Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 4892 - Contract - RE Monks -Cell I & IIA Final Cover Contruction, MSW Landfill - 07_13_1995
Resolution No. 4892 July 13, 1995 Item #29 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract and all related documents by and between the City of Lubbock and R.E. Monks, of Colorado Springs, Colorado, to fiunish and install all services and materials as bid for the Cell I & IIA Final Cover Construction, which contract is attached hereto, 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 ATTEST: betty M. Johnson, City Secretary APPROVED AS TO CONTENT: Victor Kilman, urchasing Manager APPROVED AS TO FORM: G. Vandiver, First Assistant City Attorney : dp\ccdocalmonks.res June 30, 1995 MY OF LUBBOCK SPECIFICATIONS FOR CELL I & HA FINAL COVER CONSTRUMON BID #13287 y892 1 CITY OF LUBBOCK Lubbock, Texas - -. PARKHILL, SM" & COOPER, INC. ENGINEERS I ARCHITECTS j PLANNERS 4010 AVENUE R, LUBBOCK, TEXAS 79412 r (806) 747-0161 0 FAX (806) 747-7146 P ADDENDUM NO. 1: June 20, 1W5 RE: City of Lubbock Municipal Solid waste Landfill Cell I & 11A Final Cover Construction BID: #13287 TO: All Prospective Bidden/Plan Holders This Addendum forms a part of and shall be attached to the Contract Documents and modifies the original Bid #13287 as noted below: Acknowledge receipt of this Addendum in the space provided on Page 4 of this Addendum. This Addendum consists of 4 pages and.1 drawing. GENERAL: Attached is a copy of the attendance list for the Pre -Bid Conference that was held July 14,1995 at 10:00 am at the City of Lubbock Municipal Building Room 103 and a list of plan holders as of the date of June 20, 1995. SLD4MARY OF INQUIRIES AND RESPONSES FROM THE PRE -BID CONFERENCE: L Bidder's Ouestion: Is there an estimate of the quantity of subgrade fill that will be required? PSC Responsc: Yes. The quantity will be in the range of 1M,000-150,000 cubic yards. However, the Contractor will be paid based on the area of subgrade prepared and the quantity may vary- 2. Bidder's Ouestion: How much cover soil has the site received? PSC Response: The site has received at least 6 inches of daily cover. On portions of the site, soil has been stockpiled, and may have more than 6 inches of cover. 3. Bidder's Question: What will be the minimum thickness of subgrade material placed over exposed waste? PSC Response: Six (6) inches. 2672 - ADDENDUM NO. 1 Bid #13287 Page 1 of 4 r 7 4. Bidder's Question: If waste is exposed, what will be the compaction requirement of the soil used to cover the exposed waste? PSC Response: There will be no compaction requirement for this material, but it will have to be worked to prevent wind erosion and to provide an adequate base for the infiltration layer. 5. Bidder's Ouestion: Where will the water supply be? Is the water supply sufficient? PSC Response: The water supply is a concrete storage tank located near the main entrance. If more water is needed than the existing well can provide, the City will provide additional water as needed. 6. Bidder's Ouestion: Will the material on site readily meet the permeability requirements? PSC Response: The material has been tested and has been found to have a permeability less than 5x10; cm/sec at 95% Proctor Density. Copies of the lab results are included with this Addendum. 7. Bidder's Ouestion: Will cost be the determining factor on whether the GCL or the LLDPE alternatives will be utilized? PSC Response: Cost will be the primary determining factor. 8. Bidder's Question: What is the Engineer's estimate for the project? PSC Respmc: Approximately $1.7 million, based on soil infiltration layer. 9. Bidder's Ouestion: Are bidders required to bid all alternatives? PSC Response: No. Bidders can bid one, all or any combination of the alternatives. However, the base bid must be provided. 10 Bidder's Question: Will trash be encountered when cutting the high points and filling the low points on the subgrade preparation? PSC Response: Since there is no cut on the subgrade preparation portion of the project, huge amounts of waste are not expected to be encountered. However, in smoothing operations, some "incidental" waste might be encountered. If this is the case, the Contractor will be required to cover the waste at the end of the working day. The following items arc to be included as part of the Specifications. 1. Section 01050. FIELD ENGINEERING. A. PART 1 GENERAL, 1.4 SURVEYING REQUIREMENTS - CONTRACTOR, add the following pazagraph(&): D. The Surveyor employed by the Contractor shall be a Professional Land Surveyor, licensed in the state of Texas. E. The Contractor will be responsible for performing all staking operations necessary to complete the work, in accordance with the Contract Documents. 2672 - ADDENDUM NO. i Bid #13287 Page 2 of 4 A. PART 1 GENERAL, 1A INSPECTION AND TESTING LAB SERVICES, add the following paragraph(s): F. Contractor shall have on -site peel and shear testing capabilities for testing LLDPE. G. Infiltration Layer 1. Perform density testing at a frequency of 1 test per ace per lift of infiltration material installed. 2. Perform permeability testing at a frequency of 1 test per acre of infiltration layer material installed. H. All third party testing will be at Owner's expense except for failed tests. Fail tests will be at Contractor's expense. A. PART 1, GENERAL, 13 SOIL SOURCE, replace the current teat in this section with the following paragraph(s): A. Soil sources for the infiltration layer are those listed below in order of preferred use: 1. Borrow #2 (Cell VI) 2. Stockpile #2 3. Borrow Area #1 B. PART 3, EXECUTION, 3.5 FIELD QUALITY CONTROL, B. Construction Testing, 1. Density and Moisture Control, delete the last two sentences of this paragraph and replace them with the following: "A minimum of one test per ace per lift will be performed." C. PART 3, EXECUTION, 3.5 FIELD QUALITY CONTROL, B. Construction Testing, 2. Coefficient of Permeability, delete the second paragraph of this section and replace it with the following. - "A minimum of one sample will be taken for each acre of Infiltration Layer installed.' Add the following sentence to the third paragraph of this section: "Samples to be used for permeability testing will be taken in the field using a Shelby tube' �... IL • L>Z�U41 A. PART 2, PRODUCTS, 2.4 MANUFACTURER'S CERTIFIED TESTING, A Material Testing, Table 2, Geotadile Material the Nonwoven Grab Tensile property of 140 lbs in Table 2 will be waived. All other material property requirements will remain the same. 2672 - ADDENDUM NO. i Bid #13287 Page 3 of 4 f: A I DRAWINGS• The following items are to be included as part of the Drawings. 1. SHEET 10 OF 12, GCL OR LLDPE ANCHOR DETAIL: Replace this detail showing 2 feet of protective cover with the attached detail showing 1 foot of protective �., cover. I BID PROPOSAL: No changes were identified. { ACKNOWLEDGED PARKIULL, SMITH & COOPER, INC. ffop l „ BY: i�Q Robert . o y older, P.E. BY: ftt", t: i r. to 2672 - ADDENDUM NO. 1 Bid #13297 Page 4 of 4 r CITY OF LUBBOCK REQUEST FOR BIDS FOR TITLE: CELL I & IIA FINAL COVER CONSTRUCTION ADDRESS: LUBBOCK, TEXAS BID NUMBER 13287 PROJECT NUMBER 243.9854 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS SPECIAL CONDITION ►'t a NOTICE TO BIDDERS BID #13287 Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 162513th St., Room L-04, Lubbock, Texas, 79401, until 2M O'clock p.m. on the 27th day of Tune. 1995 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "CELL I & ILA FINAL COVER CONSTRUCTION" After the expiration of the time and date above first written, said sealed bids Kill be opened by the Buyer 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 Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 13th day of July, 1995, at the Municipal Building,1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price is the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Lega m of F or superior, 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 bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5 % of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, bid forms and contract documents may be examined and obtained at the office of Parkhill, Smith & Cooper, Inc., 4010 Avenue R, Lubbock, Texas, 79412. A refundable deposit of $35.00, made payable to Parkhill, Smith & Cooper, Inc., should be included with a request for plans. 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. 0 r i The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, y� minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will i not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award - Flo There will be a pre -bid conference on 14th day of June,1995, at 10:00 o'clock a.m., in the Personnel Conference Room, 108, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767 2167 (Monday -Friday, 9:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at least 48 hours in advance of the mewing. Z LUB r� RON SENIOR BUYER 7 F r`"; f r► ADVERTISEMENT FOR BIDS f BID # 13287 Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock, Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the M 27th day of dum 1995, or as changed by the issuance of formal addenda to all pLrnholders, to furnish all labor and materials and perform all work for the construction of the following described project: "CELL I & IIA FINAL COVER CONSTRUCTION" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and publicly read aloud a The plans, specifications, bid forms and contract documents may be examined at the office of Parkhill, Smith & Cooper, 4010 Avenue R, Lubbock, Texas, 79412. 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 fwther 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, disability, or national origin in consideration for an award - There will be a prebid conference on the 14th day of June,1995, at 10:00 a m., in the Personnel Conference Room, 108, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (8W) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Strom, Room L-04 at least 48 hours in advance of the meeting OF L t4�k RON S SENIOR BUYER LL r r GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this r� project in accordance with contract documents for the CELL I & IIA FINAL COVER CONSTRUCTION. 4 i 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 150 (ONE HUNDRED I= consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take l such action as the City deems necessary to insure completion 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. 6. 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 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be j furnished. The fad that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the C- project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 71 r S. GUARANTEES r All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature 0-1 whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. PLANS FOR THE CONTRACTOR L, The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distnbute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. P20TECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 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 wary as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barrio, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost r" f r, and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 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 blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 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. F16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 7 7 (2) Delays in construction are due to factors outside the control of the Contractor. The. Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owners Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owners Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. is. PAYMENT OF EIv WYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according W one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty W 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 them such laborer, workman or mechanic is paid less than the wages assigned W his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES F F 20. Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered PREPARATION FOR BID r" The bidder shall submit his bid on forms f n-nished by the City. All blank spaces in the form shall be correctly filled in and {, the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy r. between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent If a bid is submitted by a firm, ' association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project). F 7 Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (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 incorporated by reference into the aforementioned contract documents. L-Lw L — L— - I L— L�: L_..a L_� L-_„ L.— L-- . L.._. L_: L— C� L--� L�— [_____ C— BID SUBMITTAL BID FOR UNrr PRICE PLACE: I u h h n r k T P x a c DATE: Jump 97, 1995 PROJECT NO: 13297 - CELL I & IIA FINAL COVER CONSTRUCTION Bid of R.E. Monks Construction Company (hereinafter called Bidder") To the Honorable Mayor and City Council City of Labbock, Texas (hereinafter called "Owner") Gentlemen: The Bidder in compliance with your invitation for bids for P r o j e c t N o. 13 2 8 7 having r* carefully examined the plans, motions, instructions to bidders, notice to bidders and all other related contract I. documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all r■ labor, materials, and supplies, and to oonstrvct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the prices stated in Exhibit "A". The Bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the f aooampanymg forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. I^ Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to Silly complete the project within 150 (ONE HUNDRED FUTn calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further .- agrees to pay the owner as liquidated damages the sum of MW.00 (FIVE -HUNDRED DOLLARS) for each calendar day in excess of the time set forth hoemabove 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 -submittal shall be completed and submitted in accordance with 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 (30) calendar days after the scheduled dosing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carduily examined the plans, motions, 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. r A h Bidders are whether or not a or performance bond is to submit a cashier's check or r'egm� Pay�tu p� �lmnd, certified check issued by a bank satisfecwry to the City of Lubbock, or a bid bond hom a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (S%) 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. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S ) or a Bid Bond in the sum of s >� Dollars ,,. which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to ex= to the necessary contract documents and the required bond (if any) with the Owner within ten (10) days a8er the date of receipt of written notification of acceptance of said bid; otherwise said dock or bond shall be returned to the undersigned upon demand r Bidder understands and agrees that the contract to be exaartod by Bidder shall be bound and include all eonuact documents made available to him for his inspection in accordance with the Notice to Bidders. (Seal if Bidder is a Corporation) ATTEST: R.E. Monks Construction Company Da iel R. M ks (Printed or Typed Name) r VIOXINIM II I M.-M I OR BID No. 13287 June 27 1995 Item Quantity Total Amount No. & Unit Description of Item and Unit Price CELL I BASE BID 1. 139.7 Subgrade preparation including filling and compacting ACRES all low areas and grading the entire site to drain as specified and shogwvvnn on the plans at the uni price per �-c�.�.a� 7 Dollars and Cents ° 3 a-1, 3) o TRIAL: $ d ; — nBOR: ., Q�k vn a n` $ ;kj } D 2. 131.8 'istruction of 18-inch Infiltration Layer as specified ACRES and shown on the plans at the unit price per acre: �— Doi` 1 ✓ t/r.eP Pw- and Cents i_? r MATERIAL: $ O LABOR $ �- 3. 139.7 Construction of 6-inch Erosion Layer as specified and i ACRES shown on the plans at the unit price per acre: 7_ —,,rV(A AIAA Dollars IMID and , Alt.O Cents ($-4L2 .� 1 D D MATERIAL: $ O F LABOR: $ F 7 2672-95 -1- r Item Quantity Total Amount 7 No. & Unit Description of Item and Unit Price 4. 139.7 Seeding and Fertilizing the entire surface of the ACRES Erosion Layer as specified qdd shown on the plans at the unit price per acre: �La 17 �, �►•� n,, Dollars Pm and , ALz Cents ! �) S 40, 5-/ 3 PW MATERIAL: S. 14, �0 n LABOR $ 27 , I / 3 Cell I Base Bid Subtotal co (Items 1 through 4) CELL I ALTERNATE BID #1 5. 131.8 Deduct 18-inch Infiltration Layer (Base Bid Item No. ACRES 2) at a unit price per acre: Dollars and Cents < S > MATERIAL: $ LABOR $ Note: Item No. 5 must be the same price and total cost as Item No. 2. 6. 131.8 Providing and installation of GCL as specified and ACRES shown on the plans at a unit price per acre: Dollars and Cents (� ) �.. MATERIAL: $ LABOR: $ 2672.95 - 2 - r Item Quantity Total Amount 7 No. & Unit Description of Item and Unit Price 7. 139.7 Construction of an additional &inch Erosion Layer ACRES overlaying the initial 6-inch Erosion Layer ass rspecified and shown on the plans at the unit price per acre: Dollars, and Cents (� ) MATERIAL: $ LABOR: $ Cell I Alternate Bid No. 1 Subtotal (Items 5 through 7) $ /V 0 CELL I ALTERNATE BID NO.2 8. 131.8 Deduct 18-inch Infiltration Layer (Base Bid Item No. ACRES 2) at a unit price per acre: Dollars and Cents ($ ) < $ > MATERIAL: $ LABOR: $ Note: ITem No. 8 must be the same price as Item No. 2. 9. 131.9 Providing and installation of LLDPE as specified and ACRES shown on the plans at a unit price per acres: Dollars and Cents ($ ) $ MATERIAL: $ LABOR: $ 1 2672.95 - 3 - 7 7 Item Quantity Total Amount No. & Unit Description of Item and Unit Price 10. 139.7 Construction of an additional 6-inch Erosion Layer ACRES overlaying the initial 6-inch Erosion Layer as specified and shown on the plans at the twit price per acre: Dollars and Cents ($ 1 S MATERIAL: $ LABOR S Cell I Subtotal Alternate Bid No. 2 (Items 8 through 10) s ,/1/ ! D CELL I BID SUMMARY Total Base Bid (Items 1-4) S y 4 3, D S 3 Total Base Bid Plus Alternate No. 1 (Items 1 7) $ No 6) � Total Base Bid Plus Alternate No. 2 (Items 1-4 and 8- 10) $/,/ o 1� 2672-95 -4- r I Item Quantity Total Amount i .- No. & Unit Description of Item and Unit Price CELL HA BASE BID �- 11. 11.3 Subgrade preparation including filling and compaction ? ACRES all low areas, grading site to drain, and embankment construction along the western side slope as specified r, and shown on the plans at the unit price. per acre: Dollars r and s Cents ($ / 4 o o j S 1 a s MATERIAL: $ 0 LABOR: $ I S , T 5 o� 12. 9.7 Construction of 18-inch Infiltration Layer as specified ACRES and shown on the plans at the unit price per acre: _ Dollars Flo and .sir Q Cents ($ MATERIAL: $ O .. S LABOR: $ i 13. 11.3 Construction of 6-inch Erosion Layer as specified -and ACRES shown on the plans at the unit price per acre: j� �uc.�f' "i ctit.2�d.Q.LgQ% Dollars 64 a�— and Cetus Q 01' ) S 2 0 3 r (S, , , .0— MATERML: $ 0 r,. LABOR: $ 1 , ?i o�- 14. 11.3 Seeding and Fertilizing the entire surface of the ACRES Erosion Layer as specifiedand showp on the at r" �plans the unit price per acre. tAL� 4 �►1�ay Dollars and e11,4 0 ,9 iy _) $ 3,27 % MATERIAL: $ Z O O LABOR: $ .2 0 17"� Cell IIA Base Bid Subtotal fig — (items 11-14) s--j-L 7, 0 3 7 r" 202-95 - 5 - 1 A Item Quantity Total Amount r- No. & Unit Description of Item and Unit Price i CELL. ILA ALTERNATE BID NO. 1 r- 15. 9.7 Deduct cK 19-inch Infiltration Layer (Base Bid Item ACRES No. 12) at a unit price per acre: { Dollars and Cents ($ ) <$ > i MATERIAL: $ LABOR: $ Note: Item 15 must be the same price as Item No. 12. 16. 9.7 Providing and installation of GCL as specified and ACRES shown on the plans at a unit price per acre: Dollars and Cents ($ ) $ fps MATERIAL: $ LABOR: $ r 17. 11.3 Construction of an additional 6-inch Erosion Layer ACRES overlaying the initial 6-incb Erosion Layer as specified and shown on the plans at the unit price per acre: Dollars r- j 4 and Cents ($ ) $ MATERIAL. $ LABOR: $ Cell HA Alternate Bid No. 1 Subtotal r (Items 15 through 17) $ /y D 7 7 2672-95 - 6 - Item Quantity Total Amount �• No. & Unit Description of Item and Unit Price CELL HA ALTERNATE BID NO.2 r- 19. 9.7 Deduct 19-inch Infiltration Layer (Base Bid Item ACRES No. 12) at a unit price per acre: Dollars and Cents < $ > MATERIAL: $ LABOR $ r. Note: Item No. 18 must be the same price as Item No. 12. 19. 9.7 Providing and installation of LLDPE as specified and ACRES shown on the plans at a unit price per acre: Dollars and Cents ($ ) $ MATERIAL: $ r" LABOR $ l 20. 11.3 Construction of an additional 6-inch Erosion Layer r ACRES overlaying the initial 6-inch Erosion Layer as specified and shown on the plans at the unit price per acre: j Dollars �., and Cents ($ ) $ MATERIAL: $ LABOR $ R ` Cell IIA Alternate Bid No. 2 Subtotal (Items 18-20) �. r 7 2672-95 - 7 - Item Quantity Total Amount No. & Unit Description of Item and Unit Price CELL ?IA BID SUMMARY � Total Base Bid (Items 11-14) S )) 03 Total Base Bid Plus Alternate No. 1 (Items 11-17) ljf lei D Total Base Bid Plus Alternate No. 2 (Items 11-14 and 18-20) A © A , A 2672-95 -8- 1. 2. 3. 4. 5. 6. 7. 9. 10. = OF SMCONMCMRS L A ju c r> T LL a -SE U. 6 C, -S-S C>c-( A T,5s Minority Owned Yes NO K y Fidelity and Guaranty Insurance Underwriters, :fx. Baltimore, Maryland A Stock Company Bid Bond Bond Number . Applicable Know All Men By These Presents That R.E. MONKS CONSTRUCTION CCMPANY 8355. Vollmer, Road , , , , , , , , , , , , ,,, , , , , , , , , , , of Colorado Springs, Colorado 80908 .. . . .. ........... . ... ....... ... ... ... ................................. ................... . as Principal, and the other undersigned, as Surety, are held and firmly bound unto .CITY OF LiJBBOCK, TEXAS, Municipal Building, 1625 13th Street, RQQM .L—.Q4,..WhbQCk,..TW?S...7 t 01............................................................ as Obligee, in the full and just sum of ... Fiv.e.. Percent..(. of the Total. Arn.unt oftheBid ......... .. ... .... ...... ...a... .. ............................................................................................. Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Whereas, the said Principal is herewith submitting its proposal Cell I & IIA Final Cover Construction Lubbock, Texas, Project No. 13287 The Condition Of This Obligation is such that if the aforsaid Principal shalt be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered June 27, 1995 (Date) ATTEST: R. E. MONKS CONSTRUCTION CC , ... (Seall . ....... ................ .... . r� .. ...... (sean F �if and uara Insu n Un erwriters, Inc. ............. ..I...... .............................. i a Denver, Colo ado J. . I . . ............................... -chards Aiiomey-in-fact 1 Contract 500 (8-94) '7, V I 111"L -4 a j �i F P, K Y, lay PH Imce I V: U, IM IRL wov, PT.,: Im, qqt. �ig 1 Faww f .41 . 44 f4it -Y Y1. t1 Z V61� kVY �! 7. 395 tp Na. .fx -4. N, i�llm '!3 .01 . . . . . . . . . . . .. I A', '•0 i i - Upoor 2--m g d luffixomw XmWas lkwf Means' 9nd bang Its pk*al awes st the (sw if sarom. n ft SLOW ifmw*n(L�dcu her* cmaka and appow B. �'R. Clark, ."'Charles R. -Fleck, 'Courtney Pet6rso 1 1$rouder-,.�,At Sunich L �bs Robeil con LrtO 8, ' JAJamesS. Rosulek, Melvin Rardenbrooiir willim K..Barbour, Celeste Moore AA of to Orf of ':,j,,Denver IbAtft d Coloradoich adether wb&affcfftC*TpwW1nbbx*m qAmw$kV"wc1w & do PUFZUIW WO 0 w 444 tM110.1 diFddAimW.JS s 94 .j...a ".LAAl . i1216bomlik."kco*a= 1Vfts1""mYft W Vr:. JV AN, F -% 9 'Ice A" qr; ;il;lw S@cFj" r Vt, At, Id 1w, z Ist dayd i1909 i bjSWO111fCj Und11'r 2. 'MribM hr WdThm &;*mk"&%ftbmiW wasaw*" N�'-O rmm=kLftt#w.ft=id.Wm& dta FA*14&WG& ., ?"'�'j � : sali Bm" apse J Uradarrr*K$,tscaie btardwhidt lbafaeporipPowetot fty mch wits ad of emu WMVA*tmxk mm un it said — =I affbw In said D 4 tow by We. oWw s3 Vcs Preskim and Anisum V't; j" 1A m 46kaft 3.1th Rh �� - mT;:iW "4 -V, 49 ,e�,• ftit In eornectiari wldi tM awkm of ON C kakan aw i4%41, resok&m Said ftimm sl d Attow tarsW en bdnU d ttr Comptiry wwl}ardSW6,4,, ft 1plrllsi Wan 6uadiw Yic PnsiderR. Bra f x Uxw dVxh cii or iw ftwl� st AW=w or 0 CA d6ci� bitec"Is 10 mom Sit, i".1 bm1b i sij" and hair& sal ftR be and WFA pspeettl dog hm ft pmwandauftft." 1UwWbswd1a 110 awA ad d*mr on I d ft cwvw LL. 1 1. - , - atilt .. . , .9, In. 1- 'wkkWoftmy In ft 111111111,W . and sort rzv Xi .+� V, kaift RuAgam Gift said Cwpwi s`a,doppW` by its Board ,41 6 TSS*=jq WjWW. I h 4N .8 5 W, ime V C N: OAsa aW, 8=%M A- fi4 ", �: 1 FS 81 W" kVidbYftBard d Daaetas 0the fihftwW Cueaesy hasaaoe WHO" 0!4! fiiw. of ach of r 0! MOO ippoiKiiQicttarptrpasasenM:ataerxskiainana!ftemno any am* Feww of: 4 pow a maiiisi'a-wic;iiiiiw -, IlrbadarlsdaRaksiQlOwiliCiiriLO'igdfdl 7 ..ply , I `11,?� , I m t* u 07 .�ICNIVAo QN SO 5. 7 I F Bond No. 19-0120-56355-95(6) STATUTORY PAYMENT BOND PURSUANT TO ARTICLE S 16o OF'aM REVISED CINM STATUTES OF TEXAS AS AMMi~ MED BY ACTS OF THE 56?H LEGISLATURE, REGULAR SESSION, 1959 _ R. E. MONKS CONSTRUCTION COMPANY 8355 Vollmer Road KNOW ALL AMy, By 11iESE �� � Colorado Springs , CO 80908 � �� � pri��($), as PM sad FIDELI � AND GUARANTY INSURANCE UNDERWRITERSt INC., Baltimore, Maryland (=cinafttt called the Surety($), as Sasety(s), &= hdd and Ermly bamd unto the City of Lxtbbxk (hereinafar called the Obligee), in the amount of ONE MILLION SIXTY THOUSAND** Dollazs (s g60,090. yv&jl:mm2q of the United Stales for the payment wh=ot the said Principal and Sway bind themselves, aW their bdrs, adminSsrrat M aceauars, armors and amps A tly and shy, firmly by these presents. 'WIiF1t�S, thep� pal has enterediota a certain tvnuen coot = with the Obliges, dated the 13th day of July .19 Congtruct Cell I_& IIA Final Cover Construction, Lubbock, Texas, Bid Number 13287 and Said Principal: and<x the law is required before eammcaeing the work provided tut in skid con= to exxuic a bond in tbo amoaai of said coauacx winch co== is Iicx b =ft cd to and t nadc a part hereof as fully and to the same c4cnt as if ovpiea at leagth herei L NOW, MURM0 , THE CONDrIMN OF THIS OBLIGAMON IS SUCH, that if the said Praidpal shall pay all claimers supplying labor and material to him or a s9cat>1lractor iu the prosecurion of the wwk provided for is said cort=4 >bm this &H iioa shrill be void; ed=wisc to remain in full form and cffect; PROVIDED, ROWSVM that this bond is euoatted parsuaat to the provisions gArtic a 5160 of the Revised Civil Stattttts of Texas as amcded by Acts of the Stith I;egis =c, Rcgular Session,1959, and all liabilities on this bond shalt be determiaal is accordance with the provisions of said Article to the same =cnt as if it were copied at lezieh. herein. IN V=NE- SS Wk3�1 F, the said Principal (s) and Sway (s) have signed and sealed this insiFument this 28_ � t^ h day of July 1995 Succsy in —Fact "NINETY AND N0/100. R. E. MONKS CONSTRUCTION COMPAN UNDERWRITERS, INC. Principal AttestSed:::, DISCLOSURE OF GUARANTY FUND NONPARTICIPATION In the event the insurer is unable to fulfill its contractual obligation under this policy or contract or application or certificate or evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency protection arrangement for the following business lines: Ocean Marine Insurance, Credit Insurance, Fidelity Bonds, Surety Bonds, and Guaranty Bonds. I3y;Ndt Applicable do I Guaranty Insurance ewiters, Inc. 50203 Ed. 1-90 Printed in U.S.A. PM E The undersigned =tty company mrpr== that it is duly qualified to do busincss in Texas, and h=by desigaatts Howard Cowan an agent residcni in Lubbo& County to wbom any requisite nodccs may be delivered and on. whom. service cf prw= may be lied in =abets afising out of such sus *%Ep. COUNTERSIGNED BY: TEXAS RESIDENT AGENT BYde;/ V' fll/ol^- Howard Cowan Howard Cowan Enterprises, Inc. Aravcdastofasm. 8200 A. Nashville, Suite 201 Lubbock, Texas 79423 Czr��- Z • Note: If signed > y an officer of the Sump Company there must be as We a mad extract from the by-laws showing that this p=m has autbority to sip such obligation. If signod by an Auornry in Fan, we must havo copy of power of attorney for our film F I 32987 r" r Fidelity and Guaranty Insurance Underwriters, Inc. Power of Attorney No. 395 Know so men by these presents: That Fi 14ty sad Gumaq iasomme underwriters. Ire.. a corporation organized and existing under the laws of the State of Wisconsin and having its principal dike st the City of Baltimore, in the State of Maryland, does hereby constidrte and appoint B . R. Clark, Charles H . Fleck, Courtney T. Peterson, Carol Bronder, Robert J. Sunich, Leon B. Dartois, ,Tames S. Rosulek, Melvin Hardenbrook, Jr., J. R. Richards, William K. Barbour and Celeste Moore of the City of Denver , Stated Colorado its true and lawU AnonrsylsWsct each in their separate capacity ff more than one is named above, to sign its name as surety to, and to V Me. seal and ad mowledge anry and all bonds. t ndertakirps, contracts and of w written kutnsnom in the naun tiered an behad of the Company in its kninou d puaranteeimg the fidelity at persons: guaranteeing the perfatmancs of cwa=: and execrnirp or grazavmiev bonds and undertakings required w permitted in any a won or proceedings allowed by law. In iWiitneas Whereof, the said FA@Ibv and Gummy irsaraam Uadorwrlum. Inc. has caused this insttunert to be sealed with its corporate seal. duty attested by the sgnatrres d its Vice President and Assistant Secretary, this is t day d October , U.19 94 . A"*j ad 6aaaaq U rs, be. ORJUEa (S711141 By ..........�............ J (Sol" By ...... ...... ,x ..................... State of Maryfad I Assistant Secretary SS { Balwaso o Gq I 1 On fhEs 1st dayat Oc t ob a ^, - AD.19 94 . baton r nme John A. Haas. Vice President of FWality and 6aaraaq laaraam Underwriters6 lac. and Thorne: J. q start Secretary d said both d whom 1 sm ty acquainted who being by me severally duty :wont said. that they. the said John A. Hu�:J. Frtagerakf wan once President and A � of the said Fid by and Cam" hseroom Underwritsm lac. thein and which the foregoing Power of afsat they each knew the seal d said wrpmat on; that the ii seal affixed to said Power at eal b by order d the d said corporation, and that they signed their names thereto by lire order as Vice President and Assistant Saa of the Company Mycomnissiona;*esthe llth ch `9''"95. gned.Public This Power of Attorney it granted under a � d the following Resolutions adopted by the Board d Directors d the Rdority and Gummy laaraam 1; Uadorwrisam; lac. on September 24.199Z II Resolved, that in carnection with the ' itv and amly a m = btamess at the Con pan y. all bands. urdertahcinpa, contracts and other istnenents relating to `, said business may be sighe& exec itad and acknowledged by persons or unities appointed as AnomeyisWace purrnnt to a Power of Attorney issued in atxxudame with these rasoknions. Said Power(s) d Attomey for and on behad of the Company may and shall be tarectrted in the name and on behaM of the Company. oither by the Chairman, or the Ftosident oran Executive Vice President. or a Senior Vice President, era Vice President or on Assistant Vice Presider[, Joithy with the Secretary or an Assistant Secretary, usmder their respective designations. The sfgnatua e Of sash offices may be empa ved printed or liftpphed. The signettas of each of the foregoing offem and the seal of the j Company may be affixed by facsimile to ar./ Power d Attorney a to arty cartiFrate rolateg thereto appoitirg Attomeyls► i► Fact for purposes one/ d exectig in and attesting i s bonds and w&rtakigs and other writings obligatory in the nature thered. and. udess aubse gmk revoked and subject to any limitations at forth therein, arty such Power of Attorney or certificates bearing etch facsimile sigwwre or facsimile seal shall be valid and biding upon the Company and any such power so executed and certified by such facsimile sigroun and facsimile seai stall be valid and biding upon the Company with respect to any bond or udertakirg to which it is validly attached. Resolved. That AttorneAsWom shell have tie power and sathority, unless subsequently revoked and, in sew case. subject to the terms and limitations of the Power of Attorney issued to thorn, to awAe send deliver on behaF of the Company and te each the seat of the Company to any and all bonds and undertakings, and other writings obligatory in the natLn tiered, and any such istnansmt exerted by such AttornwAsHn fact shag be as binding upon the Company as d signed by an f =Laive officer and sealed and attested to by the Secretary of the Company. 