19.8 REMARKS : soil sample mixed with 4% bentonite (Volclay Bentonite* as percentage of dry soil weight; sample compacted to dry density of approximately 94% Standard Proctor (A.STM D-698) above optimum moisture; sample backpressure saturated prior to test (B=0.98);*Volclay Custom Seal t 5 O 4 W 0 O 3 41 U N 2 C1 K HEAT_ K=1.1x 107 CM ::.: :::: : ::: • :::: .::: ::.: :.. ... :: 7SEC .... :.. ... .. .. .... .... 0 .... .... ... 0 100 200 300 400 TIME, T, MINUTES 500 600 FLEXIBLE WALL PERMEABILITY TEST RESULTS SOUTHWESTERN LABORATORIES 700 i l SOUTHWESTERN LABORATORIES, INC. 1 Construction materials testing, analytical chemistry and geotechnical engineering A.O. Box 224227 • 2575 Lune Star• Onve + Oallas. Texas 75222 • 2141631-2700 June 16, 1989 File No. Report of: Analysis of Soil Reported to: Black & Veatch Engineering & Architects Attn: Robert McCollum 5728 L&7, Ste. 300 I Dallas, Texas 75240 .:..; Date received: 5/9/89 Identification: Job No. 89-308 Sample I.D. Wss on Ignition, % Carbonates, % Organic 7=ities TH - 11 2-A �-� 1.8 2.2 Not requested TP - 1 2.0 41.2 Lighter than standard s TP - 3 2.4 1.5 Darker than standard TP - 4 1.5 1.7 Lighter than standard Methods: L.O.I. - AASHTU T267-80 Organic Ititpurities - ASTM C40-84 Carbonates, % - Procedure given to lab with no identification Analyst: KC (ASTM STP' 777,P10) Distribution of report: Respectfully submitted, 1C: Black & Veach Eng. & Arch. SOUTHWESTERN LABORATORIES, INC. r W Per: Bob Garrett, Manager Lah. `o. D-29794 : s f Envi.rorm-entai and Analytical ServicE Samples are discarded 30 days after reports are mailed unless prior arrangements are made in writing A storage fee will apply on samples held over 30 days. Our letters and reports are for the exclusive use of the client to whom they are addressed. The use of our name must receive our prior written approval. Out letters and reports apply to the sample tested and/or inspected, and are not necessarily indicative of the qualities of apparently identical or simtin products L -02 .00roej SOUTHWESTERN LABORATORIES �d Materials, environmental and geotechnical engineering, nondestructive, metallurgical and analytical services 2575 Lone Star Drive 0 R O. Box 224227, Dallas, Texas 75222 0 214/631 -27©0 September 7, 1989 Black & Veatch, Engineers - Architects 5728 LBJ Freeway, Suite 300 Dallas, Texas 75240 Attention: Mr. Robert G. McCollum, P.E. Re: Supplemental Report Geotechnical Investigation Terminal Storage Reservoir Lubbock, Texas (B&V Project 15388.201; SwL Report No. 89-308-1) Gentlemen: Submitted herewith are the results of SwL's additional tests on the on -site cover sands for the referenced project. This report is a supplement to our recently submitted geotechnical investigation report (SwL Report No. 89-308, Draft dated July 25, 1989). This series of tests was performed on a composite sample of the cover sands, which included standard penetration test samples at depths of 0 to 1.5 feet from Borings 1 through 12 and Boring 15. The percentage of fines for this sample was similar to that obtained for the previously tested samples of this stratum from Test Pits TP-3 and TP-4 (39.5 percent passing the No. 200 sieve). However, the fines in this sample were found to be slightly more plastic than for the previous samples (Plasticity Index of 7 vs. 5 previously). A coefficient of permeability of 2.8 x 10-8 centimeters per second (cm/sec) was obtained from the "raw" composite sample (without bentonite or cement) compacted to a nominal dry density of 95 percent of the Standard Compaction maximum dry density (ASTM D698). For, a similarly compacted sample with 6 percent dry bentonit� added, a coefficient of permeability of 1.2 x 10 cm/sec was obtained. HOUSTON • CALLAS • AUSTIN 0 BEAUMONT & CONROE 0 GALVESTON COUNTY • Rip GAANOE VALLEY • ALEXANDRIA SAN ANTONIO 9 FORT WORTH 0 LEESVILLE 0 MFOLANO • MONROE 0 SHREVEPORT * TEXARKANA 0 SHERMAN