Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2003-R0487 - Contract For Pump Station - Preload, Inc. - 10/23/2003
Resolution No. 2003—RO487 October 23, 2003 Item No. 34 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for Pump Station #10 — 7 Million Gallon Reservoir, Bid #163-03/BM, by and between the City of Lubbock and Preload, Inc. of Hauppauge, NY, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 23rd ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: �^ i 56" Vtic-/1 Victor Kilman Purchasing Manager APPROVED AS TO FORM: ohn KnigkrAssi`stant City Attorney gs/ccdocs/res-Contract-Preload Inc.res Oct. 13, 2003 day of October , 2003. Li c &,-k 4 0 V3- R /) � y 7 P,0-ND CHECK 8t,Sr RATING LICENS 0 , i AS 0AEI yja CITY OF LUBBOCK SPECIFICATIONS FOR PUMP STATION #10 7-MILLION GALLON RESERVOIR ITB #163-03/BM "A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas C CITY OF LUBBOCK INVITATION TO BID 1910 TITLE: PUMP STATION #10 7-MILLION GALLON RESERVOIR ADDRESS: LUBBOCK, TEXAS ITI3 NUMBER: 163-03/13M PROJECT NUMBER: 9567.8304.20000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS I I NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #163-03113M Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 1:00 o'clock p.m. on the 2nd day of October, 2003, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "PUMP STATION #10 7-MILLION GALLON RESERVOIR" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 o'clock 12.m. on the 2nd day of October, 2003, and the City of Lubbock City Council will consider the bids on the 23rd day of October, 2003, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 16th day of September, 2003 at 9:00 o'clock a.m., in the Engineering Conference Room, Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13th Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00 refundable deposit per set. Plans and specifications may be obtained from City of Lubbock, 1625 13th Street, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILMAN PURCHASING MANAGER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish PUMP STATION #10 7- MILLION GALLON RESERVOIR per the attached specifications and contract documents. Sealed bids will be received no later than 1:00 p.m. CST, the 2nd day of October, 2003 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #163-03/BM, PUMP STATION #10 7-MILLION GALLON RESERVOIR" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 162513th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 9:00 a.m.. September 16th . 2003 in Engineering Conference Room, Lubbock. Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in u preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 1 r_ I' 4 5 C FI N E EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be aid b the bidder. P P P Y TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. s i_ 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the j event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Li Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 1`1 6.3 Marking your entire bid CON FIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any } employee, official or agent of the City of Lubbock. 2 t �_F 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work �. contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS IJ It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. s 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. it shall be the bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO. BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING; NO LATER THAN FIVE :(S) CALENDAR:DAYSPRIOR TO THE BID CLOSING DATE AND ADDRESSED'TO: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 162513' Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: BMacnair@mail.ci.lubbock.tx.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be fully completed within 270 (TWO HUNDRED SEVENTY) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements s [E i is iv. 17 in m �#h i contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP i The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. -A PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the , date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. I Li (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. i 4 I 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualities for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or f other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and cant' 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 �1 shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether 5 performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the ' Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. I U, 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address t must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, 3 but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. Q) 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. y3 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations Y deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may -• result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than , lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. in connection with the performance of work, the _ Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. k 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. I BID SUBMITTAL ITB #163-03/BM, Addendum #3 *** REVISED *** BID SUBMITTAL LUMP SUM BID CONTRACT DATE: October 9, 2003 PROJECT NUMBER: #163-03/BM - PUMP STATION #10 7-MILLION GALLON RESERVOIR Bid of Preload Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a PUMP STATION #10 7-MILLION GALLON RESERVOIR having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. , One m;11 % et q h � hit Nail rai A • rv/)Je MATERIALS: 1'h04s0ud clpliaV5 2-co'. ) n emtdjtov, SSeve.