1 Thomas J. FagereK an Assistant Secretaryd the Fideliq and Gummy btsarsrco Uaderwrftets, be. do hereby certdy that the foregoing are true excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24, IM and that these Resdi ions are in furl force and effect. 1, the undersigned Assistant Secretary of the Fidofity and Guaranty lasomsts Underwriters. Inc. do hereby to* that the foregoing Power of Attorney is in full force and affect and has not been revoked In Tostimon y Whereof. I have hereunto set my hand and the mar Fid tad Gummy Oaderwritem be. on this 28th day of July .19 95 a ORrtiiID Assist......... 51 Secretary �_ 19 Sol 094 is as) ozEl":• R Opp 1 Bond No. 19-0120-56355-95(6) STATLTrORY PERFOR14 "CE BOND PURSUANT TO ARTICLE 3160 �. OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED 13Y ` ACTS OF THE SM LEGISLATiME, REGULAR SESSION 1959 r KNOW ALL UMT BY THESE PRESENTS. that * * _. (heranai3er calk4 the Principal(s), as Principal(s), and FIDELJT.Y-!AND GUARANTY RS. INC. altimoret Maryland (b=ina8es cal Icd the Sm y(s), as Suscty(s), atr btld and firmly bound unto the City. of Lubbock (herzinaiter-rialied the ObIigce), in thaAm aourt of ONE MILLION SIXTY THOUSAND***Doa� � (S1,06000. yefal mcnq of the UratM S— for the gay>rteat whereat, the said Principal and Smuy bind tbcmsehv and their bccirs, uWAzl=ators, ==Hors, su=sars and asses f aintly and =Vcralbr. firmly by these presents. WSMP�EAS, the Principal has entered into a c=Wn wr!U= contract with The ObIigre, dazed the jLd-day of July . 19 5 to Construct Cell I & IIA Final Cover Construction, Lubbock, Texas Bid Number 13287 and said PdD1;4 al =Ckr the law is xqui rcd before cotnmencing the wo* provided for in said canner to c==e a bond in the stnottat of said cantra+a which oo U= is hereby refeued to and made a part hereof as fully and to the same txteat as if copied st length herein. NOW, T HEPJEF , TBE CONDITION OF THIS OBLIGATION IS SUCH that if the said Principal shall faithfully perform the wont in acccr&= with thF plans, V=fiead= and contract d= mcnts, then this obligation shall be void; otherwise to rcnzaia in full x w = and effort. PROVIDED HOWEVER, that this bond is =eta ed to the ions 60 of the • ��, p�� P� of Si Ravued CmI Statues of Texas as amended by A= of the 56th LcU'Waturt, regular session 1959, and all lWalities on this bond shall be de =hxd is j ^ ao=d with the pravidow of said article to the sane otcat as if it war copic d at length ticreia. Jul IN`YTINF.SS �, the said Principal (s) and Surety (s) have signed and scaled this inArumart this of r- - Y 19 F FIDELITY AND GUARANTY INSURAN UNDERWRITERS, INC. R. E. MONKS CONSTRUCTION COMPANY Surety Cntle Celeste Moore ey-in-Fact Attested r..1��.�. **R. E. MONKS CONSTRUCTION COMPANY 8355 Vollmer Road, Colorado Springs, Colorado 80908 By; Not Applicable ***NTNFTY AND N0/100. - (Titk) DISCLOSURE OF GUARANTy FUND NONPAR.I.ICIPA,TION In the event the insurer is unable to fulfill its contractual obligation under this policy or contract or application or certificate or evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency Protection arrangement for the following business lines: Ocean Marine Insurance, Credit Insurance, Fidelity Bonds. Surety Bonds, and Guaranty Bonds. $0203 Ed. 1•90 Printed in U.S.A. Guaranty Insurance erwriters, Inc. '. O. Box 7 Colorado 80201 r.. r The t�pxd =ctY=pany rcprts = that it is duty q=Ur-d to do bus;=ss in Tccxs, and h=by desigaat7 rs Howard Cowan an ag=t rtsidmt in Lubbo& C=y to whom any requisite ncmicas may be dchve rd and on whom sctvux of pnm= may be t�sd in =aa= arising out of such suretyship. F - COUNTERSIGNED BY: TEXAS RESIDENT AGENT oward Cowan Howard Cowan Enterprises, Inc. Apptwitdas to form. 8200 A Nashville, Suite 201 Lubbock, Texas 79423 f rBr. k/ 011� Fla r' • Now: 7f signed by an off of the Surcty Company tbere must be on fik a c= fied =aract fmm the try -taws sboowmg ghat this f person has authority to sip such obligation. If signed by an Auxmcy in Fact, wo must havc copy of p014rr of attorney for our fiks. r i; No Text f07/2 . ..:..:... . PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HRH/Talbert ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 455 Sherman Street, Suite 390 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. BOX 9364 COMPANIES AFFORDING COVERAGE Denver, CO 80209 COMPANY AUnited States Fidelity & Guaranty Cc INSURED R. E. Monks Construction Company COMPANY BArgonaut Insurance Company 8355 Vollmer Road P. O. Box 25579 COMPANY C Colorado Springs, CO 80936 COMPANY D THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO MICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICES. LMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE LICYEXPIRATION LIMITS LTA DATE(MM/DD/YY) DATE(MM/DD/YY) A GENERALUABILITY 1MP300872980 05/01/95 05/01/96 GENERAL AGGREGATE s2,000,000 X OMMERCIAL GENERAL LIABILI CLAIMS MADE ❑X OCCUR OWNER'S 1, CONTRACTOR'S PROT PRODUCTS-COMPIOP AGG s2 0 0 0 0 0 0 PERSONAL A ADV INJURY $l 0 0 0 0 0 0 EACH OCCURRENCE $1 0 0 0 0 0 0 FIRE DAMAGE (Any one (Ire $ 50,000 MED EXP (Anyone person $ 5,000 A AUTOMOBILELIABILRY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS IAB300331152 05/01/95 05/01/96 COMBINED SINGLE LIMIT $l, 000, 000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE $ 1� GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT $ OTHER THAN AUTO ONLY: EACHACCIDENT S AGGREGATE II A EXCESS LIABILITY X UMBRELLA FORM OTHER THAN UMBRELLA FORM 1MP300872980 05/01/95 05/01/96 EACH OCCURRENCE s2,000,000 AGGREGATE s2,000,000 $ i B WORKERS COMPENSATION AND EMPLOYERS LIABILITY THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE OFFICERS ARE: EXCL 65550157384 05/01/95 05/01/96 X I STATUTORY LIMITS ....................................... EACHACCIDENT $ ZOO OOO DISEASE -POLICY LIMIT s 500,000 DISEASE -EACH EMPLOYEE S 100,000 OTHER DESORIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS Cell I & IIA Final Cover Construction, Lubbock, Texas Certificate Holder is included as Add'1 Insured on the Gen'l Liab. Cancellation clause is amended to include notice for material change. SHOULD ANYOF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL .]„n DAYS W--RII-TT``EN NOTICE TO THE CERTIFICATE HOLDER NAMED E LEFT, BUT FAILUI`k,T LSUCH NOTICE SHALL IMPOSE)IOOBLIGATION ABILITY R.E. MONKS CONSTRUCTION POLICY NUMBER: 1MP300872980 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY OF LUBBOCK, TEXAS 1625 13TH ST., ROOM L-04 LUBBOCK, TX 79401 as respects: CELL I & IIA FINAL COVER CONSTRUCTION, LUBBOCK, TX (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of -your work" for that insured by or for you. r .. R CG?Q21 �118C Copyright. Insurance Services Office. Inc., 1984 6 5 0 R. E. Monks Construction Company and City of Lubbock, Texas P . O. Box 25579 Colorado Springs, CO 80936 TYPE OF INSURANCE ERTYCAUSES OF LOSS BASIC aBROADEISPEC. 'IAL GENERAL LIABILIT IMS MADE EYCCUF 6 CONTRACTORS PROT RETRO DATE FOR CLAIMS ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY COLLISION: OTHERTHAN UMBRELLA FORM OTHER THAN UMBRELLA FORM I RETRO DATE WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY COVERAGE/FORMS AMOUNT I DEDUCTIBLE I COINSUR. I GENERAL AGGREGATE i PRODUCTS-COMPIOPAGG. _ PERSONAL i ADV.INJURY i EACH OCCURRENCE t FIRE DAMAGE (Any one tire) S MED.EIENSE (Anyone persorg $ COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) S BODILY INJURY O'er accident i PROPERTY DAMAGE S MEDICALPAYMENTS $ PERSONAL INJURY PROT. $ UNINSURED MOTORIST $ ACTUAL CASH VALUE _ STATED AMOUNT = OTHER EACH OCCURRENCE ! AGGREGATE _ SELF -INSURED RETENTION t STATUTORY LIMITS EACH ACCIDENT $ DISEASE -POLICY LIMIT = DISEASE -EACH EMPLOYEE f BUILDERS RISK POLICY SUBJECT TO $1,000. DEDUCTIBLE ALL PERILS EXCEPT $50,000. FLOOD DEDUCTIBLE AND $25,000 EARTHQUAKE DEDUCTIBLE MORTGAGEE ADDITIONAL INSURED r CONDITIONS This Company binds the kind(s) of insurance stipulated on the previous page. The Insurance is �• subject to the terms, conditions and limitations of the poilcy(ies) in current use by the Company. i This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder Is cancelled when replaced by a policy. if this binder Is not replaced by a policy, the Company Is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. APPLICABLE IN NEVADA Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) Is liable to the party presenting the binder as proof of Insurance for actual damages sus- tained therefrom. 1" ACORD76•S(7/90) 2a 2 #475 303-722.8862 r HRH/TALBERT Page 2/3 Job 536 Aug-01 Tue 13:55 1995 AMIRD. INSURANCE BINDER "`ucitwi'"h&DD" l _ 08/0I/95 FM THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE SECOND PAGE OF THIS FORM. PRODUCER OOIVIPAAIT lINOER�`D. —!' HRH/Talbert United States -Fidelity &�BINDER43350 455 Sherman Street, Suite 390 P.O. Box 9364 _ CATE ... Denver, CO 80209 08/O1/95 12:01 ,X 'M 09/Q1/95 X' 2;01A r I NOON THIS SINOER is ISSUED TO WeND cc 4 POP IN THE ABOVE NAMED I COMPANY PER F-A PIRING POLICY NO: CODE _ sue•ccDE 6WE rS %MwWl �A ' ?9""FRaTF6Trl &*aCa14 FOR CELL I & IIA FINAL COVER j City of Lubbock, Texas CONSTRUCTION, LUBBOCK, TEXAS C/O R.E. Monks Construction Company ($1,060,090.) P. 0. Box 25579 Colorado Springs, CO 80936 COVERAGES l TYPE OF INSURANCE PROPERTY CAUSES Of LOSS r " BASIC F 1BROADI (SPEC. COVERAOE/FORME UMITS" AMOUNT DEDUCTWLE iCOMMERCIAL ULMLKAL LIADIU1T GENERAL LIABIL1 AIMLMADE CUR GENERAL AGGREGATE Ill 000 000 PRODUCTS•COMPIOP AGO. i PERSONAL i AOVJNJUFIY i X NEWS& CONTRACTOR'SPROT. EACH OCCURRENCE 51,000,000 .. FIRE DAMAGE (Any we Ira) ; + AIEOMWENSE {Anyone pe RETRO DATE FOR CLAIMS MADE: $ AUTOMOBILE WTY COMBINED SINGLE LIMIT ; ANY AUTO 00OILY INJURY (Per Ows" ALL OWNED AUTOS BODILY INJURY earaccident •_�� ; PROPERTY DAMAGE SCHEDULED AUTOS • _ If a MIRED AUTOS NON.OMrNGO AUTOS MEDICAL PAYMENTS PERSONAL INJURY PROI. OARAGELIABILITY UNINSURED MOTORIST S r' AUTOPMVVCAL VAMAGEOEDUCYIBLE COLLISION: µ ALL VEHICLES ( !N SCHEOULEOVEHICLE& ACTUAL CASH VALUE STATIEDAMOUNT 1EXCESSLIABIL"T OTHER THAN CALL OTHER Pw • EACH OCCURRENCE i AGGREGATE ; UMBRELLAPOAM ; OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: R SELF RETENTION wORKER�ScoIYiPEN6AT)ON AND STATUTORY L!MITS ... _ EACH ACCIDENT ......._........ __....._ ; ._ . DISEASE -POLICY LI MIT ' {IMPLOTLR'BLIABILTTT III _ • _ 011LEASE-EACH EMPLOYEE ; !� IiPECIALCONDITIONSIOTHERCOVERAGEi ;'COVERAGE SUBJECT TO TERMS & CONDITIONS OF THE POLICY ISSUED BY INS. COMPAY. CONTRACTOR: R.E. MONKS CONSTRUCTION, P.O. BOX 25579, COLO. *., SPRINGS CO 80936 1 NAME & ADDRESS PARKHILL, SMITH & COOPER, INC. MORTQAOEE I X� AOOITIONAL INSURED LOSS PAYEE f r LOAN/ AUTHORIZED REPRESEM 303-722-8862 r•^ HRH/TAL6ERT Page 3/3 Job 536 Aug-01 Tue 13:55 1995 CONDITIONS This Company binds the kind(*) of insurance stipulated on the previous page. The Insurance is subject to the terms, conditions and limitations of the pollcy(ies) In current use by the Company. This binder may be cancelled by the Insured by surrender of this binder air by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured In accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder Is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. APPLICABLE IN NEVADA Any person who refuses to accept a binder which provides coverage of less than :1,000,000.00 when proof Is required: (A) Shall be fined not more than $500.00, and (8) Is liable to the party presenting the binder as proof of Insurance for actual damages sus- tained therefrom. r- r .►GOAD ss-6 0M) 2 of 2 # 5 21 L" CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) - provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to } beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; T- (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, vnthin 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workerscompensation insurance. This includes persons providing, mauling, or delivering equipment and materials, or employee." labor or transportation or other service related to the project, regardless of the identity of their employer or status as an E "Call the Texas Workers' Compensation Commission at 514/440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the pmject' (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (lb contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. ❑ _ -Il L--� L—H L� L— 1--, L�' �..-r L,-+ L— ems t—w.+.+ L---� LLi 1-4 �' L—®s .a..r L-L� CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK r,, THIS AGREEMENT, made and entered into this 13th day of July 1995, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and R. E. MONKS CONSTRUCTION COMPANY, of the City of Colorado Springs. County of El Paso, and the State r of TEXAS, hereinafter termed CONTRACTOR b WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby PON agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID # 13287 - CELL I & IIA FINAL COVER CONSTRUCTION- $1,060,090.00 r" and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given �.,. to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account r" thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have �•. year and day first above written. T. . r ATTEST: Corporate Secretary 7 YOR in Lubbock, Lubbock County, Texas in the 1 N - r COMPLETE ADDRESS: R E. Monks P.O. Box 25579 Colorado Springs, Colorado 90936 r" t "a r r r' X GENERAL COMMONS OF THE AGREEMENT r r k a GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. r" 2. CONTRACTOR i 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-vdt: R.E. MONKS CONSTRUCTION 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 SSTEVE JOHNSON, SUPERINTENDENT OF SOLID WASTE, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; 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's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. S. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR r The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for E performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. r 8. 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 documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. AI, POUT 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 documents. He will not be required to make exhaustive or continuous onsite 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 documents, 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 onsite 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. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. L Y 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 all 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 constriction thereaC 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 Representatives' 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 vender 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 direction of the Owner's Representative as rendered shall be promptly carried out, and any claim arising therefrom 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 relative to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail 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 INSPECTTON It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. 16. CNTRA�R'S DUTY SWER NTENIIN ENCED�AND SUPERINTENIN ENCE 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 shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supeMsion 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 to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be boith 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 nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way 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 disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's -- Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's 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 Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or 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 accordMM with the requirements of the contract documents. 7 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 unsuitable 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 rebuild or otherwise remedy such work so that it shall be in full accordance with this contrail. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. r 23. CHANGES AND ALTERATIONS ` The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereo$ either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for 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, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: �^ Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (159%) per cent. 4 k 1 i j In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owners Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 1001/a, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (1591e) of the actual field cost to be paid to Contractor shall _. cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the saw 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 rase any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an -- adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the _ work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. 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 bid to complete the work in accordance with these plans and specifications. It is further understood that any request 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 specified, 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. r 28. r 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" 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, indemnify and save harmless the Owner and all 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 sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorneys 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 progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions either the Contractor or any of his subcontractors. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified Coverage in excess of that specified herein also shall be acceptable. Such insurance 0mll be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of 1,000,000 Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) Single B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $1.000.000 Combined Single Limit This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily lnjury/Property Damage, S 1,000,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonowncrship Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract rice (100•/a of potential loss) naming the City of Lubbock as insured E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $2,000.000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $ 1,000,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. r Duration of the project - includes the time from the beginning of the work on the project until the contractoes/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. — 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. � r Code, Section 401.011(44) for all I of the contractor providing services on the employees P g Project for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all Pins Providuig services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, i.. Section 401.011(44) for all of its employees providing services, on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 1 (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certifies of coverage showing coverage for all persons providing services on the project; and (n) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COi'ERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by xorkes' compensation insurance This Includes persons providing, hauling, or delivering equipment and materials or providing labor or transportation or other service related to the projec 4 regardless of the identity of their employer or status as an employee" "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information .on the legal requirement for coverage, to verify whetheryour employer has provided the required coverage, or to report an employer's fairlure to provide coverage." and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the contractor prior to that person beginning work on the project: (iii) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project: and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vu) notify the governmental entity in writing by certified mail or personal delivery, within + 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (I), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. — 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS. MATERIALMEN. AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES 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 shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (S) days after demand is made, then Owner may; during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof: 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 7 P responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. F32. LAWS AND ORDINANCES r 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 therefiom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. F , 33. 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, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 34. 7-AM FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract 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 any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of S500.00 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be m 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 completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and r' extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, 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. 35. TIME AND ORDER OF COMPLETION ` It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most r conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the — several parts of the work and estimated dates of completion of the several parts. 36. EXTENSION OF TIME The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 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, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension 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 receipt of a written request for an extension of time by the Contractor supported by all requested daumentation shall then submit such written request to the City Council of the City of Lubbock for their consideration 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. 37. 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 incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to — Contractor. 38. OUANTITTES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other -- contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project.— 39. PROTECTION OF ADJOMNG 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 performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by 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 documents and requirements of Owner's Representative. 41. PAYMENTS F 42. 43. 44. No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner`s Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment 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 partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials 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 S% of the amount thereof; which S% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of 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 percentage due Contractor. 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 inspect the work and within said time, if the work be found to be completed or substantially completed in accordance 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. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurements and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shallcertify same to the Owner, who" pay to the Contractor on or before 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 contract; 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 doarments shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if arty) of this contract or required in the specifications made a part of this contract I 45. 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 Contractor 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. 46. 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 date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WIT ERE LD 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. 48. TPAE OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) 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 rase the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Ownees 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 otherwise in the contract documents. 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 orders 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 t" A 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 supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or 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 newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. 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 oonuwt, the Contractor or his Surety shall be credited therewith. 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 issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety 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 fail to pay the amount due the Owner C within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the i 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 ay 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 We may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. r i 50. ABANDONMENT BY OWNER In rase 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, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, 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 r the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the 51 52. 53 54. 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 shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement 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 statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 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. _. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with fall, complete and exclusive power and authority 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 observe 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 shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. No Text Resolution #2502 January 8, 1987 Agenda Item #18 r I DGV:da ocCnl IITTnKi 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 D: 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 Ranett#.-Boyd, City Secretary APPROVED T ONTENT: Bi 1 P�yne, D rector of Building Services 8th day of January , 19S7. L . f-h�� B.C. McMINN, MAYOR APPROVED AS TO FORM: o ld G. Vandiver, First Assistant City Attorney r 7 ` 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 B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman $5.25 Asphalt Shoveler 4.75 Concrete Finisher 7.35 Concrete Finisher -Helper 4.75 Electrician 10.50 Flagger 4.75 Form Setter 6.50 Form Setter -Helper 5.50 Laborer, General 4.75 Laborer, Utility 5.80 Mechanic 6.50 Mechanic -Helper - 6.00 POWER EQUIPMENT OPERATORS Asphalt Paving Machine 6.00 Bulldozer 5.25 Concrete Paving Machinist 6.50 Front End Loader 5.85 Heavy Equipment Operator 6.40 Light Equipment Operator 6.40 Motor Grade Operator 8.00 Roller 5.25 Scraper 5.25 Tractor 5.50 Truck Driver - Light 5.25 Heavy 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D 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 is 1 1/2 times base rate. L-..,.: L--� L ............ ........................ . CITY OF LUBBOCK, TEXAS MMCIPAL SOLID WASTE LANDFILL CELL I & IIA FINAL COVER CONSTRUCTION Supplementary General Conditions and Technical Specifications MAY 1995 u Parkhill. Smith & Cooper, Inc. Engineers ■ Architects ■ Planners SECTION 00003 TABLE OF CONTENTS CITY OF LUBBOCK, TEXAS MUNICIPAL SOLID WASTE LANDFILL FINAL COVER DIVISION 0 - CONDITIONS OF THE CONTRACT 00805 Supplementary General Conditions DIVISION 1 - GENERAL REQUHMMM 01010 Summary of Work 01019 Contract Considerations 01025 Measurement and Payment 01039 Coordination and Meetings 01050 Field Engineering 01090 Reference Standards 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01560 Environmental Protection 01600 Material and Equipment 01700 Contract Closeout DIVISION 2 - SITE WORK 02221 Subgrade Preparation 02237 Infiltration Layer Construction 02245 Linear Low Density Polyethylene Liner 02251 Geosynthetic Clay Liner 02260 Erosion Layer Construction 02936 Seeding DIVISION 3 - CONCRETE Not Required NUMBER OF PAGES 0 1 4 2 1 2 2 4 2 2 6 18 8 4 2672-95 00003 - 1 L r DIVISION 4 - MASONRY Not Required DIVISION 5 - METALS Not Required DIVISION 6 - WOOD AND PLASTICS Not Required DIVISION 7 - TIIERMAT AND MOISTURE PROTECTION Not Required DIVISION 8 - DOORS AND WINDOWS Not Required DIVISION 9 - FINISHES Not Required DIVISION 10 - SPECIALTIES Not Required t DIVISION 11- EQUIPMENT Not Required DIVISION 12 - FURNISHINGS Not Rewired r DIVISION 13 - SPECIAL CONSTRUCTION Not Required DIVISION 14 - CONVEYING SYSTEMS Not Required 4- i (' 2672-95 00003 - 2 NUMBER OF PAGES NUMBER OF PAGES DIVISION 15 - AIECHANTICAL Not Required DIVISION 16 - ELECTRICAL Not Required APPENDIX A - FINAL COVER QUALITY CONTROL PLAN 2672-95 00003 - 3 SECTION 00805 SUPPLEMENTARY GENERAL CONDITIONS a PART1 GENERAL The following paragraphs identify and describe changes to specific paragraphs in the General Conditions. 1.1 ADDITIONS, DELETIONS, AND REVISIONS 1.1.1 General Conditions "II. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE", delete the entire paragraph and replace with the following: The Contractor will be furnished five (5) sets of the full-sized drawings and five (5) sets of the specifications for use during construction. This shall include all plans and specifications furnished to material suppliers and subcontractors but does not include executed contract copies. Plans and specifications for use during construction will be furnished directly only to the contractor. 1.1.2 General Conditions "13. LINES AND GRADES", add a second paragraph as follows: Benchmark locations and information furnished by the Owner's Representative are for initial construction layout and final construction verification. If a portion of the work fails and requires additional work by the Contractor, additional surveys will be provided by the Owner's Representative at Contractor's expense. The Contractor shall be billed directly for additional surveys by the surveyor at the rates being paid by the Owner. Failure of the Contractor to pay for additional surveys will result in a reduction of that amount from the final payment. 1.1.3 General Conditions "21. OBSERVATION AND TESTING", add a fourth paragraph as follows: The Contractor shall pay all costs for pre -construction testing called for in the Technical Specifications and for all failing tests during construction. The Owner shall pay for all construction testing except for failed tests. The Contractor shall be billed directly for failed tests by the testing laboratory at the rate per test being paid by the Owner. Failure of Contractor to pay for failed tests "will result in a reduction of that amount from final, payment. 1.1.4 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT", delete the first paragraph of this section. 1.1.5 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC", modify as follows: Delete the fourth sentence of the first paragraph, i.e., "The Contractor, his sureties... including attorney's fees." and replace it with the following: "The Contractor, his sureties and insurance �., carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents, including Engineer, and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any + subcontractor, their agents or employees, in the execution and supervision of said contract, and l 2672-95 00805 - 1 project which is the subject matter of this contract, on account of the failure of the Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, including Engineer, or employees including attorney's fees." 1.1.6 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows: A. Add the following paragraph after the first paragraph: "All insurance, as hereafter _ specified, shall include a waiver of subrogation against the Owner, the Owner's agents, and the Owner's Engineer." B. In addition to the City, the Engineer is to be named as an additional insured on the Comprehensive General Liability Insurance, the Owner's Protective or Contingent Public Liability and Property Damage Liability Insurance, the Comprehensive Automobile Liability Insurance and the Excess or Umbrella Liability Insurance policies, and a copy of the endorsement doing the foregoing is to be attached to the Certificates of Insurance for such policies. C. The Engineer is to be named as an additional insured on the Builder's Risk Insurance Policy, as its interests may appear. 1.1.7 General Conditions "39. PROTECTION OF ADJOINING PROPERTY", modify as follows: Delete the last sentence of the paragraph, i.e., "The Contractor agrees to... out of the existence or character of the work." and replace it with the following: "The Contractor agrees to . indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for damages due to any adjacent or adjoining property arising or growing out of the performance •- of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work." 1.1.8 General Conditions "53. SPECIAL CONDMONS", modify as follows: Delete the paragraph and replace it with the following: "In the event any special or supplementary general conditions that are a part of the contract documents conflict with any of the general conditions contained in this contract, then in such event the special or supplementary general conditions shall control." y 1.2 Additional Paragraphs 1.2.1 General Conditions 56. CONSTRUCTION PROCEDURES AND SAFETY:" r Owner's Representative and the Engineer shall not specify construction or service -related procedures and shall not manage, control or have charge of construction, nor shall Owner's _ Representative or Engineer implement or be responsible for health or safety procedures. Owner's Representative and Engineer shall not be responsible for the acts or omissions of Contractor or other parties on the project and shall not be responsible for construction means, methods, techniques, sequences, or procedures, nor for precautions or programs. All of these matters shall be the responsibility of the Contractor. Owner's Representative's and Engineer's monitoring or review of portions of the work performed under any construction contracts shall not relieve the Contractor from its responsibility for performing the work in accordance with the applicable contract documents." Contractor shall defend, indemnify and hold harmless Owner, Engineer, their officials, officers, directors, consultants, agents and employees from and — against all claims, damages, whether direct, indirect or consequential, losses and expenses 2672-95 00805 - 2 M (including but not limited to attorney's fees and court costs) connected with any illness, injury or loss to the person or property of Contractor, its, subcontractors, suppliers, their employees and agents, or any other person, arising out of or resulting from Contractor's responsibilities under this paragraph; the foregoing shall apply notwithstanding the negligence of any person or entity indemnified hereunder. Not withstanding the above, the Contractor will not be required to indemnify the Owner's Representative or the Engineer to causes arising out of the Engineer's negligent acts, errors, or omissions. 1.2.2 General Conditions 57. RESIDENT PROJECT REPRESENTATIVE OM): General: RPR is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. A. Duties and Responsibilities of RPR: 1. Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings. 3. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents, and assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on -site operations. b. Assist in obtaining from Owner additional details or information, when required for proper execution of the Work. B. Shop Drawings and Samples: 1. Record date of receipt of Shop Drawings and samples. 2. Receive samples which are furnished at the site by Contractor, and notify Engineer of availability of samples for examination. 3. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the Engineer. C. Review of Work, Rejection of Defective Work, Inspections and Tests: 1. Conduct on -site observations of the Work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. 2672-95 00805 - 3 2. Report to Engineer whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 3. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that Contractor maintains adequate records thereof; and observe, record and report to Engineer appropriate details relative to the test procedures and startups. 4. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to Engineer. D. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Engineer. Transmit to Contractor decisions as issued by Engineer. E. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor decisions as issued by Engineer. F. Records: 1. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. 2. Keep a diary or log book, recording Contractor hours on the job site, weather conditions, data relative to questions or Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. 3. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment., G. Reports: 1. Furnish Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 2. Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. %., .1 2672-95 00805 4 r proposed Change Orders and Work Directive Changes, obtaining backup 3. Draft P po g g , taming material from Contractor and recommend to Engineer Change Orders, Work Directive Changes, and Field Orders. 4. Report immediately to Engineer and Owner upon the occurrence of any accident. H. Payment Requests: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values. Work completed and materials and equipment delivered at the site but not incorporated in the Work. I. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forwarding to Owner prior to final payment for the Work. J. Completion: 1. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. 2. Conduct final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be completed or corrected. 3. Observe that all items on final list have been completed or corrected and make r a recommendations to Engineer concerning acceptance. K. Limitations of Authority: Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by Engineer. 2. Shall not exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's superintendent. r+ 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or sample submittals from anyone other than Contractor. .t 1 V 7. Shall not authorize Owner to occupy the Project in whole or in part. AMZh 2672-95 00805 - 5 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by Engineer. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2672-95 00805 - 6 (i SECTION 01010 SUMMARY OF WORK PART1 GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas "Cell I and Cell HA Fingal Cover Construction." B. Location: City of Lubbock, Texas, Municipal Solid Waste Landfill, Cell I and HA. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a description of the Project is as follows: The project consists of closing Cell I and Cell HA at the City of Lubbock Municipal Solid Waste Landfill in accordance with the Texas Natural Resource Conservation Commission (TNRCC) Municipal Solid Waste Regulations. The Contractor will be responsible for: 1) Rough grading and placing select earthen subgrade material to provide a smooth surface, free of large rocks and debris, capable of supporting compaction of subsequent layers; 2) Placing and compacting an Infiltration Layer consisting of 18-inches of earthen material that has a constructed coefficient of permeability no greater than lxl0-' cm/sec. 3) Placing an Erosion Layer, consisting of 6-inches of select earthen material over the Infiltration Layer; and 4) Excavating and constructing a 3-foot wide by 3-foot deep cut-off wall using the same material as the Infiltration Layer, will be installed along Blackwater r.. Draw at the toe of the side slopes on the north and east sides of the cell. D. Alternate Construction: As an alternative, the Contractor may submit a proposal incorporating a Geosynthetic Clay Liner (GCL) or a 40 mil Linear Low Density Polyethylene (LLDPE) Liner, in lieu of the 18-inch Infiltration Layer, including all subgrade preparation necessary above that required for an Infiltration Layer. The " Erosion Layer for these alternatives will be 12-inches thick. t 2672-95 01010 - 1 1.4 CONTRACT TIME AND LIQUIDATED DAMAGES A. Completion of the Project in a timely manner is of utmost importance. The Contractor will be required to complete the project within 150 days from the date of the Notice to Proceed. B. Liquidated Damages will be incurred at $500.00 per day after the 150-day contract time not including Engineer approved Weather Days. 1.5 CONTRACTOR USE OF SITE A. Limit use of site to allow one Owner occupancy. B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. 1.6 OWNER OCCUPANCY A. The Owner will occupy the site during construction for the conduct of normal operations. B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. C. Schedule the Work to accommodate this requirement. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2672-95 01010 - 2 SECTION 01019 CONTRACT CONSIDERATIONS PART1 GENERAL 1.1 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.2 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. B. Section 01600 - Material and Equipment: Product substitutions. 1.3 APPLICATIONS FOR PAYMENT A. Submit four copies of each application to the Engineer. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. 1.4 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2672 95 01019 - 1 w 71SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL The unit price or lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid prices on the various items. 1.1 BASE BID CELL I. A. Subgrade Preparation Payment will include the following; 1) Filling and compacting of all low areas with on site earthen material; 2) Rough grading of subgrade to an even surface that allows free drainage across the site. Price will include all labor, equipment, and superintendence necessary to prepare the subgrade to the grades shown on the plans and in accordance with the Specifications. Payment for all filling and compacting operations regardless of the total cubic yards of material used, and all grading to establish drainage will be made for actual measured acreage of completed subgrade. B. Infiltration Layer Payment will be made for constructing the 18-inch thick Infiltration Layer in accordance with the Plans, Specifications and City of Lubbock Final Cover Quality Control Plan (FCQCP). The material to be used for the construction of the Infiltration Layer is available on -site. Price will include all labor, equipment, and superintendence necessary to install the 18-inch thick Infiltration Layer to the specified density and permeability. Payment will be made for actual measured in -place acreage of the completed, tested and approved 18-inch thick Infiltration Layer. C. Erosion Layer Payment will be made for constructing the 6-inch thick Erosion Layer in accordance with the Plans, Specifications and City of Lubbock Final Cover Quality Control Plan (FCQCP). The material to be used for the construction of the Erosion Layer is available on -site. Price will include all labor, equipment, and superintendence necessary to install the 6-inch thick Erosion Layer. Payment will be made for actual measured in place acreage of the 6-inch thick Erosion Layer. D. Cut -Off Trench t The Cell I cut-off trench along Black -water Draw will not be paid separately. Payment is incidental to the cost of the Infiltration Layer. 2672-95 01025 - 1 Payment will be made for planting of seed and application of fertilizer across the entire cell. Price will include all labor, equipment, and superintendence necessary to plant seed and fertilize over the entire surface of the erosion layer as specified. Payment will be made for actual measured acreage of seeding and fertilization. 1.2 BASE BID CELL HA A. Subgrade Preparation Payment will include the following; 1) Filling and compacting of all low areas with on site earthen material; 2) Constructing the soil embankment on the entire western side slope (nominal width at 20 feet); and 3) Rough grading of subgrade to an even surface that allows free drainage across site. Price will include all labor, equipment, and superintendence necessary to prepare the subgrade and construct the western embankment to the grades shown on the plans and in accordance with the specifications. Payment for all filling, compaction, and embankment construction regardless of the total cubic yards of material used, and all grading to establish drainage will be made for actual measured acreage of completed subgrade. B. Infiltration Layer Payment will be made for constructing the 18-inch thick Infiltration Layer in accordance with the Plans, Specifications and City of Lubbock Final Cover Quality Control Plan (FCQCP). The material to be used for the construction of the Infiltration Layer is available on -site. Price will include all labor, equipment, and superintendence necessary to install the 18-inch thick Infiltration Layer to the specified density and permeability. Payment will be made for actual measured in -place acreage of the completed, tested and approved 18-inch thick Infiltration Layer. C. Erosion Layer Payment will be made for constructing the 6-inch thick Erosion Layer in accordance with the Plans, Specifications and City of Lubbock Final Cover Quality Control Plan (FCQCP). The material to be used for the construction of the Erosion Layer is available on -site. Price will include all labor, equipment, and superintendence necessary to install the 6-inch thick Erosion Layer. Payment will be made for actual measured in -place acreage of the 6-inch thick Erosion Layer. D. Seeding and Fertilization Payment will be made for planting of seed and application of fertilizer across the entire cell. Price will include all labor, equipment, and superintendence necessary to plant seed and fertilize over the entire surface of the erosion layer as specified. Payment will be made for actual measured acreage of seeding and fertilization. 2672.95 01025 - 2 r f,y 1.3 ALTERNATE BID NO. 1 A. Geosynthetic Clay Liner (GCL) GCL may be bid as an alternate material in place of the 18-inch Infiltration Layer, or the material noted in Alternate Bid No. 2. Payment will be made for furnishing and installing the GCL in accordance with the Plans and Specifications and the City of Lubbock Final Cover Quality Control Plan (FCQCP). Price will include all anchor trenches, cut-off walls, labor, material, equipment, and superintendence necessary to j install the GCL and any additional subgrade preparation necessary over and above what is required in Section 1. LA, above. Payment will be made for actual measured in -place r�• acreage of GCL installed. B. Additional Erosion Layer 1 Payment will be made for an additional 6-inch thick Erosion Layer that overlays the initial 6-inch thick Erosion Layer from the Base Bid. The additional 6-inch layer material is constructed from the same material and in identical manner as the Base Bid layer. Price will include all labor, equipment, and superintendence necessary to install the additional 6-inch thick Erosion Layer. Payment will be made for actual measured in -place acreage of additional 6-inch Erosion Layer. !( 1.4 ALTERNATE BID NO. 2 A. Linear Low Density Polyethylene (LLDPE) Liner LLDPE may be bid as an alternate material in place of the 18-inch Infiltration Layer or the material noted in Alternate Bid No. 1. Payment will be made for furnishing and installing the LLDPE liner in accordance with the Plans, Specifications and the City of Lubbock Final Cover Quality Control Plan (FCQCP). Price will include all anchor trenches, cut off walls, labor, material, equipment, and superintendence necessary to install the LLDPE liner and any additional subgrade preparation necessary, above what is required in Section 1. LA, above. Payment will be made for actual measured in -place acreage of LLDPE liner installed. B. Additional Erosion Layer Payment will be made for an additional 6-inch thick Erosion Layer that overlays the initial 6-inch thick Erosion Layer from the Base Bid. The additional 6-inch layer material is constructed from the same material and in identical manner as the Base Bid layer. Price will include all labor, equipment, and superintendence necessary to install the additional 6-inch thick Erosion Layer. Payment will be made for actual measured in -place acreage of additional 6-inch Erosion Layer. 1.5 FINAL CLEANUP The Contractor shall perform final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include removing all construction materials and in general preparing and leaving the site in an orderly manner. 2672-95 01025 - 3 The cost of cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2672-95 01025 - 4 SECTION 01039 COORDINATION AND MEETINGS PART1 GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. .A i C. Site mobilization conference. 1.2 RELATED SECTIONS + A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction _ elements, with provisions for accommodating items installed later. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. 1.4 FIELD ENGINEERING d A. Control datum for survey is that shown on Drawings. B. Provide field engineering services in accordance with Section 01050 Field Engineering. Establish elevations, lines and levels utilizingrecognized engineering survey practices. 1.5 SITE MOBILIZATION CONFERENCE A. Engineer will schedule a conference at the Project site prior to Contractor occupancy. B. Attendance Required: Engineer and Contractor's Superintendent. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. ' 8. Procedures for testing. r 9. Procedures for maintaining record documents. 2672-95 01039 - 1 1.6 MONTHLY MEETINGS A. A monthly meeting shall be held at the work area on a date agreed upon by the Contractor, Engineer and Owner's Representative. At minimum, the meeting will be attended by the Contractor and the Engineer on a date agreed upon at the Site Mobilization Conference. The purpose of the meeting is to: 1. Review the work activity and location for the month. 2. Discuss the Contractor's personnel assignment for the month. 3. Review the previous month's activity. 4. Review the work schedule. 5. Discuss the possible problem areas and situations. 1.7 MEETING MINUTES A. Contractor is responsible for preparing and distributing, to all parties in attendance, copies of minutes of all scheduled meetings. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2672-95 01039 - 2 PART 1 GENERAL i 1.1 SECTION INCLUDES IA. Survey Requirements Owner B. Survey Requirements - Contractor rp► C. Owner Option { 1.2 RELATED SECTIONS 4 1. A 4 A. General Conditions of the Contract B. Section 00805 - Supplementary General Conditions 1.3 SURVEY REQUIREMENTS - OWNER The Owner will provide sufficient bench mark control on site for use by the Contractor. 1.4 SURVEY REQUIREMENTS - CONTRACTOR A. The Contractor will maintain a qualified surveyor and field party at the job site during construction. B. The Contractor will provide all equipment and personnel necessary for layout of the work and maintaining adequate survey control of the work. The Contractor will stake out all cut and fill control stakes as necessary to perform the work. - C. The Contractor will make any and all surveys computations as are necessary to determine the quantities of work performed during each progress payment period. All field notes, books, cross sections, and other such records made by the Contractor shall be furnished to the Engineer for use in verifying the extent of completed work. 1.5 VERIFICATION SURVEY - OWNER The Owner may at any time provide a surveyor at Owner's expense for the purpose of verification of Contractor's pay request, or lines and grades of the work. Contractor will cooperate and allow Owner's surveyor access to project. 1.6 APPROVED GRID LAYOUT The project plans contain a grid system for each cell to aid in construction layout. Contractor will be required to layout project on the grid as shown on the plans. 1.7 SITE GRADING AND THICKNESS VERIFICATION w. 2672-95 A. After establishment of grid and prior to infiltration layer installation, the Contractor must contact the Engineer so that top of subgrade elevations can be established. Notify 01050 -1 Engineer of surveying needs at least 2 days in advance. Survey will be performed at Owner's expense. B. After placement of infiltration layer and prior to erosion layer installation, the Contractor must contact the Engineer to verify infiltration layer thickness. Notify Engineer of surveying needs at least 2 days in advance. Survey will be performed at Owner's expense. C. After placement of erosion layer, Contractor must contact the Engineer to verify final cover thickness. Notify Engineer of surveying needs at least 2 days in advance. Survey will be performed at Owner's expense. D. If any of the Engineer's surveys show that thicknesses are not in compliance with the specifications, the Engineer will notify the Contractor of the deficiencies so that they can be corrected. After the deficiencies have been corrected, Contractor must notify Engineer to verify corrections. Notify Engineer of surveying needs at least 2 days in advance. Correction surveys will be at Contractor's expense. 1.8 SURVEY DATA - REQUIRED FORMAT A. Electronic data required - ASC II. B. ASC R format: , Northing, Easting, Elevation, C. Horizontal Control: Texas State Plane. D. Vertical Control: NAD1927. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 2672-95 01050 -2 PART1 GENERAL 1.1 SECTION INCLUDES f y. A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are r specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. 1.4 SCHEDULE OF REFERENCES a ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 TNRCC Texas Natural Resource Conservation Commission Box 13087 Austin, Texas 78711-3087 PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used 2672 95 END OF SECTION 01090 - 1 SECTION 01300 SUBMITTALS PART GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Survey information. D. Synthetic liner alternatives. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Manufacturers' field services and reports. D. Section 01700 - Contract Closeout: Contract warranty, manu-facturer's certificates and closeout submittals. 1.3 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed. for Engineer review. B. Revise and resubmit as required. C. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.4 SURVEY INFORMATION A. Submit to Engineer for approval, project layout information including benchmark location and information, grid point locations and elevations, 18" infiltration layer limits, project limits, baselines, etc. B. Provide survey information on a sheet of maximum size 24" x. 36" C. Provide electronic copy of all data in accordance with Section 01050 Field Surveying. 1.5 SYNTHETIC LINER ALTERNATES A. Submit all information on geosynthetic clay liner or linear low density polyethylene as required in these specifications. B. Submit three copies plus number of submittals Contractor needs returned. PART 2 PRODUCTS Not Used 2672-95 01300 - 1 PART 3 EXECUTION Not used END OF SECTION 2672 95 01300 - 2 SECTION 01400 QUALITY CONTROL PART1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01090 - Reference Standards. D. Section 01300 -Submittals: Submission of Manufacturers' Instructions and Certificates. E. Section 01600 - Material and Equipment: Requirements for material and product quality. F. Attachment A - City of Lubbock, Texas, Final Cover Quality Control Plan (FCQCP). 1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Perform work by persons qualified to produce workmanship of specified quality. 1.4 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor will perform all testing services of the Geosynthetic Clay Liner (GCL) or the Linear Low Density Polyethylene (LLDPE) Liner. B. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing of material used for construction of the GCL or the LLDPE. C. The Contractor or the independent firm will perform inspections, tests, and other services specified for the GCL or LLDPE liner in individual specification Sections and as required by the Engineer. D. Reports will be submitted by the Contractor or the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. E. Retesting, required because of non-conformance of the GCL or the LLDPE liner to specified requirements, shall be performed by the either the Contractor or the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor. 2672A5 01400 - 1 i 1.5 FINAL COVER SYSTEM A. Subgrade 1. In -Place Density = 90% Standard Proctor (maximum) B. Infiltration Layer 1. Thickness = 18" minimum, 22.5" maximum 2. Permeability = 1x10'' cm/sec maximum 3. In Place Density = 95 % Standard Proctor (minimum) C. Erosion Layer 1. Thickness = 6" minimum (12" minimum for GCL and LLDPE) 2. Permeability = No requirement 3. In -Place Density = 90% Standard Proctor (minimum) PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used. END OF SECTION 2672-95 01400 - 2 l' T e SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1 PART1 GENERAL K 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, water, and sanitary facilities. B. Temporary Controls: Barriers, water control, protection of the Work, and security. .� C. Construction Facilities: Progress cleaning and removal of utilities. 0 t 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY ELECTRICITY A. Provide temporary electric feeder from the existing electrical service as needed for Contractor's operations. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required by Contractor's operations. Provide flexible power cords as required. r" D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. 1.4 TEMPORARY WATER SERVICE A. Connect to existing water source or provide pumping equipment, as directed by the Owner for construction operations. l B. Owner will pay cost of water used. Exercise measures to conserve water. ra 1.5 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain 1- daily in clean and sanitary condition. .:� 1.6 BARRIERS Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. 2672-95 01500 - 1 1~` 1.7 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.8 PROTECTION OF INSTALLED WORK Protect installed Work and provide special protection where specified in individual specification Sections. 1.9 SITE ENTRANCE SECURITY Contractor will be provided with a separate gate for employee entrance. Gate must be kept locked at all times when not in use, or maintain a guard to prevent unauthorized entrance. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose on existing working face at intervals as required to maintain clean site. 1.11 REMOVAL OF UTILITIES Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2672-95 01500 - 2 .a f SECTION 01560 FENVIRONMENTAL PROTECTION PART1 GENERAL l 1.1 REFERENCES T The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910-SUBPART G Occupational Health and Environmental Control CORPS OF ENGINEERS (COE) COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management 1.2 DEFINITIONS A. Sediment Soil and other debris that have eroded and have been transported by runoff water or wind. B. Solid Waste Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Wastes This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes 1. Sewage Wastes characterized as domestic sanitary sewage. 2. Garbage Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. G. Oily Waste Petroleum products and bituminous materials. 1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops 2672-95 01560 - 1 during normal construction practice. Plan for and provide environmental protective measures required to correct conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noise pollution. A. Storm Water Pollution Prevention Plan (SWPPP) Prepare and comply with SWPPP in accordance with "NPDES General Permits for Storm Water Discharges From Construction activities that are classified as 'Associated with Industrial Activity'", Federal Register, Vol. 57, No. 175, September 9, 1992. Submit SWPPP to Engineer within fifteen days after Notice to proceed. B. Preconstruction Survey Perform a preconstruction survey of the project site with the Engineer, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. PART 2 PRODUCTS Not used. PART 3 EXECUTION - 3.1 PROTECTION OF NATURAL RESOURCES Preserve the natural resources within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. A. Land Resources — Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Engineer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Engineer. Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 1. Protection -- Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. 2. Replacement Remove trees and other landscape features scarred or damaged by equipment _ operations, and replace with equivalent, undamaged trees and landscape features. Obtain Engineer's approval before replacement. 2672-95 01560 - 2 3. Temporary Construction Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. B. Water Resources 1. Oily wastes Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. C. Fish and Wildlife Resources Do not disturb fish and wildlife. Do not alter water flows or otherwise significantly disturb the native habitat adjacent to the project and critical to the survival of fish and wildlife, except as indicated or specified. 3.2 HISTORICAL AND ARCHAEOLOGICAL RESOURCES A. Carefully protect in place and report immediately to the Engineer historical and archaeological items or human skeletal remains discovered in the course of work. Stop work in the immediate area of the discovery until directed by the Engineer to resume work. If historical and archaeological resources such as artifacts (stone tools), features (stone walls), deposits (sea shells and charcoal stained soil), human bones and other cultural remains are encountered, stop that portion of work and notify the Engineer immediately. Within thirty-six (36) hours the Owner will determine if a change pursuant to the Contract should be issued or to direct the Contractor to proceed without change. No adjustment in contract price or completion time will be allowed for delays that do not exceed thirty-six (36) hours from the time the Contractor is notified to stop work. The Owner retains ownership and control over historical and archaeological resources. B. There is an existing archaeological site adjacent to the project site on the north side of the site. It is mandatory that all construction activities be coordinated to avoid adverse impact on the site. Contractor is responsible for any unauthorized destruction that might result to the restricted area by construction personnel. 3.3 EROSION AND SEDIMENT CONTROL MEASURES A. Burnoff Burnoff of the ground cover is not permitted. B. Borrow Areas Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils Immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. '- 2672-95 01560 - 3 1 D. Temporary Protection of Erodible Soils Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.4 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. B. Garbage Disposal Place garbage in approved containers, and move to a pickup point or disposal area, where directed. 3.5 DUST CONTROL Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. END OF SECTION 2672-95 01560 - 4 i PART GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS Products mean new material, components, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 2672-95 01600 - 1 t• 5. Store loose granular materials on solid flat surfaces in a well -drained area. Provide cover to stockpile to prevent windblown contaminants from mixing with the stockpile. Granular materials shall not be stored on bare ground or asphalt surfaces. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not used END OF SECTION 2672-95 01600 - 2 SECTION 01700 CONTRACT CLOSEOUT PART GENERAL 1.1 SECTION INCLUDES J A. Closeout procedures. B. Final cleaning. C. Project record documents. D. Warranties. k 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 -Supplementary General Conditions. C. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples, 6. Final seam layout of all liner sections. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Submit documents to Engineer with claim for final Application for Payment. 