#j hu -.✓,yA-S6ve., SERVICES: �Qr ($ 1 Three lry���;,v, siyC 14w /,- rlac TOTAL BID: f-hottsamd 2is:A4 ht4.ud4wW CA-.etg1,Ad1110V5 ($ .3 62i 898, ) (Amount shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 (TWO HUNDRED SEVENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. ITB#163-03/BMAd3 ITB #163-03/BM, Addendum #3 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5% of Total Bid Amount Dollars ($ J, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (16) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secr ary Joanne Marrone ._p Bidde acknowledges receipt of the following addenda: Addenda No. 1 Date 9 / 2 / 03 Addenda No. 2 Date 9 5 03 Addenda No. 3 Date 9723703 _ Addenda No. 4 Date 9/24/03 Addenda No. Addenda No. 5 Date 9/25/03 Addenda No. Addenda No. 6 Date 9/26/03 MMBE Firm: Date: 9 October X12003 / Jack Hornstein, Vice President (Printed or Typed Name) Preload Inc. Company 60 Commerce Drive Address Hauppauge Suffolk City, County NY 11788 State Zip Code Telephone: 631 - 231 Fax: 631 - 231-8881 7 Date 10 1 03 8 Date 10/3/03 I I Hispanic American I I Asian Pacific American I I Other (SDecifv) 1 ITB#163-03/BMAd3 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. LIST OF SUBCONTRACTORS Minority Owned Yes No , r Ow tj - MC %cam. �u c.. ❑ 0 ❑ 0 ❑ ❑ ❑ 0 ❑ ❑ 0 ❑ ❑ 0 ❑ ❑ D 0 0 K3 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If 1 am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Jack Hornstein, Vice President Contractor (Print) CONTRACTOR'S FIRM NAME: Preload Inc. (Print or Type ) CONTRACTOR'S FIRM ADDRESS: 60 Commerce Drive Name of Agent/Broker: Hauppauge, NY 11788 City Underwriting Agency Address of Agent/Broker: 2001 Marcus Avenue, Suite W. 180 City/State/Zip: Lake Success, NY 11042 Agent/Broker Telephone Number: ( 516 ) 358-3500 Date: 10/9/03 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #163-03/13M - PUMP STATION 410 7-MILLION GALLON RESERVOIR 4 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Preload Inc. J 60 Commerce Drive, Hauppauge. NY 11788 _. as Principal, hereinafter called the Principal, and the Centennial Insurance Company of 3 Giralda Farms, Madison, NJ 07940 a corporation duly organized under the laws of the State of New York , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, 1625 13th Street, Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Total Bid Amount------------------------------------------------------- i Dollars ($ 5% of Total Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Pump Station #10 - 7 Million Gallon Reservoir. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this -- obligation shall be mill and void, otherwise to remain in full force and effect. Signed and sealed this 25th day of September 2003 Preloa nc. (Seal) Principal Annet a Bet ' m n Voigt Witness Ja stein, e President Title Centen ial Insurance 4bany l _3 Catherine McCabe Witness B William F. Maroney Attorney -in -Fa t S-0054/GEEF 12/00 FRP A AtlanticMutual When it counts Atlantic Mutual Insurance Company Centennial Insurance Company Executive Offices 140 Broadway New York, New York 10005-1101 212.943.1800 W W W.atianticmutual.com BOND RIDER CONTAINING NOTICE OF TERRORISM INSURANCE COVERAGE You are hereby notified that under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, that you now have a right to purchase insurance for losses arising out of acts of terrorism, as defined in Section 102(1) of the Act: The term "act of terrorism" means any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State, and the Attorney General of the United States - to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property, or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage under your existing bond may be affected as follows: - COVERAGE PROVIDED BY THIS BOND FOR LOSSES CAUSED BY CERTIFIED.ACTS OF TERRORISM, AS DEFINED IN THE ACT, IS PARTIALLY REIMBURSED BY THE UNITED STATES UNDER A FORMULA - ESTABLISHED BY FEDERAL LAW. UNDER THIS FORMULA, THE UNITED STATES PAYS 9001. OF COVERED TERRORISM LOSSES EXCEEDING THE STATUTORILY ESTABLISHED DEDUCTIBLE PAID BY THE INSURANCE COMPANY PROVIDING THE COVERAGE. NOTHING HEREIN ALTERS OR AMENDS THE TERMS OF ANY CONTRACT FOR WHICH THE BOND IS SURETY INCLUDING, BUT NOT LIMITED TO, ANY FORCE MAJEURE CLAUSE. THE PREMIUM CHARGED FOR THIS COVERAGE IS $0 AND DOES NOT INCLUDE ANY CHARGES FOR THE PORTION OF LOSS COVERED BY THE FEDERAL GOVERNMENT UNDER THE ACT. Effective as of the date of the Bond to which this Rider is attached Thomas P. Gorke, Senior Vice President B 5069 02 03 Copyright, Atlantic Mutual Companies, 2003 CORPORATE ACKNOWLEDGMENT STATE OF COUNTY OF w Suf f olk On this 25th Jack Hornstein Vice President amd of Preload Inc. the corporation executing the above instrument, and acknowledged said instrument to be the free and voluntary act and deed of Jy said corporation, for the uses and purposes therein mentioned and on oath stated that the seal affixed is the seal of said cornnratinn and that it was affixed and that he executed said instrument by order of the Board of Directors -- of said corporation. } ss. day of September , 2003 , before me personally appeared , to me known to be -- IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my OFFICIAL SEAL, the day and year first above written. i (Seal) Notary Public, re0ding at ell (Commission expires ) MARYANNv.PANZER Notary Public, State of NOW 1lrorlil No. 