2672-95 01700 - 1 d 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Submit prior to final Application for Payment. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION 2672-95 01700 - 2 SECTION 02221 SUBGRADE PREPARATION PART1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation, title or are used to establish criteria. The latest publication in use at the time of the executed contract shall be the one used on this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 698 1991 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft (600 kN-m/m)) TEXAS NATURAL RESOURCE CONSERVATION COMMISSION TNRCC, 31 TAC Chapter 330 Texas Water Commission, Municipal Solid Waste Management Regulation. 1.2 DEFINITIONS A. Backfill A specified material used in refilling a cut, trench, over excavation or other excavation, placed at a specified degree of compaction. B. Compaction The process of mechanically stabilizing a material by increasing its density at a controlled moisture condition. "Degree of Compaction" is expressed as a percentage of the maximum density obtained by the test procedure described in ASTM D 698 for general soil types abbreviated in this specification as " 95 percent ASTM D 698 maximum density". - C. Embankment A "fill" having a top that is higher than adjoining ground. D. Excavation The removal of soil, rock, or hard material to obtain a specified depth or elevation. E. Fill Specified material placed at a specified degree of compaction to obtain an indicated grade or elevation. F. Hard Material Weathered rock, dense consolidated deposits or conglomerate materials, (excluding manmade materials such as concrete) which are not included in the definition of "rock" but which usually require the use of heavy excavation equipment with ripper teeth or the use of jack hammers for removal. 2672-95 02221- 1 G. In Situ Soil Existing in place soil. H. Lift A layer (or course) of soil placed on top of a previously prepared or placed soil. I. Rock Solid, homogeneous, interlocking crystalline material with firmly cemented, laminated, or foliated masses or conglomerate deposits, neither of which can be removed without systematic drilling and blasting, drilling and the use of expansion jacks or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers; also large boulders, buried masonry, or concrete other than pavement, exceeding 1 cubic yard in volume. Removal of "hard material" will not be considered rock excavation because of intermittent drilling and blasting that is performed merely to increase -- production. J. Soil The surface material of the earth's crust resulting from the chemical and mechanical weathering of rock and organic material. K. Subgrade The material in excavation (cuts) and fills (embankments) immediately below any _ subbase, base, liner, or other improvement. Also, as a secondary definition, the level below which work above is referenced. L. Topsoil In natural or undisturbed soil formations, the fine-grained, weathered material on the surface or directly below any loose or partially decomposed organic matter. Topsoil may be a dark -colored, fine, silty, or sandy material with a high content of well decomposed organic matter, often containing traces of the parent rock material. Gradation and material requirements specified herein apply to all topsoil references in this contract. The material shall be representative of productive soils in the vicinity. M. Unsatisfactory Material Existing, in situ soil or other material which can be identified as having insufficient strength characteristics or stability to carry intended loads in fill or embankment without excessive consolidation or loss of stability. Unsatisfactory materials also include man-made fills, refuse, frozen material, uncompacted backfills from previous construction, unsound rock or soil lenses, or other deleterious or objectionable material. N. Working Platform A layer of compacted crushed rock or natural stone that replaces the in situ soil to provide a stable, uniform bearing foundation for construction equipment to facilitate further site construction. 1.3 DELIVERY AND STORAGE Deliver and store materials in a manner to prevent contamination or segregation. 1.4 CRITERIA FOR BIDDING Base bids on the following criteria: a. Surface elevations as indicated. b. The character of the material to be excavated or used for subgrade is as indicated. Hard material shall not be considered as rock and removal of such material shall not give 2672-95 02221 - 2 cause for a claim for additional compensation regardless of hardness or difficulty in removing. Rock as defined in the paragraph entitled, "Definitions," will not be encountered. c. Suitable backfill and fill material in the quantities required is available at the project site. d. Blasting will not be permitted. Remove material by drilling and use of expansion jacks or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers, or as approved by the Engineer. 1.5 RELATED DOCUMENTS The following documents apply to the work of this Section A. Project Drawings B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.6 SECTION INCLUDES A. Project site has been filled to near final grades shown on Project Drawings. Earthwork shall include the following. 1. Preparing and grading subgrades for Infiltration Layer. 2. Excavating and backfilling anchor trenches. 1.7 RELATED SECTIONS A. Section 02237 - Infiltration Layer. B. Section 02251 - Geosynthetic Clay Liner. C. Section 02245 - Linear Low Density Polyethylene (LLDPE) Liner. 1.8 QUALITY ASSURANCE A. Codes and Standards: Perform earthwork complying with requirements of authorities having jurisdiction. B. Site must be graded to allow rainfall water runoff without ponding. PART 2 PRODUCTS 2.1 FELL SOIL A. Material used for fill soil is located in Stockpile #1 located north of project. 2672-95 02221 - 3 PART 3 EXECUTION 3.1 PROTECTION A. Dewatering 1. Prevent surface water from ponding on prepared subgrades and from flooding Project site and surrounding area. 2. Protect subgrades from softening and damage by rain or water accumulation. B. Water Removal Remove water by pumping or other methods to prevent the softening of exposed surfaces. C. Protection and Restoration of Surfaces ;--- Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations or grades and restore surface construction prior to acceptance. Protect existing streams, ditches and storm drain inlets _ from water -borne soil by means of straw bale dikes or filter fabric dams as needed. Conduct work in accordance with requirements specified in Section 01560, "Environmental Protection." 3.2 CLEARING AND GRUBBING Unless indicated otherwise, remove trees, logs, stumps, shrubs, and brush within the limits of construction. Grub out matted roots and roots over 2 inches in diameter to at least 18 inches below the existing surface. Brush, stumps, roots, and unmerchantable timber shall become the property of the Contractor and be removed as directed by the Engineer. Conduct work in accordance with requirements specified in Section 01560, "Environmental Protection." 3.3 PREPARATION OF SUBGRADE A. Backfill all "low" areas with soil and compact as required. B. Grade site to smooth, uniform and compacted surface. Remove all stones larger than 1-inch in diameter and any other objects which could damage overlying materials. C. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by the Engineer. D. Waste encountered by grading operation must be either immediately covered, or hauled to the waste disposal operation by Contractor's forces at no expense to the Owner. 3.4 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade or backfill layer before compaction to near optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry satisfactory soil material that is too wet to compact to specified density. Stockpile or spread and dry removed wet satisfactory soil material. 2672-95 02221 - 4 f 3.5 COMPACTION Fill to the elevations shown on the plans. Compact the subgrade material as specified so that the in -place density is not less than 90 percent of maximum dry -density as determined with ASTM D 698 to f 2 % of optimum moisture content. 3.6 FINISH OPERATIONS A. Grading Grade to finished grades indicated within plus or minus 0.25 feet. Grade areas to drain. Existing grades which are to remain but are disturbed by the Contractor's operations shall be restored to preconstruction condition. B. Finishing Subgrades Under Infiltration Layer Finish surface of top of subgrade allow proper drainage. Finished surface shall be smooth and of uniform texture. C. Subgrade Grid Elevations 1. Following subgrade construction, survey in accordance with Section 01050, Field Surveying. 2. Subgrade material may be added or removed to complete the subgrade surface. Any areas that are low, or any high spots that could impede runoff flow, will be reworked to achieve grade and the area resurveyed by Contractor at no additional cost to Owner. D. Disposition of Surplus Material Surplus or other soil material not required or suitable for filling, backfilling, or embankment shall become the Contractor's responsibility and removed as directed by Engineer. Comply with the requirements of Section 01560, "Environmental Protection." E. Protection of Surfaces Protect newly graded areas from traffic, erosion, and settlements that may occur and as required in the Section 01560, "Environmental Protection" and as specified in paragraph 3.1.0 of this Section entitled "Protection and Restoration of Surfaces.". Repair or reestablish damaged grades, elevations, or slopes before work will be accepted. 3.7 EXCAVATION FOR ANCHOR TRENCHES (SYNTHETIC LINER ALTERNATES ONLY) A. Excavate trenches to indicated slopes, lines, depths, and elevations. The Engineer shall verify that the trench has been constructed according to Project Drawings. B. Excavate anchor trenches to a uniform depth of 3 feet and width of 2 feet. Excavate trench walls vertically from trench bottom to top, except rounded edges will be provided where liner materials enter anchor trenches so as to avoid sharp bends in the geosynthetic materials. C. if the trench is located in clay susceptible to desiccation, only the amount of trench required for one day of installation shall be excavated to minimize desiccation of trench soils. 2672-95 02221 - 5 3.8 ANCHOR TRENCH BACKFILL (SYNTHETIC LINER ALTERNATES ONLY) A. The anchor trench shall be backfilled and compacted in loose lifts not to exceed 8- inches. Compaction shall be achieved using light, rubber -tired equipment or other light compaction equipment. Care shall be taken to prevent damage to the liner materials. At no time shall construction equipment come into direct contact with the liner material. If damage occurs, it shall be repaired by the Contractor, in accordance with the specifications, prior to completion of backfilling. END OF SECTION 2672-95 02221 6 r SECTION 02237 INFILTRATION LAYER CONSTRUCTION PART GENERAL 1.1 SUMMARY The Texas Natural Resource Conservation Commission (MCC) requires the use of constructed Infiltration Layers on the landfill top. The constructed liner may be constructed of earthen materials provided. The minimum constructed earthen Infiltration Layer thickness, measured perpendicular to the surface being lined, will be 18-inches and constructed in three 6-inch lifts. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation, title or are used to establish criteria. The latest publication in use at the time of the executed contract shall be the one used on the project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 698 1991 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft (600 kN m/m)) ASTM D 2922 1991 Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 5084 1990 Measurement of Hydraulic Conductivity of Saturated Porous Material Using a Flexible Wall Permeameter CORPS OF ENGINEERS r 1 EM 1110-2-1906 Corps of Engineers Manual, Appendix VI1, Laboratory Soils ` Testing, May 1, 1980. TEXAS NATURAL RESOURCE CONSERVATION COMMISSION TNRCC, 31 TAC Chapter 330 Texas Water Commission, Municipal Solid Waste Management Regulation. 1.3 SOIL SOURCE 2672-95 The Infiltration Layer material will be from Areas 2, 3 and 4 on the landfill site. 02237 - 1 1.4 CONTRACTOR RESPONSIBILITY The Contractor will process the Infiltration Layer material to achieve the necessary moisture, place, compact and grade as shown on the plans. PART 2 PRODUCTS 2.1 INFILTRATION LAYER MATERIAL Natural earthen material must meet the minimum requirements of a coefficient of permeability of no more than 1.0 x 10-1 cm/sec. 2.2 INFILTRATION LAYER SOIL Material is located as shown on plans in Borrow Area #1, Cell VI (Borrow Area #2), and Stockpile #2. These areas are not stockpiles and will have to be excavated. Construction techniques must be such that largest particle size does not exceed 2 inches. PART 3 EXECUTION 3.1 SURFACE PREPARATION Prepare the subgrade as required in Section 02221, SUBGRADE PREPARATION. Provide r adequate grade and line stakes for accurate placement and completion of the Infiltration Layer construction course. Surface shall be of the specified line, grade, and compaction immediately before placement of Infiltration Layer materials. 3.2 INFILTRATION LAYER CONSTRUCTION The Infiltration Layer will be constructed in loose horizontal layers and compacted in lifts not less than six (6) inches and not more than nine (9) inches. Material will be compacted to a minimum of 95% of ASTM D 698. If water is to be added to bring the soil moisture content to the desired level for compaction, the soil will be spread in -place, water added and then thoroughly mixed. The water used must be clean and not have been in contact with solid waste or contain other objectionable matter. In order to maintain the integrity of the Infiltration Layer after it is installed, the Contractor will coordinate the installation so that completed lifts will be covered by subsequent lifts of Infiltration Layer material or Erosion Layer material if it is the final lift, in a timely manner. No completed Infiltration Layer lids will be exposed for more than 48 hours. 3.3 CUT-OFF WALL CONSTRUCTION Excavate cut-off wall trench as shown on the Drawings. Backfill cut-off wall trench with material from the same source as that used for the Infiltration Layer. Backfill in loose lifts 2672-95 02237 - 2 7 7 r not to exceed 9-inches and compact to minimum density of 95% Proctor Density in accordance with ASTM D 698. 3.4 MAINTENANCE Perform additional reworking, mixing, shaping, and compacting necessitated by damage from atmospheric conditions, traffic, or other causes. Ensure that the true grade and cross section are maintained, with no rutting or other distortion, and that the Infiltration Layer meets all requirements at the time the subsequent course is applied. 3.5 FIELD QUALITY CONTROL A. Test Pad Construction Prior to placing the Infiltration Layer, construct three 50-foot by 75-foot test pads utilizing the material from Borrow Area #1, Borrow Area #2, and Stockpile #2. Construct the test pad at a location within the limits of construction as designated by the Engineer. For the test pad, the Owner will procure the services of an independent testing laboratory to perform all testing required for the test pad. Results of permeabilities will be used. B. Construction Testing Testing will be under the direction of the Engineer. Contractor will notify Engineer when sufficient area is ready to test. Any Infiltration Layer sections not meeting the minimum standards on first test will be reworked or replaced and retested, until the minimum standards are achieved. The Contractor will pay for all failed tests and failed area determination tests. 1. Density and Moisture Content All undisturbed samples taken in the field will be visually impected for compaction planes, permeable zones, poor compaction, or other problems to determine soil type. A minimum of one test shall be performed for density and moisture content for every acre constructed. The test may be in the first, second, or third lift. The tests will be evenly distributed across each lift being tested using ASTM D 2922. If during the testing, the engineer or technician notice any area appearing to be of questionable quality, that area appearing to be of questionable quality will be tested instead of, or in addition to, the area previously planned for testing. All testing will be located on a sketch of the area, along with the distance from fixed points. All holes created for density machine probes will be backfilled with compacted with dry Infiltration Layer material. Test procedures for determining moisture -density relationships in the laboratory will utilize ASTM D 698 (Standard Proctor density). The density must be at least 95% of Standard Proctor at optimum moisture content (f 2%). 2672-95 02237 - 3 Sections of compacted Infiltration Layer which do not pass both the density and moisture requirements shall be reworked and retested until the section in question does pass. In the event of a failed moisture -density test, additional tests will be performed between the failed test and the nearest adjacent passing test location in all directions. If the additional tests pass, then the area between the failed test and the additional passing tests will be reworked and retested until passing. If the additional tests fail, then a second set of additional tests will be performed halfway between the initial additional test and the adjacent passing tests to further define the failing area. This procedure will be repeated until the failing area is defined, reworked, and retested with passing results. 2. Coefficient of Permeability Undisturbed samples of the constructed Infiltration Layer will be collected for permeability testing. The sample locations will be recorded on a sketch of the density test locations. The void left by the sampling device will be backfilled with a mixture of Infiltration Layer material and powdered bentonite. A minimum of one sample will be taken for each acre of Infiltration Layer with one-third of the total number of tests being performed on each 6-inch lift. Each sample shall be tested in the laboratory using a Falling Head procedure (Appendix VII of the Corps of Engineers Manual, EM 111-2-1906, Laboratory Soils Testing, most recent version), or a Constant Head procedure (ASTM D 5084 or EM 1110-2-1906, VII) using tap water as a permeant. The Infiltration Layer samples must have a coefficient of permeability of 1 x 10-5 cm/sec or less. 3. Thickness Survey The Engineer has prepared a scale drawing of the project area based on a 200-foot grid for Cell I, and 100-foot grid for Cell HA. Prior to the placement of the initial lift, a grid system will be established to provide location information for test locations and elevation measurements on each lift. Infiltration Layer thickness is measured perpendicular to the surface receiving the Infiltration Layer. Final Infiltration Layer thickness and intermediate lift thicknesses will be measured at every 200-foot grid location (a minimum every 40,000 square feet of surface area or major fraction thereof) for Cell I, and at every 100-foot grid location (a minimum every 10,000 square feet of surface area or major fraction thereof). Completed Infiltration Layer thickness will be a minimum of the thickness shown on the plans and as specified in Section 01400, Quality Control. The method for determining Infiltration Layer thickness is by surveying reference bench marks set at the conclusion of the subgrade. Contractor shall be responsible for verification of all intermediate lift thicknesses. All notes and field books will be kept on the jobsite and made available to the Engineer upon request. All immediate lift thicknesses will be based upon the 2672 95 02237 - 4 4 initial subgrade survey. Engineer will verify infiltration layer thicimess as specified in Section 01050 Field Engineering. END OF SECTION Irk PM t r I k r- r 2672-95 02237 - 5 SECTION 02245 LINEAR LOW DENSITY POLYETHYLENE LINER PART GENERAL 1.1 RELATED DOCUMENTS The following documents apply to the work of this Section. A. Project Drawings. B. General Conditions of the contract for Construction, and Supplementary Conditions. C. Attachment A - City of Lubbock, Texas, Final Cover Quality Control Plan (FCQCP). 1.2 SECTION INCLUDES A. Linear Low Density Polyethylene (LLDPE) flexible membrane liner (FML). B. Installation of LLDPE FML. 1.3 RELATED SECTIONS A. Section 02251 - Geocomposite Clay Liner. 1.4 REFERENCES Applicable Publications: The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. The latest publication in use at the time of the executed contract will be the one that governs this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 413 Rubber Property -Adhesion to Flexible Substrate D 638 Tensile Properties of Plastics D 746 Brittleness Temperature of Plastics and Elastomers by Impact D 882 Tensile Properties of Thin Plastic Sheeting D 1004 Initial Tear Resistance of Plastic Film and Sheeting D 1204 Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature D 1238 Flow Rates of Thermoplastic by Extrusion Plastometer D 1505 Standard Test Method for Density of Plastics by the Density - Gradient Technique 2672-95 02245 - 1 D 1593 Nonrigid Vinyl Chloride Plastic Sheeting D 1603 Carbon Black in Olefin Plastics D 1693 Environmental Stress Cracking of Ethylene Plastics D 1822 Tensile Impact Energy to Break Plastics and Electrical Insulating Materials D 5199 Standard Test Method for Measuring Nominal Thickness of Geotextile and Geomembranes NATIONAL SANITATION FOUNDATION Standard 54 Flexible Membrane Liners TEXAS NATURAL RESOURCE CONSERVATION COMMISSION TNRCC, 30 TAC Chapter 330 TNRCC, Liner Handbook OWNER MSW Permit 1.5 QUALITY ASSURANCE Texas Natural Resource Conservation Commission, Municipal Solid Waste Management Regulation. Liner Construction and Testing Handbook Published in accordance with §330.6, July 1, 1994. Owner's TNRCC MSW Permit. A. Manufacturing The Manufacturer shall be listed by the National Sanitation Foundation as having met Standard 54 for Flexible Membrane Liners, and shall have at least five (5) years continuous experience in the manufacture of LLDPE geomembrane rolls and/or experience totaling 10,000,000 square feet of manufactured LLDPE geomembrane. The manufacturer shall permit the owner and the Engineer to visit the manufacturing plant. B. Installation The installation contractor shall be the manufacturer or an approved contractor trained and licensed to install the manufacturer's geomembrane. Installation shall be performed under the constant direction of a single Field Installation Supervisor who shall remain on site and be responsible, throughout the liner installation, for liner layout, seaming, patching, testing, repairs, and all other activities by the Installer. This Installation Supervisor shall have installed or supervised the installation and seaming of a minimum of 2,000,000 square feet of LLDPE geomembrane. Actual seaming shall be performed under the direction of a Master Seamer (who may also be the Installation Supervisor) who has seamed a minimum of 2,000,000 square feet of LLDPE geomembrane, using the same type of seaming apparatus specified in the 2672-95 02245 2 7 71 - current] project. This Installation Supervisor and/or Master Seamer shall be present when P ever seaming is performed. 1.6 SUBMITTALS A. Manufacturer 1. Quality control program and manual, or descriptive documentation in compliance with Attachment A, Final Cover Quality Control Plan (FCQCP). 2. List of material properties and samples of liner. 3. A list documenting no less than 5 completed facilities totaling a minimum of 2,000,000 square feet. 4. Certification that all resin used in the manufacture of geomembrane for this job meets the specifications. 5. Copy of quality control certificates issued by the LLDPE resin supplier. 6. Copy of quality control certificates in conformance with Sections 2.2 and 2.5. 7. Certification that the geomembrane and extrudate produced for this project have the same properties. B. Installation Contractor 1. Certification that both the Installation Supervisor for the installer and the Master Seamer have reviewed the Quality Assurance Plan, the Project Plans, and these specifications. 2. Three (3) samples of factory seams, if applicable. In addition, the Contractor shall submit three field seam samples. The Contractor shall also provide a list of seam properties, minimum values (see section 2.4), and test methods employed. 3. A list of at least 5 completed facilities, totaling a minimum of 2,000,000 square feet for which the Contractor has installed an LLDPE geomembrane. 4. Proposed Installation Panel layout identifying seams and details. Layout plan must be approved by the Engineer at least 10 days before materials are ordered. The panel layout must provide a n mbering scheme to be used in quality control/assurance procedures and shall provide that: • Seams run up and down slopes. • Field seam lengths are to be minimized. • FML shall not have any penetrations. 5. Written certification that Installer is capable of performing all necessary construction testing as required by the TNRCC. 6. Any proposed variance or deviation from these documents shall be submitted in writing by the Installer to the Engineer a minimum of seven (7) working days prior to the scheduled start of geomembrane installation and will be accepted/rejected by the Engineer prior to start of installation activities. 1.7 WARRANTY A written Warranty shall be obtained from the Manufacturer (for material) and the Installation Contractor (for workmanship). These documents shall warrant the quality of the in place liner. A. Manufacturer Furnish a written warranty on a prorata basis for a period of 20 years. The warranty shall be against manufacturing defects or workmanship and against deterioration due to 2672-95 02245 - 3 't' ozone, ultraviolet or other normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation. B. Installation Contractor _ Furnish a written warranty that the entire lining installed to be free of defects in material and workmanship and installed pursuant to the City of Lubbock "Final Cover Quality Control Plan" (FCQCP) for a period of 2 years following the date of the Certificate of Completion. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship which become evident during the 2 year warranty period. 1.8 DELIVERY, STORAGE AND HANDLING A. Transportation The geomembrane rolls or panels shall be packaged and shipped by appropriate means so that no damage is caused. Transportation shall be the responsibility of the Installer. B. Delivery Off-loading and storage of the geomembrane is the responsibility of the Installer. The Installer shall be responsible for replacing any damaged or unacceptable material at no cost to the Owner. No off-loading shall be done unless the Engineer is present. Damage during off-loading shall be documented by the Engineer and Installer. All damaged rolls must be separated from the undamaged rolls until the proper disposition of that material has been determined by the Owner's Representative. The Owner's Representative will be the final authority on determination of damage. C. On -Site Storage The geomembrane shall be stored so as to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. The rolls shall be stored on a prepared surface (not wooden pallets) and should not be stacked more than two rolls high. PART 2 PRODUCTS 2.1 MATERIALS A. The geomembrane shall be Linear Low Density Polyethylene. B. Gasket material shall be neoprene, closed cell medium, '/ inch thick, 50 foot lengths with adhesive on one side, or other compatible gasket materials as required. C. Metal battens or straps and hardware shall be stainless steel. D. Water cut-off mastic shall be a Neoprene Flashing Cement as supplied by the -- manufacturer or as required. E. Sealant shall be General Electric Silicone, RTV 103 or approved equivalent. 2.2 GEOMEMBRANE RAW MATERIALS The geomembrane shall be manufactured of new, first -quality resin and shall be compounded _. and manufactured specifically for the intended purpose. Carbon black shall be added to the resin if the resin is not compounded for ultra -violet resistance. The resin manufacturer shall certify each batch meets the requirements of Table 1 and Table 2. 2672-95 02245 - 4 r r- r, 2.3 ROLLS The geomembrane shall be supplied in rolls with a minimum width of 15 feet. Labels on each roll shall identify the thickness of the material, the length and width of the roll, batch and roll numbers, and name of manufacturer. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams The geomembrane rolls shall meet the properties shown on Table 1 for smooth membrane material, and Table 2 for textured membrane material. Prior to use, the material shall be certified in writing by the manufacturer to meet the minimum physical properties shown on Tables 1 and 2. The certificate must include roll identification number, testing procedure and test results. Test results are required for every 50,000 square feet of material shipped to site. 2672-95 02245 - 5 TABLE 1 TYPICAL PROPERTIES: 30 mil, Smooth Liner Proper Test Method Test Results* Thickness, mils, minimum ASTM D 1593 30 f 6 Density (g/cc), minimum ASTM D 1505 0.915 Melt Index (g/10 min., maximum) ASTM D 1238 0.6 Carbon Black content (%) ASTM D 1603 2-3 Carbon Black Dispersion ASTM D 3015 A-1,A-2,B-1 Tensile Properties ASTM D 638 1. Tensile Strength at Yield Type IV specimen 51 (pounds/inch width) at 2 inches/minute 2. Tensile Strength at Break 127 (pounds/inch width) 3. Elongation at Yield (%) 13 4. Elongation at Break (%) 800 5. Modulus of Elasticity 30,000 (1 % secant; pounds/square inch) Tear Strength abs.) ASTM D 1004 Die C 18 Puncture Resistance (lbs.) **FTMS 101 C 2031,(2065) 37 Low Temperature Brittleness ASTM D 746 < -94 OF Dimensional Stability ASTM D 1204 t3 (`Yo change max.) 212°F, 15 min. Environmental Stress Crack ASTM D 1693 > 2000 (h6imffoition B (modified NSF 54) * All values, except when specified as minimum or maximum, represent average lot property values. ** Federal Test Method Standards. 2672-95 02245 - 6 TABLE 2 TYPICAL PROPERTIES: 40 mil, Textured Liner * Thickness, mils, minimum average ASTM D 1593 40 f 6 Density (g/cc), minimum ASTM D 1505 0.915 Melt Index (g/10 min., maximum) ASTM D 1238 0.60 Carbon Black content (%) ASTM D 1603 2-3 Carbon Black Dispersion ASTM D 3015 A-1,A-2,B-1 Tensile Properties ASTM D 638 1. Tensile Strength at Yield Type IV specimen 60 (pounds/inch width) at 2 inches/minute 2. Tensile Strength at Break 66 (pounds/inch width) 3. Elongation at Yield (%) 13 4. Elongation at Break (9b) 300 Tear Strength (lbs.) ASTM D 1004 23 Puncture Resistance (lbs.) **FTMS 101 C 2065 48 Low Temperature Brittleness ASTM D 746 <-940F Dimensional Stability ASTM D 1204 f 3 (% change max.) 212°F, 15 min. Environmental Stress Crack ASTM D 1693 > 2000 (h6imWition B (modified NSF 54) * All values, except when specified as minimum or maximum, represent average lot property values. ** Federal Test Method Standards. 2672-95 02245 - 7 2.4 FIELD SEAMS The field seams shall meet the following specifications: ASTM D 4437 95% of manufacturer's Shear Strength (as modified in App. A parent sheet strength and of NSF 54*) > 45ppi. ASTM D 4437 62 % of manufacturer's Peel Strength (as modified in App. A parent sheet strength and of NSF 54*) > 37ppi. Film Tear Bond** * National Sanitation Foundation, Standard 54; "Flexible Membrane Liners." ** Film Tear Bond (i; TB) is defined as failure of one of the sheets by tearing, instead of separating from the other sheet at the weld interface area (sheet fails before weld). 1. Shear seam specimens are 1 inch wide, with a grip separation of 4 inches plus the width of the seam. The seam is to be centered between the clamps. The grip separation rate is 2 ipm. 2. Both shear seam strength and peel tests shall be run on five replicate specimens. A break through the weld or at the weld -sheet interface shall be considered a Non-FTB (failure) in both seam strength (shear) and peel strength tests. 3. Approved field seaming processes are hot shoe fusion welding and extrusion welding. 4. Welding rods or beads used for extrusion welding shall be LLDPE and the physical properties shall be the same as those of the resin used in the manufacture of the LLDPE geomembrane. 2.5 QUALITY CONTROL SPECIFICATIONS A. Raw Materials 1. Resin All resins for use in Geomembrane must pass a candidate pre -approval process before being eligible for use. Each incoming rail car shall be sampled by compartment with the following testing performed and compared to the manufacturer's specifications: • Density: ASTM D 1505. • Melt Index: ASTM D 1238. 2672-95 02245 - 8 C` 2. Additives All additives and concentrates must pass a candidate pre -approval process. All �? incoming materials are to be statistically sampled with the following testing i performed and compared to the manufacturer's specifications: • Density: ASTM D 1505. • Melt Index: ASTM D 1239. • Carbon Black Content: ASTM D 1603. B. Finished Product: On -Line During Production 1. Coverage A minimum of one person from the Quality Department, independent of the Production Department, shall be present for on-line inspection of every roll for 100 % of every run. 2. Inspection Performed on each roll. • Thickness A full width sample shall be cut from the end of each roll, and thickness shall be checked across the entire sample. { • Appearance Constant monitoring of: r- 1 a. Sheet surface appearance. b. Knife -cut edge. C. Folds, holes, creases, abrasions, or other damage. 3. Roll Identification The Q.C. Engineer controls all paperwork, including roll tags. Four tags per roll shall be used on the following: • On the roll sleeve. • Inside the core. • On the production roll sample. • On the roll surface. +� 4. Out -of --Spec. Material Any roll not meeting the specification for any of the above inspections shall be placed on hold. r C. Finished Product: Laboratory During Production 1. Sampling Test samples shall be obtained from the rolls of material to be delivered to the site for conformance testing. The samples shall be tested for the following requirements at the rates specified. 2. Testing Requirements - Resin a. Specific Gravity/Density 1) Test Method 2) Test Frequency ASTM D 1505 Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 2672-95 02245 - 9 b. Melt Flow Index 1) Test Method ASTM D 1238 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3. Testing Requirements - Finished Product a. Thickness 1) Test Method ASTM D 1593 (Textured), ASTM D 5199 (Smooth) 2) Test Frequency Leading edge of each roll of material. 1 per 5 foot of edge width b. Density 1) Test Method ASTM D 1505 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests 4 C. Carbon Black Content 1) Test Method ASTM D 1603 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests 4 d. Carbon Black Dispersion 1) Test Method 'ASTM D 3015 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests 4 e. Tensile Properties 1) Test Method ASTM D 638 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 3) Minimum Number of Tests 4 f. Puncture Resistance 1) Test Method FTM Std. 101C, Method 2) Test Frequency 2065 Not less than 1 test per 100,000 square feet with not less than one test per resin lot. 3) Minimum Number of Tests 4 2672-95 02245 - 10 g. Tear Resistance 1) Test Method 2) Test Frequency 3) Minimum Number of Tests h. Dimensioned Stability (Shrinkage) 1) Test Method 2) Test Frequency 3) Minimum Number of Tests ASTM D 1004 Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 4 ASTM D 1204, NSF 54 Modified Not less than 1 test per 100,000 square feet with not less than 1 test per resin lot. 4 4. Reporting All results shall be logged into the batch file. Any testing that yields "out -of --spec" results shall be brought to the immediate attention of the Q.C. Manager. All material produced after the last sample meeting all specifications shall be retrieved and placed on hold. D. Finished Product: Laboratory Post -Production 1. Sampling Samples shall be taken at random from each batch. 2. Testing • ESCR: ASTM D 1693 • Low temperature: ASTM D 746 3. Reporting All results shall be logged into the batch file. These results shall be the official properties for that batch. Any batch that fails any specification shall be placed on hold for further evaluation. PART 3 EXECUTION 3.1 ANCHOR TRENCH The 2-foot wide by 3-foot deep anchor trenches shall be excavated as specified prior to liner system placement. 3.2 PLACEMENT A. The Installer shall be responsible for the following: • No equipment or tools shall damage the geomembrane by handling, trafficking, or other means. • No personnel working on the geomembrane shall smoke, wear damaging shoes, or engage in other activities that could damage the geomembrane. 2672-95 02245 - 11 • The method used to unroll the panels shall not cause scratches or crimps in the geomembrane and shall not cause indentations in the supporting soil greater than one inch deep or damage to the underlying geotextile. • The method used to place the panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation shall be identified on the Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of the compensating wrinkles by wind. • Adequate loading (e.g., sand bags or similar items that will not damage the geomembrane) shall be placed to prevent uplift by wind (in case of high winds, -- continuous loading is recommended along edges of panels to minimize risk of wind flow under the panels). • Direct contact with the geomembrane shall be minimized, i.e., the geomembrane in traffic areas is protected by geotextiles, extra geomembrane, or other suitable materials. B. Weather Limitations Geomembrane deployment shall proceed between ambient temperatures of 32°F to 104°F. Placement can proceed below 32°F only after it has been verified by the Engineer that the material can be seamed according to the specification. Below 40°F, preheat of the FML may be required. Geomembrane placement shall not be done during any precipitation, in the presence of excessive moisture (e.g., fog, rain, dew) or in the presence of excessive winds, as determined by the installation supervisor. C. Factory Seam Quality Verifications The Engineer will require the Contractor to test up to as much as 20% of factory fusion welds (non-destructive air pressure test and/or vacuum test) in the field to verify factory test results. Additional testing at the Installer's expense will be required if failed tests are obtained in the field. 3.3 FIELD SEAMING Seams shall be oriented parallel to the line of maximum slope, i.e., oriented down, not across the slope. In corners and odd -shaped geometric locations, the number of field seams shall be minimized. No base T-seam shall be closer than 5 feet from the toe of the slope. Seams shall be aligned with the least possible number of wrinkles and "fishmouths." If a fishmouth or wrinkle is found, it shall be relieved and cap -stripped. A. Seam Overlap Panels of geomembrane must have a finished overlap of a minimum of 4 inches for hot shoe fusion welding and 3 inches for extrusion welding, but in any event sufficient overlap shall be provided to allow peel tests to be performed on the seam. No solvent or adhesive may be used unless the product is approved by the Owners Representative. (Samples shall be submitted to the Design Engineer for testing and evaluation). 2672-95 02245 - 12 The procedure used to temporarily bond adjacent panels together shall not damage the geomembrane; in particular, the temperature of hot air at the nozzle of any spot welding apparatus shall be controlled such that the geomembrane is not damaged. B. Seaming Equipment and Accessories Approved equipment for field seaming are hot shoe fusion welders and extrusion welders. 1. Hot Shoe Welder, 110 Volt, 10 Amps. 2. Extrusion Welder, 220 Volt, 19 Amps. 3. High-speed, 10,000 rpm, 41h inch side grinder with 80-grit discs. 4. 7.5 KW Generator, single-phase with 110/220 Volt Outputs. 5. Power Cord, minimum S.O. type, 10 O.S.H.A. approved electrical cord with O.S.H.A. approved twist -type plugs and connections. 6. Seam Vacuum Tester for non-destructive seam and patch testing. 7. Field Tensiometer, capable of performing seam and peel adhesion tests for quantitative testing on -site. C. Test Seams Field test seams shall be conducted on geomembrane liner to verify that seaming conditions are satisfactory. Test seams shall be conducted for each seamer at the l beginning of each seaming period, at the Engineer's discretion, and at least once each 4 hours, for each seaming apparatus used that day. All test seams shall be made at a location selected by the Engineer in the area of the seaming and in contact with the subgrade. The test seam samples shall be 10 feet long for hot shoe welding and 3 feet long for extrusion welding with the seam centered lengthwise. Specimens 1 inch wide shall be cut from each opposite end of the test seam by the Engineer. The Engineer shall use a tensiometer provided by the Installer to test these specimens for shear and peel. If a test seam fails to meet field seam specifications, the seaming apparatus and/or seamer shall not be accepted and shall not be used for seaming until the deficiencies are corrected and two consecutive successful full test seams are achieved. D. Non -Destructive Seam Testing The Installer shall non-destructively test all field seams over their full length. All test equipment, including but not limited to the following shall be furnished by the Installer: 1. Vacuum Box testing Equipment for testing single wedge fusion seams and extrusion seams shall be comprised of the following: • A vacuum box assembly consisting of a rigid housing, a transparent r, viewing window, a soft rubber gasket attached to the bottom, port hole or valve assembly, and a vacuum gauge. __ • A steel vacuum tank and pump assembly equipped with a pressure controller and pipe connections. • A rubber pressure/vacuum hose with fittings and connections. ' = • A plastic bucket and wide paint brush. �` • A soapy solution. e! �"" 2672-95 02245 - 13 The following procedures shall be followed by the installer: • Excess sheet overlap shall be trimmed away. • Clean the window, gasket surfaces and check for leaks. _ • Energize the vacuum pump and reduce the tank pressure to approximately 3-5 psi. • Wet a strip of geomembrane approximately 12 inches by 48 inches (length of box) with the soapy solution. • Place the box over the wetted area and compress. - • Close the bleed valve and open the vacuum valve. • Ensure that a leak tight seal is created. • For a period of approximately 15 seconds, examine the geomembrane -- through the viewing window for the presence of soap bubbles. • If no bubbles appear after 15 seconds, close the vacuum valve and open the bleed valve, move the box over the next adjoining area with a — minimum 3 inches overlap and repeat the process. • All areas where soap bubbles appear shall be marked and repaired and then retested. The following procedures shall apply to locations where seams cannot be non-destructively tested, as determined by the Engineer: • If the seam is accessible to testing equipment prior to final installation, the seam shall be non-destructively tested prior to final installation. • If the seam cannot be tested prior to final installation, the seaming operations shall be observed by the Engineer for uniformity and completeness. 2. Air Pressure Testing (For Double Fusion Seam Only) The following procedures are applicable to those processes which produce a double seam with an enclosed space. Equipment for testing double fusion seams shall be comprised of the following: • An air pump equipped with pressure gauge capable of generating and sustaining a pressure between 25 and 30 psi and mounted on a cushion to protect the geomembrane. • A manometer equipped with a sharp hollow needle, or other approved pressure feed device. The following procedures shall be followed by the Installer: • Seal one end of the seam to be tested. - • Insert needle or other approved pressure feed device through the sealed end of the channel created by the double wedge fusion weld. • Energize the air pump to verify the unobstructed passage of air through the channel. • Seal the other end of the channel. • Energize the air pump to a pressure between 25 and 30 psi, close valve, and sustain pressure for approximately 5 minutes. • If loss of pressure exceeds 4 psi, or pressure does not stabilize, locate faulty area, repair and retest. _ • Remove needle or other approved pressure feed device and seal. 2672-95 02245 14 E. Destructive Seam Testingz The Installer shall provide the Engineer with a minimum of one destructive test sample per 500 feet of seam length from a location specified by the Engineer. The Installer shall not be informed in advance of the sample location. 1. Sampling Procedure In order to obtain test results prior to completion of liner installation, samples shall be cut by the Installer as the seaming progresses. A destructive test must be done for each welding machine used for seaming or repairs. Sampling times and locations shall be determined by the Engineer. The Engineer must witness the obtainment of all field test samples and the Installer shall mark all samples with their location roll and seam number. The Installer shall also record in written form the date, time, location, roll seam number, ambient temperatures, and pass or fail description. A copy of the information must be attached to each sample portion. All holes in the geomembrane resulting from obtaining the seam samples shall be immediately repaired. All patches shall be vacuum tested. 2. Size and Disposition of Samples The samples shall be 12 inches wide by 36 inches long with the seam centered lengthwise. The sample shall be cut into two equal length pieces, and given to the Engineer. 3. Field Testing The Installer shall cut six. 1-inch wide replicate specimens from his sample and these shall be tested by the Engineer. The Installer shall test two specimens (four when possible for testing both tracks on dual -track fusion welded seams) for peel strength. All tests to be witnessed by the Engineer. To be acceptable, both test specimens must pass. Any specimen that fails through the weld or by adhesion at the weldsheet interface is a Non-FTB break and shall be considered a failure. 4. Independent Laboratory Testing The Engineer will package and ship all destructive seam samples to an independent testing Laboratory for determination and verification of all field shear and peel strengths. The test method and procedures to be used by the Independent Laboratory shall be the same used in field testing, where seam samples are 1 inch wide, and the grip separation rate is 2 ipm. The minimum passing criteria for independent laboratory testing are all three of the following: • All seam samples tested in the peel mode must fail in FTB. • At least four of five seam samples from each peel and shear determination must meet the minimum specified value. • The average value from all five seam samples from each peel and shear determination must meet the minimum specified value. The above criteria apply to both tracks from each dual -track fusion welded seam before it is considered as passing. ALL FAILED LAB TESTS WILL BE PAID FOR BY THE INSTALLER. 5. Archive Samples The Installer will package and ship the remaining samples to the Engineer for archival. The samples shall include information that indicates where the sample was taken. f 2672-95 02245 - 15 6. Procedures for Destructive Test Failure The following procedures shall apply whenever a sample fails the field destructive test: • The installer shall cap strip the seam between the failed location and any passed test location. • The installer can retrace the welding path to an intermediate location (at a minimum of 10 feet from the location of the failed test), at the Engineer's discretion, and take a small sample for an additional field test. If this test passes, then the seam shall be cap stripped between that — location and the original failed location. If the test fails, then the process is repeated. • Over the length of seam failure, the Contractor shall either cut out the old seam, reposition the panel and reseam, or add a cap strip, as required by the Engineer. • After reseaming or placement of the cap strip, additional destructive field — test(s) shall be taken within the reseamed area. The reseamed sample shall be found acceptable if test results are approved by the Engineer. If test results are not acceptable, this process shall be repeated until the _ reseamed length is judged satisfactory by the Engineer. In the event that a sample fails a laboratory destructive test, then the above procedures shall be followed, considering laboratory tests exclusively. The Engineer will document all actions taken in conjunction with destructive test failures. F. Defects and Repairs All seams and non -seam areas of the geomembrane shall be inspected by the Engineer for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by the geomembrane helps to detect defects, the surface of the geomembrane shall be clean at the time of inspection. The geomembrane surface shall be brushed, blown, or washed by the Installer if the amount of dust or mud inhibits inspection. The Engineer shall decide if cleaning of the geomembrane is needed to facilitate inspection. 1. Evaluation Each suspect location in seam and non -seam areas shall be non-destructively tested as appropriate in the presence of the Engineer. Each location that fails the non-destructive testing shall be marked by the Engineer, and repaired accordingly. 2. Repair Procedures • Defective seams shall be restarted/reseamed as described in these specifications. _ • Small holes shall be repaired by extrusion cap welding. If the hole is larger than 'k inch, it shall be patched. • Tears shall be repaired by patching. Where the tear is on a slope or an area of stress and has a sharp end it must be rounded prior to patching. Blisters, large holes, undispersed raw materials, and contamination by foreign matter shall be repaired by patches. 2672-95 02245 -16 r r • Surfaces of LLDPE which are to be patched shall be abraded and cleaned no more than 15 minutes prior to the repair. No more than 10% of the thickness shall be removed. Patches shall be round or oval in shape, made of the same geomembrane, and extend a minimum of 6 inches beyond the edge of defects. All patches shall be of the same compound and thickness as the geomembrane specified. All patches shall have their top edge beveled with an angle grinder prior to placement on the geomembrane. Patches shall be applied using approved methods only. 3. Restart/Reseaming Procedures The welding process shall restart by grinding the existing seam and rewelding a new seam. Welding shall commence where the grinding started and must overlap the previous seam by at least 2 inches. Reseaming; over an existing seam without regrinding shall not be permitted. 4. Verification of Repairs Each repair shall be non-destructively tested, except when the Engineer requires a destructive seam sample obtained from a repaired seam. Repairs that pass the non-destructive test shall be taken as an indication of an adequate repair. Failed tests indicate that the repair shall be repeated and retested until passing test results are achieved. Recording of Results: daily documentation of all non-destructive and destructive testing shall be provided to the Engineer by the Installer. This documentation shall identify all seams that initially failed the test and include evidence that these seams were repaired and successfully retested. 3.4 CUT-OFF CONSTRUCTION USING LLDPE LINER A. Excavation Excavate as shown on the Drawings. B. LLDPE Liner Installation Place LLDPE in trench in a continuous "U" configuration. C. Backfill and compact trench in loose lifts not to exceed 8-inches. Compaction shall be achieved using light, rubber -tired equipment or other light compaction equipment. Care shall be taken to prevent damage to the LLDPE. At no time shall construction equipment come into contact with the LLDPE. If damage occurs, it shall be repaired by the Contractor, in accordance with the specifications, prior to completion of backfilling. 3.5 GEOMEM 3RANE ACCEPTANCE The Installer shall retain all ownership and responsibility for the geomembrane until acceptance by the Owner. The surface of the geomembrane shall not have striations, roughness, pinholes, or bubbles and shall be free of holes, blisters, undispersed raw materials, or any contamination by foreign matter; except that if in the opinion of the Engineer the blemish will not adversely affect properties and use of the geomembrane, the Engineer may accept the geomembrane after sufficient laboratory test data are provided to 2672-95 02245 - 17 s support such acceptance, and further, provided all such testing is done at the sole expense of the Installer. The geomembrane liner shall be accepted by the Owner when all of the following conditions are met: • Installation is finished. • Verification of the adequacy of all field seams and repairs, including associated testing, is complete. • Written certification, including "as built" drawing(s), is provided by the Installer to the Engineer. • Documentation of completed installation, including all reports is complete. • Acceptance of "Final Cover Evaluation Report" by the TNRCC. END OF SECTION 2672-95 02245 - 18 SECTION 02251 GEOSYNTHETZC CLAY LINER PART1 GENERAL 1.1 RELATED DOCUMENTS The following documents apply to the work of this Section. A. Project Drawings. B. General Conditions of the contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Geosynthetic Clay Liner (GCL) B. Installation of GCL. 1.3 RELATED SECTIONS A. Section 02221 - Subgrade Preparation. 1.4 REFERENCES Applicable Publications: The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. The Iatest publication in use at the time of the executed contract will be the one that governs this project. AMERICAN PETROLEUM INSTITUTE (API) STANDARDS API 13A/13B Fluid Loss of Bentonite Clays AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS ASTM D 698 1991 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft.lb. 1 ft.) ASTM D 2216 Laboratory Determination of Water (Moisture) Content of Soil and Rock ASTM D 4632 Test Method for Determination of Water Content of Soil. ASTM D 5261 Measuring Mass per Unit Area of Geotextiles ASTM D 5321 Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method 2672-95 02251 - 1 OWNER MSW Permit Owner's TNRCC, MSW Permit. SLQCP Owner's Soil and Liner Quality Control Plan GEOSYNTHETICS RESEARCH INSTITUTE, DREXEL UNIVERSITY GRI-GCL-2 Test Method for Permeability of Geosynthetic Clay Liners TEXAS NATURAL RESOURCE CONSERVATION COMMISSION TNRCC Texas Solid Waste Management Regulation, 30 TAC Chapter 330 U.S. PHARMACOPEA - NATIONAL FORMULARY XVII, PAGE 1210 USP-NF-XVII Test Method for the Free Swell of Bentonite Clay 1.5 QUALITY ASSURANCE A. Manufacturing The Manufacturer shall have at least four (4) years continuous experience in the manufacture of Geosynthetic Clay Liner (GCL) rolls and/or experience totaling 10,000,000 square feet of manufactured GCL. The manufacturer shall permit the owner and the Engineer to visit the manufacturing plant. B. Installation The installation contractor shall have successfully installed a minimum of 1,000,000 square feet of similar lining material in solid waste containment structures, and shall submit evidence of his ability and capacity to perform this work. The installation contractor can meet these criteria by teaming with a subcontractor who is identified in the bid along with the firm's experience. Installation shall be performed under the constant direction of a single Field Installation Supervisor who shall remain on site and be responsible, throughout the liner installation, for liner layout, patching, testing, repairs, and all other activities by the Installer. This Installation Supervisor shall have installed or supervised the installation of a minimum of 1,000,000 square feet of GCL. 1.6 SUBMITTALS A. Manufacturer 1. Quality control program and manual, or descriptive documentation. 2. List of material properties and samples of GCL. 3. A list documenting no less than 5 completed facilities totaling a minimum of 1,000,000 square feet. 4. Copy of quality control certificates in conformance with Sections 2.4. 2672-95 02251 - 2 CA B. Installation Contractor 1. Certification that the Installation Supervisor for the installer has reviewed the Quality Assurance Plan, the Project Plans, and these specifications. 2. A list of at least 5 completed facilities, totaling a minimum. of 1,000,000 square feet for which the Contractor has installed a GCL. 3. Proposed Installation Panel layout identifying seams and details. Layout plan must be approved by the Engineer at least 10 days before materials are ordered. The panel layout must provide a numbering scheme to be used in quality control/assurance procedures and shall provide that: • Seams run up and down slopes. • Field seam lengths are to be minimized. 4. • GCL shall not have any penetrations. Written certification that Installer is capable of performing all necessary . ' construction testing as required by the TNRCC. 5. Any proposed variance or deviation from these documents shall be submitted in writing by the Installer to the Engineer a minimum of seven (7) working days prior to the scheduled start of GCL installation and will be accepted/rejected by _ the Engineer prior to start of installation activities. 1.7 WARRANTY A written Warranty shall be obtained from the Manufacturer (for material) and the Installation Contractor (for workmanship). These documents shall warrant the quality of the in place liner �. A. Manufacturer Furnish a written warranty on a prorata basis for a period of 20 years. The warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet or other normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation. B. Installation Contractor Furnish a written warranty that the entire lining installed to be free of defects in material and workmanship and installed pursuant to the Owner's "Soil and Liner Quality Control Plan" (SLQCP) for a period of 2 years following the date of the Certificate of Completion. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship which become evident during the 2 year warranty period. r 1.8 DELIVERY, STORAGE AND HANDLING A. Transportation The GCL rolls or panels shall be packaged individually, in relatively impermeable and opaque protective covers, and shipped by appropriate means so that no damage is caused. Tears in the protective covers shall be repaired immediately. Transportation shall be the responsibility of the Installer. B. Delivery Off-loading and storage of the GCL rolls is the responsibility of the Installer. The Installer shall be responsible for replacing any damaged or unacceptable material at no cost to the Owner. No off-loading shall be done unless the Engineer is present. Damage 2672-95 02251 - 3 during off-loading shall be documented by the Engineer and Installer. All damaged rolls must be separated from the undamaged rolls until the proper disposition of that material has been determined by the Owner's Representative. The Owner's Representative will be the final authority on determination of damage. C. On -Site Storage The GCL material shall be stored in accordance with the Manufacturer's "- recommendation, so as to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. The rolls shall be stored on a prepared surface (not wooden pallets) and should not be stacked more than four rolls high or as recommended by the manufacturer. PART 2 PRODUCTS 2.1 MATERIALS A. The GCL shall consist of natural sodium bentonite encapsulated between two _ polypropylene geotextiles. B. Accessory bentonite for seaming and detail work shall be the same material as in the GCL sheets and shall be as recommended by the manufacturer. C. Geotextiles will consist of woven or non -woven materials. On side slopes, at least one side of GCL must be made of non -woven material. D. On side slopes steeper than seven horizontal to one vertical (7:1), GCL must be reinforced by either needlepunching or lock -stitching for internal shear strength reinforcement. E. GCL used on side slopes shall have a coefficient of friction of GCL to the subgrade soil of not less than 22°, and will have a coefficient of friction of GCL to the Textured HDPE of not less than 22`. 2.2 RAW MATERIALS The GCL shall be manufactured of new, first -quality products and shall be manufactured specifically for the intended purpose. 2.3 ROLLS The geomembrane shall be supplied in rolls with a minimum width of 15 feet. Rolls in lengths greater than 125 feet may be 12 feet in width. Labels on each roll shall identify the following: • Manufacturer • Product Identification • Roll Number • Roll Dimensions • Roll Weight ^. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams. 2672-95 02251 - 4 Manufactured GCL sheets shall be constructed such that bentonite will not be displaced during transportation, storage and installation. 2.4 MANUFACTURER'S CERTIFIED TESTING A. Material Testing Prior to use, the material shall be certified in writing by the manufacturer. The certificate must include roll identification number, testing procedure and test results. TABLE 3 COMPOSITE MATERIAL Clay Mass/Unit Area ASTM D 5261 (1) 0.9 psf 1/40,000 ft.2 Water Content ASTM D 2216 — % 1/40,000 ft.2 Permeability (5 psi) GRI-GCL-2 5.Qx101 max cm/sec (2) 90 Grab Tensile ASTM D 4632 lbs. 1/200,000 ft.2 (1) Based on 105° C (2) One per week per production line 2672-95 B. Quality Control Inspection For needle -punched GCL, manufacturer must provide written certification that material is "needle free" by continuous inspections for the presence of broken needles using a metal detector. 02251 - 5 2.5 SEAM OVERLAP LINES Match lines shall be imprinted on both edges of the upper geotextile fabric as a means for providing quality assurance of the overlap being within manufacturer's recommendations. Lines shall be printed such that they are easily visible and at lap distances recommended by the manufacturer. An additional line 12-inches from the edge will be included for overlap in leachate collection lines. 2.6 QUALITY CONTROL SPECIFICATIONS A. Sample Selection - Upon delivery to the installation site, test samples shall be obtained by the Owner to verify conformance to project plans and specifications as well as -- manufacturer's certifications. Samples shall be taken from selected rolls by removing the protective cover and cutting a full width, three (3) feet long strip. One revolution of the GCL may be discarded before cutting the sample. The sample roll shall be -- rewrapped and stored with other rolls. The sample strips shall be identified by type, style, lot and roll number. The machine direction shall be noted with a waterproof marker. B. Conformance Testing Samples shall be tested upon delivery by Owner for conformance with the properties shown in Table 4. TABLE 4 ON SITE CONFORMANCE TESTS Permeability (5 psi) GRI-GCL-2 5.0x1W max cm/sec 1/100,000 ft2 0.8 min Clay Mass/Unit Areal) ASTM D 5261 22 psf 1/100,000 fe Direct Shear (Internal) ASTM D 5321 22 degrees one Direct Shear (Interface) ASTM D 5321 degrees (2) (1) Based on 105° C (2) Once per soil type PART 3 EXECUTION 3.1 PREPARATION Before placing GCL, the Contractor shall provide written documentation that the surfaces to receive GCL have been inspected and are acceptable for installation of the lining. Acceptable surface conditions shall be as described in Section 02221, Subgrade Preparation with no excessive cracking (defined as cracks at least 1-inch in depth and 12-inches in length). 2672-95 02251- 6 r 3.2 ANCHOR TRENCH f: The anchor trench shall be excavated as specified prior to liner system placement. 3.3 PLACEMENT A. Sheets will be placed in such a manner as to reduce field seams to a minimum. B. The Installer shall be responsible for the following: • No equipment or tools shall damage the GCL by handling, trafficking, or other means. • No personnel working on the GCL shall smoke, wear damaging shoes, or engage in other activities that could damage the GCL. • The method used to unroll the panels shall not cause crimps or other damage to the GCL. • The method used to place the panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation shall be identified on the Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of the compensating wrinkles by wind. • Adequate loading (e.g., sand bags or similar items that will not damage the GCL) shall be placed to prevent uplift by wind (in case of high winds, continuous loading is recommended along edges of panels to minimize risk of wind flow under the panels). • Direct contact with the GCL shall be mined, i.e., the GCL in traffic area is protected by geotextiles, excess geomembrane, or other suitable materials. • No objects which would be potentially harmful to the GCL or overlying layers remain under, within or on top of the GCL (i.e., tools, needles, stones, etc.). C. Weather Limitations GCL placement shall not be done during any precipitation or times of impending precipitation, when the relative humidity exceeds 80 percent, or in the presence of excessive winds, as determined by the installation supervisor. The GCL shall not be placed in the presence of surface moisture (e.g., dew, frost) or on ponded water. D. Working Day Limitations GCL placement will be limited to that amount that can be installed and covered with geomembrane in one working day. GCL will not be left uncovered and exposed to the elements at the end of any day. E. Damaged Material Replacement GCL which becomes hydrated before being covered shall be removed and replaced. 3.4 FIELD SEAMING A. Seam Overlap & Bentonite Fillet Seams shall be overlapped as recommended by the manufacturer. Overlaps shall extend to the manufacturer's printed match line. A fillet of dry granular bentonite will be poured at a rate of 1/4 pound per linear foot, or as recommended by the manufacturer if the GCL has non -woven geotextile encasement, along the entire length of all overlap seams. B. Seams on Slopes F �^ 2672-95 02251 - 7 Panels shall be oriented so that long edges are parallel to the direction of maximum slope. No horizontal seams will be allowed on slopes exceeding 7 vertical to i horizontal except on slopes exceeding 190 feet in length. On slopes exceeding 190 feet in length, horizontal seams may only be placed within 15 feet of the toe of slope. 3.5 SIDE SLOPES On side slopes, the non -woven material will be placed facing down. 3.6 CUT-OFF WALL CONSTRUCTION USING GCL A. Excavation Excavate as shown on the Drawings. B. GCL Installation Place GCL in trench in a continuous "U" configuration. C. Backfill and compact trench in loose lifts not to exceed 8-inches. Compaction shall be achieved using light, rubber -tired equipment or other light compaction equipment. Care shall be taken to prevent damage to the GCL. At no time shall construction equipment come into contact with the GCL. If damage occurs, it shall be repaired by the Contractor, in accordance with the specification, prior to completion of backfilling. Compact to 90% maximum density as determined by ASTM D 698, minimum. 3.7 REPAIRS Any necessary repairs to the GCL shall be made by placing a patch of the same material extending at least one (1) foot beyond the flaw or damaged area. Granular bentonite shall be added to the overlapped area at a uniform rate of at least 1/4 pound per linear foot. Adhesive of the type approved by the manufacturer may be used to keep patches in place during placement of overlying materials. 3.8 GCL ACCEPTANCE The Installer shall retain all ownership and responsibility for the GCL until acceptance by the Owner. The GCL shall be accepted by the Owner when all of the following conditions are met: • Installation is finished. • Verification of the adequacy of all field seams and repairs is complete. • Written certification, including "as built" drawing(s), is provided by the Installer to the Engineer. • Documentation of completed installation, including all reports is complete. • Acceptance of "Soil and Liner Evaluation Report" by the TNRCC. END OF SECTION 2672-95 02251 - 8 SECTION 02260 EROSION LAYER CONSTRUCTION PART GENERAL 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. L2 SECTION INCLUDES A. Erosion Layer Specification. B. Erosion Layer Installation. 1.3 REFERENCES The publications listed below forma part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. TEXAS NATURAL RESOURCE CONVERSATION COMMISSION TNRCC, 30 TAC Chapter 330 Texas Natural Resource Com,ervation Commission, Municipal Solid Waste Management Regulation CITY OF LUBBOCK Permit No. 0069 City of Lubbock, TNRCC Permit MSW #0069 1.4 WEATHER LIMITATION The Erosion Layer shall be constructed when the atmospheric temperature is above 35 degrees F. When the temperature falls below 35 degrees F, the Contractor shall protect all areas of completed Erosion Layer by approved methods against detrimental effects of freezing. Areas of completed protective soil cover damaged by freezing, rainfall, or other weather conditions shall be corrected to meet specified requirements. Erosion Layer placement shall not occur on rainy days or when rain is imminent. PART 2 PRODUCTS 2.1 EROSION LAYER SOIL Material that is to be used for the construction of the Erosion Layer shall be clean soil found in Stockpile #1. r 2672-95 02260 1 1 PART 3 EXECUTION 3.1 STOCKPILING MATERIAL _ If necessary, materials shall be stockpiled in the manner and at locations designated. Prior to stockpiling, the storage sites shall be cleared, drained, and leveled by the Contractor. Approved material available from excavation or grading shall be stockpiled in the manner and at locations designated. 3.2 GRADE CONTROL The finished and completed Erosion Layer shall conform to the grades, lines, cross sections, and dimensions shown. 3.3 LAYER THICKNESS The completed thickness of the Erosion Layer shall be as indicated on the drawings and as specified in Section 01400 Quality Control. Erosion Layer will be placed such that the top _ surface, during spreading operations, is a minimum of 6-inches above the Infiltration Layer or 1-foot above the geosynthetic clay liner or LLDPE liner. Thickness will be verified in accordance with Section 01050, Field Engineering. 3.4 COMPACTION Compaction control is not required for the Erosion Layer; however, it should be stable for construction and disposal equipment. 3.5 THICKNESS CONTROL r` The thickness of the Erosion Layer shall be measured at intervals providing at least one measurement at each 200-foot grid location or each 40,000 square feet or major fraction thereof of Erosion Layer for Cell I, and one measurement at each 100-foot grid location, or each 10,000 square feet of major fraction thereof of Erosion Layer for Cell HA. The thickness measurement shall be made by survey in accordance with Section 01050 Field Engineering. 3.6 MAINTENANCE The Erosion Layer shall be maintained in a satisfactory condition until accepted. END OF SECTION 2672-95 02260 - 2 SECTION 02936 SEEDING PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AGRICULTURAL MARKETING SERVICE (AMS) AMS-01 (Amended thru: Aug 1988) Federal Seed Act Regulations (Part 201-202) 1.2 SUBMITTALS The following shall be submitted in accordance with Section 01300 SUBMITTAL DESCRIPTIONS: 1. Equipment List - A list of proposed seeding equipment to be used in performance of turfing operation, including descriptive data and calibration tests. 2. Certificates - Certificates of compliance certifying that materials meet the requirements specified, prior to the delivery of materials. Certified copies of the reports for the following materials shall be included: a. Seed - For mixture, percent pure live seed, minimum percent germination and hard seed, maximum percent weed seed content, date tested and state certification. b. Fertilizer - For chemical analysis, composition percent. c. Asphalt Adhesive. d. Pesticide Material. e. Topsoil. 1.3 DELIVERY, INSPECTION, STORAGE, AND HANDLING 1.3.1 Inspection Seed shall be inspected upon arrival at the job site by the Contractor for conformity to type and quality in accordance with paragraph MATERIALS. Other materials shall be inspected for meeting specified requirements and unacceptable materials shall be removed from the job site. 1.3.2 Storage Materials shall be stored in areas designated by the Owner. Seed and fertilizez shall be stored in cool, dry locations away from contaminants. 71, 02936 - 1 2672-95 7 PART 2 PRODUCTS 2.1 MATERIALS 2.1.1 Seed 2.1.1.1 Seed Classification State -approved seed of the latest season's crop shall be provided in original sealed packages bearing the producer's guaranteed analysis for percentages of mixture, purity, germination, hard seed, weed seed content, and inert material. Labels shall be in conformance with AMS-01 and applicable state seed laws. 2.1.1.2 Seed Wheat. 2.1.1.3 Quality Weed seed shall not exceed 1 percent by weight of the total mixture. Wet, moldy, or otherwise damaged seed including insect infested seed, shall be rejected. 2.1.2 Soil Amendments Soil amendments shall consist of fertilizer, meeting the following requirements. 2.1.2.1 Fertilizer Fertilizer shall be commercial grade, free flowing, and uniform in composition. Granular Fertilizer consisting of nitrogen -phosphorus -potassium shall be used. PART 3 EXECUTION 3.1 SEEDING TIMES AND CONDITIONS 3.1.1 Seeding Time Seed shall be sown from August 1st to November 15th for fall planting. 3.1.2 Seeding Conditions Seeding operations shall be performed only during periods when beneficial results can be obtained. When drought, excessive moisture or other unsatisfactory conditions prevail, the work shall be stopped when directed. When special conditions warrant a variance, proposed times shall be submitted to and approved by the Engineer. 2672-95 02936 - 2 7 l 3.2 SITE PREPARATION 3.2.1 Grading 6 The Engineer shall verify that finished grades are as indicated on drawings, and erosion layer has been completed in accordance with Section 02260 EROSION LAYER CONSTRUCTION. 3.2.2 Application of Soil Amendments 3.2.2.1 Fertilizer Fertilizer shall be applied at the rate of 80 lbs/acre nitrogen, 25 lb/acre phosphate and 40 lb/acre potash. Fertilizer may be incorporated as part of the tillage operation. E 3.2.3 Tillage 3.2.3.1 Minimum Depth Minimum depth of tillage shall be 1 inch. i. r 3.3 SEEDING 3.3.1 General Prior to seeding, any previously prepared seedbed areas compacted or damaged by interim rain, traffic or other cause, shall be reworked to restore the ground condition previously specified. Seeding operations shall not take place when the wind velocity will prevent uniform seed distribution. 3.3.2 Equipment Calibration The equipment to be used and the methods of turfing shall be subject to the inspection and approval of the Engineer prior to commencement of seeding operations. Immediately prior to the commencement of seeding operations, the Contractor shall conduct seeding equipment calibration tests in the presence of the Engineer. 3.3.3 Applying Seed 3.3.3.1 Broadcast Seeding Seed shall be uniformly broadcast at the rate of 60 pounds per acre using broadcast seeders. Half of seed shall be broadcast in one direction, and the remainder at right angles to the first direction. Seed shall be covered to an average depth of 1 inch by disk harrow, steel mat drag, cultipacker, or other approved device. I 2672-95 02936 - 3 n a i 3.3.3.2 Drill Seeding Seed shall be uniformly drilled to an average depth of 1-1/2 inch and at the rate of 1.15 pounds per 1000 square feet using equipment having drills not more than 6-1/2 inches apart. Row markers shall be used with the drill seeder. 3.3.3.3 Rolling Immediately after seeding, except for slopes 3-horizontal-to-1 vertical and greater, the entire area shall be firmed with a roller not exceeding 90 pounds for each foot of roller width. Areas seeded with seed drills equipped with rollers shall not be rolled. 3.3.4 Water Watering shall be started within 7 days after completing the seeded area. Water shall be applied at _ a rate sufficient to ensure moist soil conditions to a minimum depth of 1 inch. Run-off and puddling shall be prevented. 3.4 RESTORATION AND CLEAN UP 3.4.1 Restoration Existing turf areas, pavements and facilities that have been damaged from the seeding operation shall be restored to original condition at Contractor's expense. 3.4.2 Clean Up Excess and waste material shall be removed from the planting operation and shall be disposed of as directed by the Owner. Adjacent paved areas shall be cleaned. 3.5 PROTECTION OF SEEDED AREAS Immediately after seeding, the area shall be protected against traffic or other use by erecting barricades and providing signage as required, or as directed by the Engineer. -- 3.6 FINAL ACCEPTANCE 3.6.1 Final Inspection A final inspection shall be held by the Engineer, all deficiencies, washed out areas, or misapplied areas will be corrected. END OF SECTION 2672-95 02936 - 4 d W _-_ CITY OF LUBBOCK, TEXAS MSWL PERMIT MODIFICATION FINAL COVER QUALITY CONTROL PLAN (FCQCP) Revised May 1995 �fi Parkhill, Smith & Cooper, Inc. Engineers ■ Architects ■ Planners I FINAL COVER QUALITY CONTROL PLAN TABLE OF CONTENTS P MIT M. 1.0INTRODUCTION........................................ 1 1.1 General .......................................... 1 1.2 Definitions ........................................ 1 1.3 Landfill Description .................................. 3 1.4 Closure Plans ...................................... 4 1.4.1 Cells II, Vil and Vill ............................. 4 1.4.2 Cells I, IIA and III ............................... 4 1.4.3 Cells IV and VI ................................. 6 1.4.4 Cell ....................................... 6 2.0 CONSTRUCTED EARTHEN INFILTRATION LAYER ................. 7 2.1 General .......................................... 7 2.2 Submittals ........................................ 7 2.2.1 Equipment List ................................ 7 2.2.2 Test Pad .................................... 7 2.3 Quality Control ..................................... 8 2.3.1 Quality Control Program .......................... 8 2.3.2 Qualifications of Earthen Infiltration Layer Contractor ...... 8 2.4 Quality Assurance ................................... 8 2.4.1 Pre -installation Meeting ........................... 8 2.4.2 Contractor's Safety Meeting ....................... 9 2.4.3 Inspection by Geotechnical Professional ............... 9 2.4.4 Conformance Testing ............................ 9 2.5 Delivery, Storage and Handling .......................... 9 2.5.1 Delivery Requirements ........................... 10 2.5.2 Storage Requirements ........................... 10 2.6 Products ......................................... 10 2.6.1 Earthen Infiltration Layer Materials ................... 10 2.7 Installation ........................................ 10 2.7.1 Pre -installation Procedures ........................ 11 2.7.2 General Installation Procedures ..................... 11 2.7.3 Field Testing .................................. 12 2.7.4 Cleanup ...................................... 14 2.8 Final Acceptance of the Earthen Infiltration Layer .............. 14 3.0 GEOSYNTHETIC INFILTRATION LAYER ........................ 15 I' 3.1 General .......................................... 15 3.2 Submittals ........................................ 15 t� 3.2.1 Certifications ................................. 15 City of Lubbock i Revised May 1995 MSWL Permit Modification r Section 3.2.2 Reports ..................................... 15 3.2.3 Installation Drawings ............................ 16 3.2.4 Samples ...................................... 16 3.2.5 Warranties and Guarantees ........................ 16 3.3 Quality Control ..................................... 17 3.3.1 Quality Control Program ........................... 17 3.3.2 Qualifications of GCL Manufacturer .................. 18 3.3.3 Qualifications of GCL Contractor .................... 18 3.4 Quality Assurance ................................... 18 3.4.1 Pre -installation Meeting .......................... 18 3.4.2 GCL Contractor's Safety Meeting ................... 18 3.4.3 Inspection by Geotechnical Professional ............... 19 3.4.4 Conformance Testing ............................ 19 3.5 Delivery, Storage and Handling .......................... 19 3.5.1 Delivery Requirements ........................... 20 3.5.2 Storage Requirements ........................... 20 3.5.3 Handling Requirements ........................... 20 3.6 Products ......................................... 20 3.6.1 Bentonite.................................... 20 3.6.2 Geotextile................................... 21 3.6.3 Geosynthetic Clay Liner Material .................... 21 3.6.4 Material Used for Sealing Seams and Repairs ........... 22 3.6.5 Approved Manufacturers ......................... 23 3.7 Installation ..................... .................. 23 3.7.1 Pre -installation Procedures ......................... 23 3.7.2 General Installation Procedures ..................... 24 3.7.3 Field Seam Construction .......................... 25 3.7.4 Field Testing ......... ......................... 26 3.7.5 Repairs ..................................... 26 3.7.6 Protection of the GCL ........................... 26 3.7.7 Cleanup ..................................... 27 3.8 Final Acceptance of GCL .............................. 27 4.0 GEOMEMBRANE LINING (GML) ............................. 28 4.1 General .......................................... 28 4.2 Submittals ........................................ 28 4.2.1 Certifications ................................. 28 4.2.2 Reports ..................................... 29 4.2.3 Installation Drawings ............................ 29 4.2.4 Samples ..................................... 29 4.2.5 Warranties and Guarantees ........................ 29 4.3 Quality Control ..................................... 30 4.3.1 Quality Control Program .......................... 30 4.3.2 Qualifications of GML Manufacturer .................. 30 City of Lubbock ii Revised May 1995 >~ MSWL Permit Modification I r Section 4.3.3 Qualifications of GML Contractor .................... 31 4.3.4 On -site Supervision ............................. 31 4.4 Quality Assurance ................................... 31 4.4.1 Pre -installation Meeting .......................... 31 4.4.2 GML Contractor's Safety Meeting ................... 31 4.4.3 Inspection by Geotechnical Professional ............... 32 4.4.4 Conformance Testing ............................ 32 4.5 Delivery, Storage and Handling .......................... 32 4.5.1 Delivery Requirements ........................... 32 4.5.2 Storage Requirements ........................... 32 4.5.3 Handling Requirements ........................... 33 4.6 Products ......................................... 33 4.6.1 LLDPE Manufacturing Requirements .................. 33 4.6.2 LLDPE Conformance Testing ....................... 35 4.6.3 Fusion Welding Resin Properties .................... 35 4.6.4 Approved Manufacturers ......................... 35 4.7 Installation ........................................ 36 4.7.1 Pre -installation Procedures ........................ 36 4.7.2 General Installation Procedures ..................... 36 4.7.3 Field Seam Construction .......................... 38 4.7.4 Field Testing .................................. 39 4.7.5 Laboratory Testing of Field Welds ................... 40 4.7.6 Repairs ................... .......... ..... 42 4.7.7 Protection of the GML ............................ 43 4.7.8 Cleanup ..................................... 43 4.8 Final Acceptance of GML .............................. 43 5.0 EROSION LAYER ....................................... 45 5.1 General .......................................... 45 5.2 Submittals ........................................ 45 5.2.1 Certifications ................................. 45 5.2.2 Reports ..................................... 45 5.2.3 Test Results .................................. 45 5.3 Quality Control ..................................... 45 5.3.1 Quality Control Program .......................... 45 5.3.2 Qualifications of Earthwork Contractor ................ 46 5.3.3 On -site Supervision ............................. 46 5.4 Quality Assurance ................................... 46 5.4.1 Pre -installation Meeting .......................... 46 5.4.2 Earthwork Contractor's Safety Meeting ............... 46 5.4.3 Inspection by Geotechnical Professional ............... 47 5.4.4 Conformance Testing ............................ 47 5.5 Delivery, Storage and Handling .......................... 47 5.6 Products ......................................... 47 City of Lubbock iii Revised May 1995 MSWL Permit Modification r Section 5.6.1 Soil ........................................ 47 5.7 Installation ........................................ 47 5.7.1 Pre -Installation Procedures ........................ 48 5.7.2 General Installation Procedures ..................... 48 5.7.3 Conformance Testing ............................ 49 5.7.4 Cleanup ..................................... 49 5.8 Final Acceptance of the Erosion Layer ..................... 49 6.0 SEEDING ............................................. 50 6.1 General .......................................... 50 6.2 Submittals ........................................ 50 6.2.1 Equipment List ................................ 50 6.3 Quality Control ..................................... 50 6.3.1 Quality Control Program ........................... 50 6.3.2 Qualifications of Seeding Contractor ................. 50 6.4 Quality Assurance ................................... 51 6.4.1 Pre -installation Meeting .......................... 51 6.4.2 Contractor's Safety Meeting ....................... 51 6.4.3 Inspection by Geotechnical Professional ............... 51 6.5 Delivery, Storage and Handling .......................... 52 6.5.1 Delivery Requirements ........................... 52 6.5.2 Storage Requirements ........................... 52 6.6 Products .......................................... 52 6.6.1 Seed ....................................... 52 6.7 Installation ........................................ 53 6.7.1 Pre -installation Procedures ........................ 53 6.7.2 General Installation Procedures ..................... 53 6.7.3 Cleanup ..................................... 54 6.8 Final Acceptance of Seeding ............................ 54 7.0 FCER AND CONSTRUCTION DOCUMENTATION .................. 55 7.1 General .......................................... 55 7.2 Submittals ........................................ 55 7.2.1 Reports ..................................... 55 7.3 Reports .......................................... 55 7.3.1 FCER ....................................... 55 7.3.2 Construction Documentation Report .................. 55 f'" R City of Lubbock iv Revised May 1995 MSWL Permit Modification 1.0 INTRODUCTION 1.1 General This Final Cover Quality Control Plan (FCQCP) presents engineering and quality control requirements for construction for the Lubbock landfill final cover system. The FCQCP will be used in conjunction with the Site Development Plan Attachments and final construction drawings and specifications. The FCQCP addresses the following. A. A Quality Assurance Program and the Quality Assurance Procedures to be Implemented during the final cover construction including field observation, laboratory and field testing, and acceptance criteria for constructed work. B. Recording and documenting procedures to demonstrate that the constructed final cover meets the requirements of project plans and specifications. C. Lines of communication, responsibilities and role of Quality Assurance team and other related project personnel. D. Report submittals required by the Texas Natural Resource Conservation Commission (TNRCC). 1.2 Definitions This section provides the definitions for terms used in this FCQCP. A. wOuality Control" - Actions taken by the geosynthetic material manufacturers and geosynthetic material contractor to ensure that the geosynthetic materials and workmanship meet the requirements of project plans and specifications. B. "Quality Assurance" - Actions taken by the Geotechnical Professional (GP) to assure conformity of the liner system production and installation with the Quality -Assurance (QA) - Plan, drawings and specifications. QA is provided by a party independent of installation. C. "Work" - All tools, equipment, supervision, labor and material or supplies necessary to complete the project as specified herein and as shown on the ri plans. City of Lubbock 1 Revised May 1995 • MSWL Permit Modification D. "Geosynthetics" - A generic classification given to synthetic (man-made plastic) materials used in geotechnical engineering applications. Included are flexible membrane lining, geotextiles, geonets, geogrids, geocomposites and geocells. For the City of Lubbock Landfill, geosynthetics is used to refer to geosynthetic clay liner. E. "Geosynthetic Clay Liner" (GCL) - Geosynthetic clay liners (GCLs) are factory manufactured, hydraulic barriers typically consisting of bentonite — clay or other very low permeability clay materials, supported by geotextiles and/or geomembranes which are held together by needling, stitching and/or '- chemical adhesives. F. "Geotextile" - A permeable synthetic textile used with soil, rock, sand gravel or any other similar materials as an integral part of the composite lining system. It serves as a filter interface between two types of soil materials. G. "Flexible Membrane Lining (FML) - An essentially impermeable synthetic material used as an integral part of a lining system. It is sometimes referred to as a geomembrane, sheet or panel. On this project, the FML will consist of a Linear Low Density Polyethylene (LLDPE) material. H. "Manufacturer" - Firm(s) responsible for the production of GCL, FML and geotextile from resin and other raw materials. I. "Contractor" - The firm responsible for subgrade preparation under the infiltration layer. The firm may also be responsible for placing the infiltration layer and erosion layer. J. "Geotechnical Professional" (GP) - Person(s) of firm(s) authorized by the Owner to manage and oversee the execution of the work. The Geotechnical -Professional is -also -responsible, for -observing, testing and documenting activities related to liner quality assurance during the installation of the lining system, and for issuing the final report. All �. completed work is subject to approval of the Geotechnical Professional. K. "Owner" - The City of Lubbock. City of Lubbock 2 Revised May 1995 MSWL Permit Modification L. "Qualified Engineering Technician" -The representative of the Geotechnical Professional who is NICET - Certified in Geotechnical Engineering Technology at Level 1 or higher, an engineering technician with a minimum of four years of directly related experience or a graduate engineer/geologist with one year of directly related experience. M. "Qualify Assurance Laboratory" - The firm responsible for conducting tests on infiltration layer and geosynthetic samples taken from the site. The laboratory shall be independent of the Owner, Manufacturer, Contractor and any party involved with the manufacture and/or installation of any of the geosynthetics. N. "Project Plans and Specifications" - All project related plans and specifications including design modifications and "as -built" plans. O. "Project Documents" - All contractor submittals, construction plans, "as - built" plans, construction specifications, QA plan, safety plan and project schedule. 1.3 Landfill Description The City of Lubbock Municipal Solid Waste Landfill is comprised of eight individual cells: Cell I, Cell 11, Cell IIA, Cell III, Cell IV, Cell V, Cell VI, Cell VII and Cell Vill. The sizes, current status and liner information for each is tabulated on the following page: City of Lubbock 3 Revised May 1995 MSWL Permit Modification TABLE 1. SUMMARY OF CELL INFORMATION Cell Acreage Current Status Liner Remarks I 140 Full None Closure Plan submitted and approved. II IS Full None Closed. Awaiting Final Inspection. II(A) 9 Full None Closure Plan submitted and approved. III 12 Full None Closure Plan submitted and approved. IV(A) 7.6 In use. 3' Clay Closure Plan submitted and approved. IV(B) 40 Being developed. Subtitle D Closure Plan submittal and approved. V 8 In use. Inerts only. None Closure Plan submitted and approved. VI 39 Undeveloped. For future use. Subtitle D Closure Plan submitted and approved. VII 7 Full None I Closed. Awaiting Fiend Inspection. VIII 7 Full None Closed. Awaiting Final Inspection. 1.4 Closure Plans 1.4.1 Cells II, VII and Vill Since Cells II, VII and VIII did not receive waste after October 9, 1991, Parkhill, Smith & Cooper, Inc., in September 1994, field verified existing cover on the cells and requested that the Texas Natural Resource Conservation Commission (TNRCC) allow the City to close these cells under the old regulations. This request was granted in October 1994 and the necessary cover has been placed in compliance with the old regulations and the Cells are awaiting final inspection by the TNRCC. 1.4.2 Cells I, IIA and III A. General Cells l; IIA and ill did receive waste -after October 9; 1991. However, these cells contain no bottom liner system. Therefore, engineered final cover, as defined by EPA RCRA Subtitle D 0x10'6 cm\sec) is required for these cells. c- y 1-1 City of Lubbock 4 Revised May 1995 MSWL Permit Modification C. C. f; Three final cover systems will meet the requirements of Subtitle D: an earthen infiltration layer constructed of material that, when compacted, has a permeability of 1 x 10-5 cm\sec, a geosynthetic clay liner (GCL) and a linear low density polyethylene (LLDPE) liner, all of which are discussed in this FCQCP. B. Cells I, IIA and III Variances In April 1995, based on the fact that these cells, contain no bottom liners and the fact that TNRCC had set compliance dates for the �^ placement of the final cover, the City of Lubbock requested that they allowed to deviate from this FCQCP on these items: 1. The City requested that they be allowed to perform density/ moisture tests at a frequency of 1 per acre, on various lifts in lieu of a testing frequency of 1 test for every 8,000 ft2 per lift. This request was granted by TNRCC. 2. The City requested that they not be required to perform grain -size and Atterberg Limits testing on the earthen infiltration layer since only the permeability of the material was of concern. This request was granted by TNRCC. 3. The City requested that they be allowed to perform thickness verification at a frequency of 1 per acre ( 1 per 40,000 ft' based on 200 ft x 200 ft grid) of infiltration material installed. This request was granted by TNRCC. 4. Due to the fact that there are side slopes of approximately ' 1.5H:1 V on the west side of Cell IIA, the City requested that is -they-be allowed -to install horizontal lifts of infiltration layer material rather than parallel lifts on these side slopes. Because these lifts are likely to be between 10 and 20 feet in width along i the side slopes (due to installation equipment limits), the �., thickness of the layer, measured perpendicular to the surface, i will be approximately 8 to 18 feet thick. Therefore, the City City of Lubbock 5 Revised May 1995 MSWL Permit Modification f. requested that they not be required to meet the 1x1076 cm/sec maximum permeability requirement but, instead, compact the material to at least 90% Standard Proctor. This request was granted by TNRCC, however, TNRCC pointed out that these -- slopes were not in compliance with the TNRCC regulations pertaining to maximum slopes for closure and that if any erosion problems were experienced after the site was closed, the - problems would have to corrected in the "Post -Closure Maintenance" period. 1.4.3 Cells IV and VI Cells IV and VI will contain bottom liner systems. The closure of these cells will be in full compliance with this FCQCP. 1.4.4 Cell V Cell V contains only inert wastes such as concrete, brick, gravel, etc. Since this cell contains inerts, no engineered cover will be required. The cover system for this cell will consist of 2 feet of native soil. J City of Lubbock 6 Revised May 1995 MSWL Permit Modification 2.0 CONSTRUCTED EARTHEN INFILTRATION LAYER 2.1 General A constructed infiltration layer will be placed directly on the subgrade. The earthen r infiltration layer will be constructed of natural soils which conform to the permeability requirements contained in this section. The overall objective of the layer is to provide 4 ' an effective infiltration layer with a coefficient of permeability which is less than or equal to the permeability of the liner in the bottom, but under no circumstances greater than 1 x 10'6 cm/sec. The minimum constructed earthen infiltration layer thickness, measured perpendicularto the surface being covered, shall be eighteen 0 8) inches. 2.2 Submittals The Contractor shall submit the following, for approval by the Geotechnical Professional, prior to the start of construction or as otherwise noted, to demonstrate that the earthen infiltration layer will meet the requirements of the FCQCP and will be satisfactory for the intended application. All field and laboratory testing must be performed under the direction of the Geotechnical Professional. 2.2.1 Equipment List i Provide a list of all equipment to be used on the project, and any rinformation such as equipment weight, compactor prong length, etc. b 2.2.2 Test Pad Prior to placing the Infiltration Layer, a 20-foot by 50-foot test pad shall be constructed utilizing the material that will be used for construction of the earthen infiltration -layer at a location within the limits of construction as designated by the Geotechnical Professional. For the test pad, an independent testing laboratory shall perform all testing required for the earthen infiltration layer including a sieve analysis, Atterberg Limits, compaction and permeability. Provide the test reports certifying that the City of Lubbock 7 Revised May 1995 MSWL Permit Modification Contractor can achieve the densities and permeabilities required with the construction techniques utilized. 2.3 Quality Control The Contractor will be responsible for providing quality control and evidence of quality control measures as .specified and in accordance with the following. 2.3.1 Quality Control Program A. Submit complete description of quality control programs of Contractor, as applicable for installing, testing, and furnishing a complete earthen infiltration layer in accordance with the FCQCP to include the following as a minimum. 1. Permeability testing schedule as specified. 2. Moisture/Density testing schedule as specified. 3. Layer thickness verification schedule as specified. 2.3.2 Qualifications of Earthen Infiltration Layer Contractor A. Submit documentation of having adequate experience in construction of compacted earthen fills and embankments. Contractor may team with subcontractor and use combined experience. B. Submit names and qualifications of project superintendent and senior installation personnel. 2.4 Quality Assurance The following section will be the Quality Assurance Plan to be implemented by the Geotechnical -Professional. ---The--Geotechnical .Professional will `be completely responsible for ensuring that the plan is implemented as follows. 2.4.1 Pre -installation Meeting A. Attended by Geotechnical Professional, project superintendent, Contractor's representative and other appropriate personnel. City of Lubbock 8 Revised May 1995 MSWL Permit Modification r 4 1 B. Topics for review and discussion to include the following as a minimum. 1. Project plans and specifications. 2. Approved submittals. 2.4.2 Contractor's Safety Meeting A. Attended by all personnel before working on job site. B. Topics for review and discussion to include the following as a minimum. 1. Use of equipment. 2. Equipment operation on layered surfaces. 3. Safety wear. 2.4.3 Inspection by Geotechnical Professional A. Geotechnical Professional will be on -site for observation of Work at all times during installation of earthen infiltration layer. B. Geotechnical Professional will have authority to order immediate stoppage of work because of improper installation procedures, safety infractions or other reasons that may result in a defective earthen infiltration layer. 2.4.4 Conformance Testing Perform tests on samples of earthen infiltration material in accordance with FCQCP. 2.5 Delivery, Storage and Handling The Contractor will be completely responsible for shipping, storage and handling of the earthen infiltration layer material in accordance with the FCQCP to include the following as a minimum. City of Lubbock 9 Revised May 1995 MSWL Permit Modification 2.5.1 Delivery Requirements Upon delivery to site, Contractor shall inspect material for undesirable or objectional matter. 2.5.2 Storage Requirements A. Material to be used in the construction of the infiltration layer shall be stored in a manner which will minimize erosion of the material. B. Material storage area shall be well drained to prevent the accumulation of standing water. "- 2.6 Products 2.6.1 Earthen Infiltration Layer Materials Certified by Contractor to meet the test requirements listed in Table 2-1. TABLE 2-1 EARTHEN INFILTRATION LAYER PROPERTIES PROPERTY TEST METHOD MINIMUM VALUE Permeability (cm/sec) * < 1 x W Standard Proctor Density ASTM D 698 95% * Permeability tests may be performed by either of two methods: A. Falling Head Permeability Tests , Appendix VII, Corps of Engineers Manual, EM 1110-2-1906 B. Constant Head Permeability Test ASTM- D--5084.-or--Appendix - VI1,--Corps -of•-Engineers Manual, EM 1110-2-1906 2.7 Installation Installation of the earthen infiltration layer will be in accordance with the FCQCP. - Installation procedures will include the following as a minimum. City of Lubbock 10 Revised May 1995 MSWL Permit Modification 2.7.1 Pre -installation Procedures A. Contractor and Geotechnical Professional to verify measurements, structures and surface conditions. B. Suitable subgrade surface conditions will include the following. 1. Smooth, uniform compacted soil surface. 2. Cracks shall be repaired at the recommendation of the Geotechnical Professional. 3. No erosion or other damage to subgrade since completion of earthwork. 4. Adequate drainage to prevent standing water within project limits. 5. No rutting of subgrade in excess of one (1) inch under vehicular traffic. C. Contractor shall submit certification that surface has been inspected and is acceptable for installation of earthen infiltration layer. 2.7.2 General Installation Procedures A. Field quality control inspection and testing will be exercised throughout the installation process. B. The earthen infiltration layer shall be installed as shown on project drawings and approved installation drawings. C. The earthen infiltration layer shall be constructed in compacted lifts. D. Lifts may be formed by spreading the material as it is dumped or spreading the material from piles or windrows. E. If water must be added to the material to maintain optimum moisture the water shall be clean and shall not have been in contact with solid waste of other objectional matter. F. The material shall not contain rocks or stones larger than one inch or have more than 10 percent rock by weight. G. Each lift shall be compacted to at least 95% Standard Proctor maximum dry density at or above the optimum moisture content. 0-4 ti City of Lubbock 11 Revised May 1995 1 4 MSWL Permit Modification H. Each lift thickness shall be controlled so that there is total penetration through the loose lift under compaction into the top of the previously compacted lift. 1. Compaction equipment shall have adequate cleaning devices in place to remove accumulated material from equipment. J. Compaction equipment shall have a minimum weight of 1500 pounds per linear foot of drum length. K. The contractor shall make a sufficient number of passes over the lift to achieve proper density prior to testing or placement of next lift. L. The contractor shall coordinate the installation of the earthen infiltration layer so that completed lifts will be receiving subsequent lifts of earthen infiltration material, or erosion layer material if it is the final lift. M. Tie-ins of adjacent infiltration layers will "stair -step" with a minimum of 1-foot overlap or sloped on slopes no steeper than 5H:1 v. N. No completed earthen infiltration layer lifts shall be exposed for more than 48 hours. 2.7.3 Field Testing Testing will be under the direction of the Geotechnical Engineer. The contractor shall notify the Geotechnical Engineer when sufficient area is ready to test. The following are the minimum testing requirements which shall be conducted. A. The minimum constructed thickness of the earthen infiltration layer, measured perpendicular to the surface being covered, shall be 18 inches. B. Grain Size and Atterberg Limits tests at a frequency of 1 per 100,000 ft.2 per lift will be performed to verify that the material installed is the same as the prequalified material. z City of Lubbock 12 Revised May 1995 MSWL Permit Modification C. One density/moisture test is required for every 8,000 ft2 per lift of Installed infiltration layer. Testing will be performed on various lifts at various points. D. The density and moisture tests will be evenly distributed across each lift using ASTM D 2922. Test procedures for determining moisture - density relationships in the laboratory shall utilize ASTM D 698. E. The compacted density shall be at least 95% Standard Proctor maximum dry density with the moisture content at optimum or above. F. Permeability testing is required for every acre of installed infiltration layer. Testing will be performed on various lifts at various points. G. Each permeability sample shall be tested in the laboratory using a Falling Head procedure (Appendix VII of the Corps of Engineers Manual, EM1110-2-1906, Laboratory Soils Testing, most recent version) or a Constant Head procedure (ASTM D 5084 or EM1110- 2-1906, Appendix VII) using tap water as a permeate. H. The earthen infiltration layer samples shall have a coefficient of permeability of 1 x 10'6 cm/sec or less. I. All holes created for density/moisture testing shall be backfilled with a mixture of earthen infiltration layer material and bentonite. J. All holes created for permeability sampling shall be backfilled with a mixture of earthen infiltration layer material and powdered bentonite. K. Verification of earthen infiltration layer thickness shall be accomplished by comparing the elevation of grid points taken before and after the installation of the earthen infiltration layer. L. Final earthen infiltration layer thickness shall be measured a minimum of every 5,000 square feet of surface area or major fraction thereof. City of Lubbock 13 MSWL Permit Modification Revised May 1995 2.7.4 Cleanup A. Cleanup within the work area will be the responsibility of the Contractor. B. Care will be exercised to ensure no trash, tools or other unwanted material are trapped beneath or left on top of the earthen infiltration layer. C. Excess earthen infiltration layer material shall be removed from the work area prior to completion of installation. 2.8 Final Acceptance of the Earthen Infiltration Layer The contractor will retain responsibility for the integrity of the earthen infiltration layer until acceptance by the Geotechnical Professional. The earthen infiltration layer will be accepted by the Geotechnical Professional when the following criteria is met to the satisfaction of the Geotechnical Professional. A. Written certifications including "as built" drawings are received by the Geotechnical Professional. B. Installation is complete. C. Documentation of completed installation, including all reports, is 121 complete. D. Acceptance of layer by TNRCC. r. City of Lubbock 14 Revised May 1995 MSWL Permit Modification 3.0 GEOSYNTHETIC INFILTRATION LAYER 3.1 General A geosynthetic infiltration layer, commonly referred to as a geosynthetic clay liner 1 (GCL), will be placed directly on the subgrade. The GCL will be constructed of Bentonite clay bound on top and bottom by geotextile fabrics. The overall objective of the GCL is to provide an effective infiltration layer with a coefficient of permeability which is less than or equal to the permeability of the liner in the bottom but under no j L circumstances greater than 1 x 1 a" cm/sec. 3.2 Submittals The Contractor shall submit the following, for approval by the Geotechnical Professional, prior to start of construction or as otherwise noted, to demonstrate that the GCL will meet the requirements of the FCQCP and will be satisfactory for the intended application. 3.2.1 Certifications ` A. GCL Manufacturer shall submit the following certifications certifying: 1. The manufacturer's qualifications. 2. That the lining materials conform to requirements of FCQCP. l 3. That the lining materials used are the same as for which certification is submitted. 4. That actual previous usage demonstrates material is satisfactory for intended application. B. Liner Contractor shall submit the following certifications certifying: fi 1. The contractor's qualifications. 2. -That-the-surface that GCL--is to -be -placed on -is acceptable. 3. That the lining system was installed in accordance with FCQCP. 3.2.2 Reports A. Quality Control Program in accordance with FCQCP. City of Lubbock 15 Revised May 1995 MSWL Permit Modification B. Description of proposed construction methods including the following. 1. Handling and storage procedures. -- 2. Procedures for field seams. 3. Procedures for GCL repairs. -- 3.2.3 Installation Drawings A. Showing sheet layout with proposed size, number position and sequence of placing sheets. B. Showing location of all field seams. C. Showing complete details and methods for making field seams. D. Showing complete details for perimeter anchors. E. Showing complete details for anchors and seals at pipes and structures. 3.2.4 Samples A. GCL materials (submit for each material used) 1. Six (6) samples: 8" X 10" 2. Number and date all samples.. 3. Indicate machine direction on samples. 3.2.5 Warranties and Guarantees A. GCL material 1. 20 year warranty - prorata basis _ 2. Cover manufacturing defects and workmanship. 3....... Cover deterioration due to ozone, ultraviolet light or other normal weather aging. 4. Limit to replacement of material only. 5. Certification that the GCL has been continuously inspected for broken needles using metal detectors and found to be needle - free. City of Lubbock - 16 Revised May 1995 MSWL Permit Modification B. GCL Installation 1. 2 year guarantee beginning at date of acceptance by Geotechnical Professional. 2. Cover all work free of defects in material and workmanship. 3. Provide for pre -guarantee expiration inspection during 23rd month to identify necessary repair work. 4. Provide Contractor to promptly make repairs or be liable for repairs. 3.3 Qualily Control The GCL Manufacturer and GCL Contractor will be responsible for providing quality control and evidence of quality control measures as specified and in accordance with the following. 3.3.1 Quality Control Program A. Submit complete description of quality control programs of GCL manufacturer and GCL Contractor, as applicable for manufacturing, installing, testing, repairing and furnishing a complete GCL lining system in accordance with the FCQCP to include the following as a minimum. 1. Bentonite resin supplier. 2. Product identification. 3. Fabrication and product testing. 4. Acceptance testing. 5. Proper installation verification. 6. -Documentation of changes. 7. Alterations and repairs. 8. Retests and acceptance. City of Lubbock 17 Revised May 1995 MSWL Permit Modification 3.3.2 Qualifications of GCL Manufacturer Submit documentation of having manufactured at least 10 million square feet of GCL. 3.3.3 Qualifications of GCL Contractor A. Submit documentation of having installed at least 1 million square feet of GCL. Contractor may team with subcontractor and use combined experience. . B.- Submit names and qualifications of project superintendent and senior installation personnel. 3.4 Quality Assurance The following section will be the Quality Assurance Plan to be implemented by the Geotechnical Professional. The Geotechnical Professional will be completely responsible for ensuring that the plan is implemented as follows. 3.4.1 Pre -installation Meeting A. Attended by Geotechnical Professional, project superintendent, GCL Manufacturer's representative and other appropriate personnel. B. Topics for review and discussion to include the following as a minimum. 1. Project plans and specifications. 2. Approved submittals. 3. Training and qualification procedures. 4. Demonstration of making field seams. 3.4.2 GCL Contractor's Safety Meeting A. Attended by all personnel before working on job site. B. Topics for review and discussion to include the following as a minimum. 1. Handling sheets in high wind. City of Lubbock is Revised May 1995 MSWL Permit Modification 2. Use of equipment. 3. Application of adhesives. 4. Walking on lining surfaces.. 5. Safety wear. 3.4.3 Inspection by Geotechnical Professional A. Geotechnical Professional will be on -site for observation of Work at all times during installation of GCL. B. Geotechnical Professional will have authority to order immediate stoppage of work because of improper installation procedures, safety infractions or other reasons that may result in a defective liner. 3.4.4 Conformance Testing A. Perform tests on samples of GCL material after delivery in accordance with FCQCP. B. Perform testing to confirm the clay mass per unit area with a frequency as determined in ASTM D4354. C. Perform permeability testing at a frequency of 1 test per 100,000 ft2 of liner material installed. D. Perform direct shear testing on GCL to be placed on slopes greater than 7H:1 V. The shear testing will be conducted on hydrated GCL and include internal shear as well as the shear between the GCL and the overlying and underlying soil. Demonstrate that the minimum strength parameters obtained in the direct shear testing will provide adequate stability of the GCL on the side slopes. Conduct the direct shear testing with site:specificmaterials. 3.5 Delivery. Storage and Handling The GCL Contractor will be completely responsible for shipping, storage and handling ,. of the GCL in accordance with the FCQCP to include the following as a minimum. City of Lubbock 19 Revised May 1995 MSWL Permit Modification 3.5.1 Delivery Requirements A. Upon delivery to site, GCL Contractor to inspect for damage. B. Unload and store with minimal handling. 3.5.2 Storage Requirements A. Store in accordance with GCL Manufacturer's recommendations. B. Rolls to be individually wrapped in opaque and relatively impermeable covers, C. Do not store directly on ground. D. Protect materials from water, mud, soil, dirt, ultraviolet light and debris. E. Do not stack higher than four (4) rolls. 3.5.3 Handling Requirements A. Handle in accordance with GCL Manufacturer's recommendations. B. Do not drag materials, sand bags or other equipment across the surface of the GCL. C. Repair all damaged surfaces at the direction of the Geotechnical Professional. 3.6 Products 3.6.1 Bentonite A. Sodium Montmorillonite. B. Certified by manufacturer to meet the test requirements listed in Table 3-1. C. Sampling -frequency: ` -1-test -per -100;000 -square feet of material manufactured. r City of Lubbock 20 Revised May 1995 MSWL Permit Modification TABLE 3-1 BENTONITE MATERIAL Free Swell UPS-NF-XVII 18 ml ml 1 /50 tons & 1 /truck Fluid Loss API Spec. 13A/13B 18 ml max ml 1 /50 tons & 1 /truck 3.6.2 Geotextile The geotextiles used in the manufacture of the GCL will be either a woven, nonwoven or a combination of each. The manufacturer must provide certified quality control tests for the following tests. TABLE 3-2 GEOTEXTILE MATERIAL Woven Mass/Unit Area ASTM D 5261 3.0 min oz/yd2 1 /100,000 ft.2 Nonwoven Mass/Unit Area ASTM D 5261 6.0 min oz/yd2 1 /100,000 ft.2 Woven Grab Tensile ASTM D 4632 100 Ibs 1 /100,000 ft.2 Nonwoven Grab Tensile ASTM D 4632 140 Ibs 1 /100,000 ft.2 3.6.3 Geosynthetic Clay Liner Material A. Constructed of natural bentonite material bounded on top and bottom with geotextile fabrics. B. New, first quality materials designed and manufactured for the intended application. C. Demonstrated to be suitable and durable for the intended application. D. Fabricated such that bentonite will not be displaced during handling, transportation, storage and installation. E. Fabricated with internal shear reinforcement mechanism for use on slopes exceeding 7 horizontal to 1 vertical. City of Lubbock 21 Revised May 1995 MSWL Permit Modification F. Rolls to have visible lines printed by manufacturer in waterproof ink along all edges to indicate seam overlap distances and for visual verification that seam overlaps are adequate. G. Rolls to be supplied as continuous sheets with no factory seams. H. Minimum roll width: 15 feet I. Maximize roll length to provide fewest field seams. J. GCL Manufacturer to certify material meets property values in Table 3-3. Certificate to include roll identification; testing procedure and test results. K. Materials with properties that deviate slightly from those listed in Table 3-3 may be approved by the Geotechnical Professional with the prior approval of TNRCC. L. Sampling frequency: As defined by ASTM D 4354. IF- TABLE 3-3 GEOSYNTHETIC CLAY LINER TESTING Mass/Unit Area ASTM D 5261 z 0.8 Ibs/sf• 1 /40,000 FT' Permeability GRI, GCL-2 5 5 x 1.0'0 cm/sec 1 /Week/Production Line Bentonite Moisture Content ASTM 2216 % 1 /40,000 FT2 Grab Tensile Strength ASTM D 4632 Ibs 1 /200,000 FT2 `Based on sample oven -dried at 1050 C. 3.6.4 Material Used for Sealing Seams and Repairs A. Bentonite: Same as material used in GCL sheets as recommended by the Manufacturer. B. Adhesives: As recommended by the Manufacturer. City of Lubbock 22 Revised May 1995 MSWL Permit Modification r 3.6.5 Approved Manufacturers A. Gundle Lining Systems, Inc., Houston Texas. B. James Clem Corp. C. Coloid Environmental Technologies Co., Arlington Heights, Illinois. D. Fluid Systems/National Seal Company, Galesburg, Illinois 3.7 Installation Installation of the GCL system will be in accordance with the GCL Manufacturer's requirements and in accordance with the FCQCP. Installation procedures will include the following as a minimum. 3.7.1 Pre -installation Procedures A. GCL Contractor and Geotechnical Professional to verify measurements, structures and surface conditions. B. Suitable surface conditions will include the following. 1. Smooth, uniform compacted soil surface. 2. No rocks or stones greater than 3/4", or as recommended by the manufacturer of the GCL, whichever is less. 3. Cracks shall be repaired at the recommendation of the Geotechnical Professional. 4. No erosion or other damage to subgrade since completion of earthwork. 5. Adequate drainage to prevent standing water within project limits. 6. No rutting of subgrade under vehicular traffic. C. GCL Contractor to submit certification that surface has been inspected and is acceptable for installation of GCL. D. During unwrapping of lining materials, GCL Contractor to inspect lining materials for damage from transit, particularly thin spots indicating shifting of bentonite. City of Lubbock 23 Revised May 1995 MSWL Permit Modification - - k E. GCL Contractor to repair damaged GCL or remove material which cannot be repaired from the site. 3.7.2 General Installation Procedures A. Field quality control inspection and testing will be exercised throughout the installation process. B. GCL to be installed as shown on project drawings and approved installation drawings. C. Installation to provided good fit, without bridging, on all covers and grade changes. D. Excessive slack will be avoided to minimize rippling. E. GCL will be anchored in accordance with details shown in the Appendix of the FCQCP and in accordance with details shown on project drawings and approved installation drawings. F. GCL will be sealed at structures, pipes or other penetrations by uniformly placing granular bentonite, of the same type used to manufacturer GCL, at a rate of 1 /4 pound per linear foot. G. Sand bags will be used as needed to hold the sheets in- place during installation. 1. Sand bags will be sufficiently close-knit to preclude fines from migrating through the material or seams. 2. Paper bags, whether or not lined with plastic, will not be used for sand bags. 3. Bags will be filled with 40 to 60 pounds of sand. 4. Plastic ties will be used for closing bags. No metal or wire ties will be allowed. 5. Bags that are split, torn or otherwise loosing their contents will be removed from the site. Spilled sand will be cleaned up immediately. H. GCL will not be installed under adverse conditions unless GCL Contractor can demonstrate his installation techniques adequately City of Lubbock 24 Revised May 1995 MSWL Permit Modification compensate and the quality of workmanship is not compromised. Adverse climatic conditions will be defined when any of the following Is occurring. 1. The relative humidity is more than 80 percent. 2. It is raining or there is frost on the ground. 3. Rain is impending 4. Winds are excessive. 5. There is surface moisture or ponded water on subgrade. 6. GCL which becomes hydrated before covering with soil must be replaced. I. GCL on slopes will be placed with the long sheet dimension placed longitudinally, in the direction of down -slope. J. GCL sheets placed on slopes will extend beyond the toe of slope at least five (5) feet. K. No transverse seams will be allowed for GCL sheets on slopes exceeding 7 horizontal to 1 vertical. L. All seals and repair seams will sealed with granular bentonite, of the same type used to manufacturer GCL, at a rate of 1 /4 pound per linear foot. M. Lining surfaces showing injury due to scuffing or penetration by foreign objects or showing distress will be replaced or repaired as directed by the Geotechnical Professional. 3.7.3 Field Seam Construction A. Seams will be lap seams as recommended by the manufacturer. B. Seams will be overlapped to the lines printed by the Manufacturer on the GCL sheets, except that seams at leachate collection sumps will be overlapped one (1) foot. City of Lubbock 25 Revised May 1995 t MSWL Permit Modification 3.7.4 Field Testing A. All GCL sheets, seams, anchors, seals and repairs will be visually inspected by observing pre-printed match lines by the GCL Contractor as installation progresses and again at the completion of installation. 3.7.5 Repairs A. Repairs will be made by placing piece of the same GCL material overlapping the flaw or damaged area by at least twelve (12) inches in all directions. B. Granular bentonite, of the same type used to manufacturer GCL, will be added to the overlapped area at a rate of at least 1 /4 pound per linear foot. C. Manufacturer approved adhesives may be used to keep the patch in place during placement of overlying materials. 3.7.6 Protection of the GCL A. Extreme care will be taken during installation to ensure no damage is done to any part of the lining. B. Dragging of GCL will be avoided. C. Smoking will not be permitted by installation personnel. D. Smooth sole shoes will be worn by personnel involved in handling and installation. Shoes that have patterns in relief will be prohibited. E. No vehicular traffic will be allowed on the GCL surface. F. All fuel motor driven equipment used in the area of the GCL will have spark arresters. G. No gasoline driven generators or cans of gas or solvent will be placed on the lining material. H. The lining surface will not be used as a work area to prepare patches, store tools or store supplies. If needed, a tarpaulin of approved material will be spread over the work area. City of Lubbock 26 Revised May 1995 MSWL Permit Modification 3.7.7 Cleanup A. Cleanup within the work area will be the responsibility of the GCL Contractor. B. Care will be exercised to ensure no trash, tools or other unwanted material are trapped beneath or left on top of the lining. C. Scraps of lining will be removed from the work area prior to completion of installation. 3.8 Final Acceptance of GCL The GCL contractor will retain responsibility for the integrity of the GCL system until acceptance by the Geotechnical Professional. The GCL will be accepted by the Geotechnical Professional when the following criteria is met to the satisfaction of the Geotechnical Professional. A. Written certifications including "as built" drawings are received by the Geotechnical Professional. B. Installation is complete. C. Documentation of completed installation, including all reports, is complete. D. Verification of adequacy of field seams and repairs is complete. E. Approval of Layer by TNRCC. City of Lubbock 27 Revised May 1995 MSWL Permit Modification 4.0 GEOMEMBRANE LINING (GML) 4.1 General The geomembrane lining system (GML) will be constructed and tested in accordance with this section of the FCQCP. The GML will consist of 30 mil Linear Low Density Polyethylene (LLDPE) smooth material on flat areas or 40 mil Linear Low Density Polyethylene (LLDPE) textured material on side slopes. The overall objective is to provide an effective lining system at the completion of the work. 4.2 Submittals Contractor will submit the following, for approval by the Geotechnical Professional, prior to start of construction or as otherwise noted, to demonstrate that the GML will meet the requirements of the FCQCP and will be satisfactory for the intended application. 4.2.1 Certifications A. GML Manufacturer will submit the following certifications 1. Manufacturer's qualifications 2. Lining materials conform to requirements of FCQCP 3. Lining materials used are the same as for which certification is submitted. 4. Actual previous usage demonstrates material is satisfactory for intended application. 5. After supervised installation of GML, submit certification that the lining system was installed in accordance with FCQCP. B. Liner Contractor will submit the following certifications 1.- -Contractor's qualifications. 2. Surface that GML is to be placed on is acceptable. 3. After supervised installation of GML, submit certification that the lining system was installed in accordance with FCQCP. r- City of Lubbock 28 Revised May 1995 MSWL Permit Modification F 4.2.2 Reports A. Quality Control Program in accordance with FCQCP B. Description of Proposed Construction Methods including the following 1. Handling and storage procedures. 2. Welding procedures for field seams. 3. Procedures for GML repairs. 4.2.3 Installation Drawings A. Showing sheet layout with proposed size, number. position and sequence of placing sheets. B. Showing location of all field seams. C. Showing complete details and methods for making field seams. D. Showing complete details for perimeter anchors. E. Showing complete details for anchors and seals at pipes and structures. 4.2.4 Samples A. GML materials (submit for each material used) 1. Six (6) samples: 8" X 10" 2. Number and date all samples. B. Field Seams (submit for each material used) 1. Six (6) samples: 12" plus seam width X 18" 2. Number and date all samples. 4.2.5 Warranties and Guarantees. A. GML - material 1. 20 year warranty - prorate basis 2. Cover manufacturing defects and workmanship. { 3. Cover deterioration due to ozone, ultraviolet light or other normal 6 �. weather aging. t 1 4. Limit to replacement of material only. City of Lubbock 29 Revised May 1995 MSWL Permit Modification i B. GML Installation 1. 2 year guarantee beginning at date of acceptance by Geotechnical Professional. 2. Cover all work free of defects in material and workmanship. 3. Provide for pre -guarantee expiration inspection during 23rd month to identify necessary repair work. 4. State Contractor to promptly make repairs or be liable for repairs. 4.3 Quality Control The GML Manufacturer and GML Contractor will be responsible for providing quality control and evidence of quality control measures in accordance with the following. 4.3.1 Quality Control Program A. Submit complete description of quality control programs of GML manufacturer and GML Contractor, as applicable for manufacturing, `- installing, testing, repairing and furnishing a complete lining system in accordance with the FCQCP to include the following as a minimum. 1. Polymer resin supplier. 2. Product identification. 3. Fabrication and product testing. 4. Acceptance testing. 5. Installation testing. 6. Documentation of changes. 7. Alterations and repairs. 8. Retests -and acceptance. 4.3.2 Qualifications of GML Manufacturer A. Submit documentation of having manufactured at least 2 million square feet of GML. City of Lubbock 30 Revised May 1995 MSWL Permit Modification 4.3.3 Qualifications of GML Contractor A. Submit documentation of having installed at least 2 million square feet of GML. Contractor may team with subcontractor and use combined experience. B. Submit names and qualifications of project superintendent and senior installation personnel. 4.3.4 On -site Supervision A. Qualified superintendent to be on -site whenever lining materials are being handled or installed. B. Manufacturer to provide on -site technical supervision and assistance at all times during installation of GML. 4.4 Quality Assurance The following section will be the Quality Assurance Plan to be implemented by the Geotechnical Professional. The Geotechnical Professional will be completely responsible for ensuring that the plan is implemented as follows. 4.4.1 Pre -installation Meeting A. Attended by Geotechnical Professional, project superintendent, GML Manufacturer's representative and other appropriate personnel. B. Topics for review and discussion to include as a minimum: 1. Project plans and specifications, 2. Approved submittals, 3. Training and qualification procedures, 4. Demonstration of making field seams. 4.4.2 GML Contractor's Safety Meeting A. Attended by all personnel before working on job site. B. Topics for review and discussion to include as a minimum: 1. Handling sheets in high wind, 2. Use of equipment, r- City of Lubbock 31 Revised May 1995 MSWL Permit Modification 3. Application of solvents, adhesives and caulks, 4. Walking on lining surfaces, 5. Safety wear 4.4.3 Inspection by Geotechnical Professional A. Geotechnical Professional will be on -site for observation of Work at all times during installation of GML. B. Geotechnical Professional will have authority to order immediate stoppage of work because of improper installation procedures, safety infractions or other reasons that may result in a defective liner. 4.4.4 Conformance Testing A. Perform tests on samples of GML material after delivery in accordance with FCQCP. B. Perform tests on seams in accordance with FCQCP. 4.5 Delivery. Storage and Handling The GML Contractor will be completely responsible for shipping, storage and handling of the GML in accordance with the FCQCP as follows. 4.5.1 Delivery Requirements A. Upon delivery to site, GML Contractor to inspect for damage. B. Unload and store with minimal handling. 4.5.2 Storage Requirements A. Store --in accordance -with -GML Manufacturer's recommendations. B. Do not store directly on ground. C. Protect materials from mud, soil, dirt and debris. D. Do not stack higher than two (2) rolls. City of Lubbock 32 Revised May 1995 MSWL Permit Modification r c 4.5.3 Handling Requirements A. Do not drag materials, sand bags or other equipment across the �., surface of the GML. B. Do not slide down slopes atop the GML. r. C. Repair all scuffed surfaces at the direction of the Geotechnical Professional. 4.6 products 4.6.1 LLDPE Manufacturing Requirements A. Material will be unmodified LLDPE containing no plastisizers, fillers, chemical additives, reclaimed polymers, or extenders. B. Anti -oxidants and heat stabilizers required for manufacturing to be only ingredients added to GML resin. C. Material will be first quality designed and manufactured specifically for the purposes of the Intended use. D. Material will have demonstrated by prior use to be .suitable and durable for the intended use. E. Rolls to be supplied as single ply continuous sheets with no factory seams. F. Minimum roll width: 15 feet G. Maximize roll length to provide fewest field seams. r H. GML Manufacturer to certify material meets property values in Table 2-1. Certificate to include roll identification, testing procedure and test results. I. Materials -with -properties that -deviate slightly from those listed in Table 2-1 may be approved by the Geotechnical Professional with prior approval of the TNRCC. J. Testing frequency: one sample every 50,000 square feet City of Lubbock 33 Revised May 1995 MSWL Permit Modification TABLE 2-1 LLDPE PROPERTIES Property Test Method Smooth LLDPE Textured LLDPE Values Values Thickness (Milt 10%) ASTM D 30 40 5199/1593 Specific Gravity ASTM D 1505 0.915 0.91.5 Carbon Black Content (% ASTM D 1603 2-3 2-3 Min) Carbon Black Dispersion ASTM D 3015 A-1, A-2, B-1 A-1, A-2, B-1 Melt Flow Index, (max.) ASTM D 1238 0.60 0.60 0 minutes) Condition E sile Properties r ASTM D 638 h Direction) Type IV Specimen ensile Strength Dumb bell @ 2 ipm At Break (IbAn width) 150 90 At Yield (IbAn width) 57 72 2. Elongation At Break (Percent) 800 450 At Yield (Percent) 18 18 Tear Resistance (Ibs min) ASTM D 1004 18 28 Puncture Resistance (Ibs FTM Std 101 C 37 58 min) Method 2065 ASTM D4833 60 76 Low Temperature/Brittleness ASTM D 746 .94 -112 (OF) Procedure B Dimensional Stability ASTM D 1204 t 3 t 1 (Each Direction, %change 1000C 1 HR max) Environmental Stress Crack ASTM D 1693 2000 2000 (Min Hrs) Condition B (50°C) Coefficient of Linear Thermal ASTM D 696 1.2 x 10' 1.2 x 10' Expansion (cm/cm°C) Bonded Seam Strength, ASTM D 4437 45, FTB' 53, FTB- (IbAn) Peel Adhesion ASTM D 4437 Fusion (IbAn) 37(FTB') 44(FTB') Extrusion MAN 37(FTB') 44(FTB') Film -Tear Bond (Less than 10% into seam) City of Lubbock 34 Revised May 1995 MSWL Permit Modification 4.6.2 LLDPE Conformance Testing A. GML Contractor to provide samples for conformance testing upon delivery of rolls as selected by the Geotechnical Professional. B. Test for each property listed in Table 2-2 at the frequency scheduled In Table 2-2. TABLE 2-2 Geomembrane Conformance Test Schedule TEST METHOD FREQUENCY ASTM D 1) In field every 5' alone 751 /1593 leading edge of each geomembrane panel. 2) At third party laboratory, 1 per 100,000 ft.20 [Den ASTM D 792/1505 Not less than 1 test per 100,000 ft2 with not less than one per resin k content ASTM D 1603 lot of 4 tests required.. k dispersion ASTM D 3015Minimum erties ASTM D 638 *Field measurements of textured geomembrane made with a 1/32" radius micrometer. 4.6.3 Fusion Welding Resin Properties A. GML Manufacturer to certify that extrudate for making field seams and repairs meets applicable property values in Table 2-1 and is made from the same resin as lining sheets. 4.6.4 Approved Manufacturers A. Gundle Lining Systems, Inc., Houston Texas. B. Poly -America, Inc., Grand Prairie, Texas. C. National Seal Company, Galesburg, Illinois D. SLT North America, Inc., Conroe, Texas City of Lubbock MSWL Permit Modification 35 Revised May 1995 4.7 Installation Installation of the GML system will be in accordance with the GML Manufacturer's requirements and in accordance with the FCQCP. Installation procedures will include the following as a minimum. 4.7.1 Pre -installation Procedures A. GML Contractor and Geotechnical Professional to verify measurements, structures and surface conditions. B. The soil surface must not contain any rocks greater than 3/8" in size, or as recommended by the manufacturer, whichever is less. C. GML Contractor to submit certification that surface has been inspected and is acceptable for installation of GML. D. During unwrapping of lining materials, GML Contractor to inspect lining materials for damage from transit. E. GML Contractor to repair damaged GML or remove material which cannot be repaired from the site. 4.7.2 General Installation Procedures A.- Field quality control inspection and testing will be exercised throughout the installation process. B. GML to be installed as shown on project drawings and approved Installation drawings. C. Installation to provide good fit, without bridging, on all covers and grade changes. D. Excessive slack will be avoided to minimize rippling. E. GML-will be anchored in accordance "with -details' shown in the Appendix of the FCQCP and in accordance with details shown on project drawings and approved installation drawings. F. GML will be anchored and sealed to structures, pipes or other penetrations in accordance with details shown on project drawings and approved installation drawings. City of Lubbock 36 Revised May 1995 MSWL Permit Modification G. Sandbags will be used as needed to hold the liner in place during i installation. ! 1. Sand bags will be sufficiently close-knit to preclude fines from migrating through the material or seams. �... 2. Paper bags, whether or not lined with plastic, will not be used for sand bags. 3. Bags will be filled with 40 to 60 pounds of sand having 100 percent passing a number 8 screen. 4. Plastic ties will be used for closing bags. No metal or wire ties d will be allowed. 5. Bags that are split, torn or otherwise loosing their contents will be removed from the site. Spilled sand will be cleaned up immediately. H. GML will not be installed under adverse conditions unless GML ¢r Contractor can demonstrate his installation techniques adequately CC compensate and the quality of workmanship is not compromised. i Adverse climatic conditions will be defined when any of the following is occurring. i 1. The temperature 6 inches above the GML is 32 degrees F and decreasing or greater than 104 degrees F. 2. The relative humidity is more than 80 percent. 3. It Is raining or there Is frost on the ground. t 4. Winds are excessive. I. GML on slopes will be placed with the long sheet dimension placed ,r vertically, in the direction of down -slope. J. GML--sheets placed on -slopes -will extend -beyond the toe of slope at 1 least five (5) feet. r, K. No horizontal seams will be allowed for GML sheets on slopes 1 exceeding 6 horizontal to 1 vertical. L. All seals and seams will be tightly bonded upon completion of the Work. City of Lubbock '37 Revised May 1995 MSWL Permit Modification M. Lining surfaces showing injury due to scuffing or penetration by foreign objects or showing distress will be replaced or repaired as directed by the Geotechnical Professional. 4.7.3 Field Seam Construction A. Sample seams will be produced by each seamer and tested for peel and tensile strength at the following times. 1. At the beginning of each shift. 2. When seaming operation is suspended for more than 30 minutes. 3. As directed by Geotechnical Professional to verify equipment or operator performance. 4. Each occurrence of significantly different environmental conditions. 5. When seaming different geomembrane materials, and trial seams will be done for each fusion welding machine and welder/extrusion welding machine combination to. be used. B. Field seams between sheets of GML will be made using approved fusion welding systems, equipment and techniques such as the following: 1. Fillet welds using extrudate 2. Lap welds using extrudate. 3. Lap welds using single or double edge welder. If used, the free edge of the seam of the top sheet will be removed without affecting the integrity of the seam. C. In - general; -field seams -will be -lapped ,seams -as -shown on project drawings and approved installation drawings in accordance with the following. 1. Lap seams will be formed by lapping edges a minimum of four (4) inches. City of Lubbock 38 Revised May 1995 MSWL Permit Modification 7 2. Contact surfaces will be wiped clean of dirt, moisture, and other foreign materials. 3. For fillet weld seams, bevel edge of GML and clean oxidation from the surfaces to receive extrudete by disk grinding or equivalent not more than one hour before welding. D. Lap seams involving more than three (3) thicknesses of material will be avoided. E. All seam intersections will be offset by at least two (2) feet. 4.7.4 Field Testing A. All GML sheets, seams, anchors, seals and repairs will be visually inspected by the GML Contractor as installation progresses and again at the completion of installation. B. A seams and repairs will be further checked for continuity and absence of leak paths by the GML Contractor using a metal probe. C. Fillet welds, extrusion lap welds and single hot -wedge fusion lap welds will be further tested by vacuum box In the presence of the Geotechnical Professional as follows. 1. Area to be tested will be cleaned of dust, dirt and debris. 2. A soap solution will be applied to area with paint roller. 3. A vacuum of ten (10) inches Mercury (Hg) will be induced and held for at least ten 00) seconds. 4. The soap solution will be observed for bubbles as evidence of leaks in the weld. D. Fillet welds will be further tested in the presence of the Geotechnical Professional by using a high voltage spark detector as follows. 1. The detector setting will be 20,000 volts. 2. All seams will be provided with not less than 24 to 30 gauge copper wires properly embedded in the seams and grounded. E. Double hot -wedge welds will be tested in the presence of the Geotechnical Professional using an air pressure test as follows. r City of Lubbock 39 Revised May 1995 MSWL Permit Modification 1. Air will be pumped in the space between welds by inserting a needle. The air pressure will be indicated by a gauge. 2. Air will pumped to 30 psi and held for five (5) minutes. 3. If air pressure remains at 26 psi or above, the weld is acceptable. 4. If air pressure drops below 26 psi, the outside weld will be sprayed with soap solution and examined for bubbles. If no bubbles are observed, the problem is with the inside weld and the weld is acceptable. 5. If the weld is found not acceptable, the defect will be.repaired by extrusion welding and tested as such. F. All observed defects will be clearly marked and repaired. 4.7.5 Laboratory Testing of Field Welds A. Non-destructive samples will be produced by the GML Contractor for representative testing of field seams in accordance with the following. 1. Samples will be made of the same materials and procedures as used for the GML. 2. Sample size: 12 inches plus seam width X 36 inches 3. Minimum sample frequency: Frequency as described in 4.7.3.A above. 4. Testing to be performed by independent agency and paid for by Owner. 5. Test for following properties in accordance with Table 2.1. -a. -Film tear bond in -peel. b. Film tear bond in shear. c. Shear strength d. Peel Strength - The number of specimens tested for each trial seam will be two shear specimens and two peel City of Lubbock 40 Revised May 1995 MSWL Permit Modification specimens. Four peel specimens will be used when testing both tracks of dual fusion weld when possible. 6. Failed samples will be express delivered to Geotechnical be t Professional for determination of corrective measures to taken. 7. Passing samples will be retained by testing agency until notified r by the Geotechnical Professional to be discarded. B. Passing criteria for non-destructive testing are as follows. r a. Samples must be passing in both shear and peel for the seam to be considered passing. r- jl b. If any specimen fails the first testing, the trial seam will be ' repeated. If this trial seam also fails, then two more trial seams must be done and pass before production welding can begin. r B. Destructive samples will be removed from field seams by the GML Contractor as designated by the Geotechnical Professional in accordance with the following. 1. Sampling locations will be cap -stripped and the cap completely seamed by extrusion welding the GML. Capped section will be non-destructively tested. 2. Minimum sample frequency: One stratified sample per 500 feet of field seams or more often as directed by the Geotechnical r ' Professional. 3. Sample size: Sufficient for testing, archiving and re -testing if I necessary. 4.--Testing to -be performed by independent agency and paid for by Owner. 5. Test for following properties in accordance with Table B-1. a. Film tear bond in peel. (1) Two (2) field tests (four when possible for testing both tracks on dual -track fusion welded seams) City of Lubbock 41 Revised May 1995 MSWL Permit Modification (2) Five (5) laboratory tests (ten when possible for testing both tracks on dual -track fusion welded seams) b. Film tear bond in shear. (1) Five (5) laboratory tests (ten when possible for testing both tracks on dual -track fusion welded seams) — 6. ; Passing criteria for destructive tests. a. At least 4 of 5 peel specimens tested must exhibit film tear bond failure. b. At least 4 of 5 specimens tested in both shear and peel must meet the minimum strength criteria. c. The average shear and peel strength must meet the strength criteria. 7. Correctivemeasures will include reconstruction of the failed seam between any two passing sample locations on the same seam. 4.7.6 Repairs A. Necessary repairs will be made using the approved lining material and using approved fusion welding systems, equipment and techniques. B. Patching requirements are as follows. 1. Patch size will be at least six (6) inches larger in all directions as the area to be patched. 2. Corners of the patch will be rounded with a one (1) inch minimum radius. C. Capping requirements are as follows. 1. --A-cover strip -eight (8)-inches minimum width and the same _ thickness as the lining will be used. 2. The cover strip will be centered on the seam and welded to the r- lining using a fillet weld on each side. City of Lubbock 42 Revised May 1995 MSWL Permit Modification 4.7.7 Protection of the GML A. Extreme care will be taken during installation to ensure no damage is done to any part of the lining. B. Dragging of GML will be avoided. C. Smoking will not be permitted by installation personnel. D. Smooth sole shoes will be worn by personnel involved in handling and installation. Shoes that have patterns in relief will be prohibited. E. No vehicular traffic will be allowed on the GML surface. F. All fuel motor driven equipment used in the area of the GML will have spark arresters. G. No gasoline driven generators or cans of gas or solvent will be placed on the lining material. H. The lining surface will not be used as a work area to prepare patches, store tools or store supplies. If needed, a tarpaulin of approved material will be spread over the work area. 4.7.8 Cleanup A. Cleanup within the work area will be the responsibility of the GML rContractor. B. Care will be exercised to ensure no trash, tools or other unwanted material are trapped beneath the lining. C. Scraps of lining will be removed from the work area prior to r~ completion of installation. 4.8 Final Acceptance of GML The GML contractor will retain responsibility for the integrity of the GML system until acceptance by the Geotechnical Professional. The GML will be accepted by the j� Geotechnical Professional when the following criteria is met to the satisfaction of the t Geotechnical Professional. A. Written certifications including "as built" drawings are received by the Geotechnical Professional. City of Lubbock 1'43 Revised May 1995 MSWL Permit Modification B. Installation is complete. C. Documentation of completed installation, including all reports, is complete. D. Verification of adequacy of field seams and repairs, including associated testing, is complete. City of Lubbock 44 Revised May 1995 MSWL Permit Modification 7 7 F 5.0 EROSION LAYER 5.1 General Soil will be carefully placed on top of the infiltration layer to protect the layer from erosion. The minimum depth of cover soil will be six (6) inches over an earthen infiltration layer and twelve (12) inches over a geosynthetic clay layer and a geomembrane liner. The overall objective of the erosion layer is to protect the underlying materials. 5.2 Submittals 5.2.1 Certifications A. Earthwork Contractor's qualifications 5.2.2 Reports A. Earthwork Contractor's Quality Control Program in accordance with FCQCP. B. Description of proposed construction methods including list of equipment to be used. 5.2.3 Test Results A. Results of conformance testing on construction method to be used. 5.3 Quality Control The Earthwork Contractor will be responsible for providing quality control and evidence of quality control measures as specified and in accordance with the following. i. 5.3.1 Quality Control Program A. Submit complete description of quality control programs of Earthwork Contractor to include the following as a minimum. �-. 1. Soil source. 2. Acceptance testing. City of Lubbock 45 Revised May 1995 MSWL Permit Modification r- 5.3.2 Qualifications of Earthwork Contractor A. Submit documentation of at least ten (10) years of successful experience in earth moving operations. 5.3.3 On -site Supervision A. Qualified Earthwork superintendent will be on -site during placement of protective soil cover. 5.4 Quality Assurance The following section will be the Quality Assurance Plan to be implemented by the Geotechnical Professional, project superintendent and other appropriate personnel. The Geotechnical Professional will be responsible for ensuring that the plan is implemented as follows. 5.4.1 Pre -installation Meeting A. Attended by Geotechnical Professional, project superintendent, and other appropriate personnel. B. Topics for review and discussion to include the following as a minimum. -1. Project plans and specifications. 2. Approved submittals. 3. Training and qualification procedures. 5.4.2 Earthwork Contractor's Safety Meeting A. Attended by all personnel before working on job site. B. Topics-- for-- review -and -discussion- to -include -the following as a minimum. 1. Use of equipment. 2. Safety wear. City of Lubbock 46 Revised May 1995 MSWL Permit Modification 5.4.3 Inspection by Geotechnical Professional A. Geotechnical Professional will be on site at all times during placement of the erosion layer. B. Geotechnical Professional will have authority to order immediate stoppage of work because of Improper Installation procedures, safety infractions or other reasons that may result in damage to the infiltration layer. 5.4.4 Conformance Testing A. Perform tests on soil samples before placement in conformance with the FCQCP. 5.5 Delivery. Storage and Handling The Earthwork Contractor will be completely responsible for delivery, storage and handling of the soil. Delivery, storage and handling will be performed such that soil is not contaminated will unacceptable soil, debris or other undesirable materials. 5.6 Products 5.6.1 Soil A. Soil used for the erosion layer shall be capable of sustaining vegetative growth. Typical soils meeting this requirement are sands with USCS classification SM or SC. B. Soil placed over GCL shall have no rocks larger than 3/4" in size, or as recommended by the manufacturer, whichever is less. Soil placed on GML shall have no rocks larger than 3/8" in size, or as recommended by the manufacturer; whichever is less. 5.7 Installation Installation of the erosion layer will be in accordance with the FCQCP. Installation �-. procedures will include the following as a minimum. I. City of Lubbock 47 Revised May 1995 MSWL Permit Modification 5.7.1 Pre -installation Procedures A. Contractor and Geotechnical Professional to verify measurements, structures and surface conditions. B. Suitable surface conditions will include the following. 1. Smooth, uniform compacted soil surface. 2. Cracks shall be repaired at the recommendation of the Geotechnical Professional. 3. No erosion or other damage to infiltration layer since completion of earthwork. 4. Adequate drainage to prevent standing water within project limits. 5. No rutting of infiltration layer in excess of one (1) inch under vehicular traffic. C. Contractor to submit certification that surface has been inspected and is acceptable for installation of erosion layer. 5.7.2 General Installation Procedures A. Field quality control inspection and testing will be exercised throughout the installation process. B. Erosion layer soil will be placed in accordance with the project drawings. C. Soil will be compacted only to the degree that the soil is stable for construction and future traffic. D. Soil placed over GCL will be in the direction of downgradient shingling of overlaps. Soil will be placed in an upslope direction over GCL and -GML on side -slopes. --Soil placed over GML and GCL will be placed with light equipment while maintaining at least 12 inches of material between the equipment and the liner material E. Spinning of tires and sharp turns will be avoided. City of Lubbock : 48 Revised May 1995 MSWL Permit Modification 5.7.3 Conformance Testing A. In -place Thickness Verification 1. Use established survey methods. 2. Measurement frequency: One verification point per 10,000 square feet on established grid system. 5.7.4 Cleanup A. Cleanup within the work area will be the responsibility of the Contractor. B. Care will be exercised to ensure no trash, tools or other unwanted material are trapped beneath or left on top of the erosion layer. C. Excess erosion layer material shall be removed from the work area prior to completion of installation. 5.8 Final Acceptance of the Erosion Layer The contractor will retain responsibility for the integrity of the erosion layer until acceptance by the Geotechnical Professional. The erosion layer will be accepted by the Geotechnical Professional when the following criteria is met to the satisfaction of r- t the Geotechnical Professional. A. Written certifications including "as built drawings are received by the Geotechnical Professional. B. Installation is complete. C. Documentation of completed installation, including all reports, Is complete. City of Lubbock 49 Revised May 1995 MSWL Permit Modification 6.0 SEEDING 6.1 General After completion and acceptance of the erosion layer the site shall be seeded. The purpose of seeding the site is to promote vegetative growth to aid in erosion control of the site. 6.2 Submittals The Contractor shall submit the following, for approval by the Geotechnical Professional, prior to start of construction or as otherwise noted, to demonstrate that the seed and fertilizer will meet the requirements of the FCQCP and will be satisfactory for the intended application. 6.2.1 Equipment List Provide a list of all equipment to be used on the project, and any information such as seed application equipment, soil preparation equipment, etc. 6.3 Quality Control The Contractor will be responsible for providing quality control and evidence of quality control measures as specified and in accordance with the following. 6.3.1 Quality Control Program A. Submit complete description of quality control programs of Contractor, as applicable for seeding and fertilizing in accordance with the FCQCP to include the following as a minimum. 1.-Seed-Certificates 6.3.2 Qualifications of Seeding Contractor A. Submit documentation of having experience for at least 10 years in seeding. Contractor may team with subcontractor and use combined experience. City of Lubbock 50 Revised May 1995 MSWL Permit Modification r B. Submit names and qualifications of project superintendent and senior Installation personnel. 6.4 Quality Assurance The following section will be the Quality Assurance Plan to be implemented by the Geotechnical Professional. The Geotechnical Professional will be completely responsible for ensuring that the plan is implemented as follows. 6.4.1 Pre -installation Meeting A. Attended by Geotechnical Professional, project superintendent, Contractor's representative and other appropriate personnel. B. Topics for review and discussion to include the following as a minimum. 1. Project plans and specifications. 2. Approved submittals. 6.4.2 Contractor's Safety Meeting A. Attended by all personnel before working on job site. B. Topics for review and discussion to include the following as a minimum. 1. Use of equipment. 2. Equipment operation on layered surfaces. 3. Safety wear. 6.4.3 Inspection by Geotechnical Professional A. Geotechnical Professional will -be on -site for observation of Work at all times during seeding of the erosion layer. r ,, B. Geotechnical Professional will have authority to order immediate t : stoppage of work because of improper installation procedures, safety infractions or other reasons that may result in damage to the layered r surfaces. City of Lubbock 51 Revised May 1995 MSWL Permit Modification 6.5 Delivery. Storage and Handling _ The Contractor will be completely responsible for shipping, storage and handling of the seed and fertilizer in accordance with the FCQCP to include the following as a minimum. 6.5.1 Delivery Requirements A. Upon delivery to site, Contractor shall inspect material containers for damage. 6.5.2 Storage Requirements A. Store in accordance with seed manufacture's recommendations. B. Protect materials from water, mud, soil, dirt, and debris. 6.6 Products 6.6.1 Seed A. Seed type or types shall be recommended based on soil type or types used for construction of erosion layer. B. The seed used shall be based on recommendation from the local office of the U.S. Department of Agriculture Soil Conservation Service. C. The seed shall be furnished separately or in mixtures as recommended in standard containers with the following information for each type of seed clearly marked as a minimum. seed name, lot number, . net -weight, percentages of purity, ge rmi nation and hard seed, percentages of maximum weed seed content. City of Lubbock 52 Revised May 1995 MSWL Permit Modification - F 6.7 Installation Installation of the seed will be in accordance with the FCQCP. Installation procedures will include the following as a minimum. 6.7.1 Pre -installation Procedures A. Contractor and Geotechnical Professional to verify measurements, structures and surface conditions. B. Suitable surface conditions will include the following. 1. Smooth, uniform soil surface. 2. No cracks at least one (1) inch in depth and twelve (12) inches in length. 3. No erosion or other damage to subgrade since completion of earthwork. 4. Adequate drainage to prevent standing water within project limits. 5. No rutting of subgrade in excess of one (1) inch under vehicular traffic. C. Contractor shall submit certification that surface has been inspected and is acceptable for installation of seed. 6.7.2 General Installation Procedures A. Field quality control inspection and testing will exercised throughout the installation process. B. Seed shall be sown in areas indicated as shown on project drawings and approved installation drawings. C. The -seed -shall -be sown using -either mechanical -equipment designed for sowing the type of seed recommended. D. Areas inaccessible to equipment shall be sown by hand. City of Lubbock 53 Revised May 1995 MSWL Permit Modification 6.7.3 Cleanup A. Cleanup within the work area will be the responsibility of the seeding Contractor. B. Care will be exercised to ensure no trash, tools or other unwanted material are left in the sown area. 6.8 Final Accel2tance of Seeding The Contractor will retain responsibility for the sown area until acceptance by the Geotechnical Professional. The seeding will be accepted by the Geotechnical Professional when the following criteria is met to the satisfaction of the Geotechnical Professional. A. Written certifications including "as built" drawings are received by the Geotechnical Professional. B. Installation is complete. C. Documentation of completed installation, including all reports, is complete. City of Lubbock . 54 Revised May 1995 MSWL Permit Modification 7.0 FCER AND CONSTRUCTION DOCUMENTATION 7.1 General Upon completion of the complete final cover system construction and evaluation, the Geotechnical Professional will prepare a Final Cover Evaluation Report (FCER) and a construction documentation report for TNRCC review and approval. 7.2 Submittals The Geotechnical Professional will submit the following items to the Commission of TNRCC for review and approval. 7.2.1 Reports A. FCER B. Construction documentation report. 7.3 Reports The Geotechnical Professional will compile reports to include the following. 7.3.1 FCER A. Preparation will be in accordance with TNRCC regulations and will be in a form as recommended in TNRCC Technical Guidelines. B. FCER will be signed and sealed by the professional engineer responsible for the evaluation. C. FCER will be counter -signed by the site operator or his authorized representative. 7.3.2 Construction -Documentation Report A. Narrative describing the conduct of work and testing required by the FCQCP including the following as a minimum ► 1. GCL seamer's names and resume of experience and qualifications if GCL was installed. 2. Storage and handling procedures used. City of Lubbock 55 Revised May 1995 MSWL Permit Modification 3. Anchor trench preparation and backfilling. 4. GCL sheet deployment, identification and placement. 5. GCL sheet wrinkling, and manufacturer's creases. 6. Seam preparation, orientation and identification. 7. Weather and ambient temperatures. 8. List of equipment placed or operated on the GCL 9. Results of 100 percent visual inspection for defects, damage, etc. 10. Seaming methods, times, temperatures, equipment shutdowns and start-ups. 11. Repairs: Including preparation and procedures, failure delineation, patch size and shape and retesting. 12. Material properties of materials installed. B. Certifications and reports submitted during construction. 1. Roll shipment and receipt information. 2. Manufacturer's quality control certificates. 3. Subgrade acceptance. C. Record or "As -built" drawings and other project drawings, to include the following as a minimum. 1. As -built drawings showing preliminary and final elevations to confirm thickness of infiltration and erosion layer. City of Lubbock 56 Revised May 1995 MSWL Permit Modification