01-PA4689191 Clualified in Suffolk County Commisslon Expires December 30, 20.E All parties agree that any microfilmed, scanned or electronically digitized copy of this document made by Surety as part of its record storage and retention program shall be as effective as the original for all purposes. S-0803/GEEF 01/01 FRP STATE OF New York County of Nassau ACKNOWLEDGMENT BY SURETY I ss. On this 25th day of September 2003 , before me personally appeared William F. Maroney , known to, me to be the Attorney -in -Fact of Centennial Insurance Company the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. (Seal) Notary Public in the StatL/of County of CAROL J. KINGSTON Notary Public, State Of New York No. 01 K17273025 Qualified In Queens County Commission Expires Sept. 30, 20 S-0230/GEEF 10199 Mlani idlutual Atlantic Mutual Insurance Company Power of Attorney Companies Centennial Insurance Company _ KNOW ALL MEN BY THESE PRESENTS, that the Atlantic Mutual Insurance Company and Centennial Insurance Company, corporations duly organized under the laws of the State of New York hereinafter called Companies, do hereby appoint John E. Roe, John E. Roe, Jr., Fred Nash Roe, Warren J. Mueller, William F. Maroney, Patricia Von Posch, Catherine McCabe their true and lawful Attorneys -in -Fact to make, execute, seal and deliver on their behalf as surety any and all bonds and undertakings of suretyship and other documents that the ordinary course of surety business may require. Such bonds and undertakings when duly executed by the aforesaid Attomey(s)-in-Fact shall be binding upon the Companies as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary and sealed with its corporate seal. This Power of Attorney is issued pursuant to and by authority of the following resolution of the Board of Trustees of Atlantic Mutual Insurance Company and the Board of Directors of Centennial Insurance Company adopted effective December 1,1999 and now in full force and effect; RESOLVED that the Chairman, President or Senior Vice President -Surety may appoint other officers of the Company or agents of the Company to act as its lawful Attomey-in Fact in any State, Territory or Federal District to represent this Company and to act on its behalf within the scope of the authority granted to them in writing, which authority may include the power to make, execute, seal and deliver on behalf of this Company as surety, and as its act and deed, any and all bonds and undertakings of suretyship and such other documents as are required in the ordinary course of surety business; and that the Secretary, Assistant Secretary or any Officer of the Corporation be, and that each or any of them is, authorized to verify any affidavit or other statement relating to the foregoing and to any resolutions adopted by its Board of Trustees (or Board of Directors, as applicable); and that any such Attomey-in-Fact may be removed and the authority so granted may be revoked by the Chairman, President, Senior Vice President -Surety or by the Board of Trustees (or Board of Directors, as applicable). IN WITNESS WHEREOF, each of the Companies has caused this Power of Attorney to be signed and its corporate seal to be affixed by its authorized Officer this Fourth day of January, 2000. Atlantic Mutual Insurance Company Centenni n urance Company VA_ By ? - u Attest :c.r�;T.sUR,v, Thomas P. Gorke, Senior Vice President Michael B. Keegan, Vice Pre ident '• ° to �. State of New Jersey SS County of Passaic } ' ; ... J .... ivaw,A.s On this Fourth day of January, 2000, before me, a Notary Public of the State and County aforesaid residing therein, duly commissioned and swom, personally came the above named officer of the Company who being by me first duly swom according to law, did depose and say that he is the officer of the Company described in and which executed the foregoing instrument; that he knows the seal of the Company; that the seal affixed to such instrument is the corporate seal of the Company; and that the corporate seal and his signature as such officer were affixed and subscribed to the said instrument by order of the Board of Trustees (or Board of Directors, as applicable: `P 1MPq�4 •._ 0 TA V' Notary Public (Seal) L. �ERg� : My commission expires February 18, 2007 I, the undersigned Michael B. Keegan, Vice President of Atlantic Mutual Insurance Company and Centennial Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Senior Vice President who executed said Power of Attorney was one of the Officers authorized by the Board of Trustees and Board of Directors to appoint an attorney -in -fact pursuant to the Board resolution stated above dated December 1, 1999. This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Board of Trustees of Atlantic Mutual Insurance Company and the Board of Directors of Centennial Insurance Company, adopted at a meeting duly called and held on the 1st day of December,1999. RESOLVED, that the use of a printed facsimile of the corporate seal of the Company and of the signature of an Officer of the Company on any certification of the correctness of a copy of an instrument executed by the Chairman, President or Senior Vice President -Surety pursuant to the Board resolution, dated December 1,1999, appointing and authorizing an attorney -in -fact to execute in the name of and on behalf of the Company, surety bonds, undertakings and other instruments, shall have the same effect as if such seal and such signature had been manually affixed and made, is hereby authorized and approved. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of each of the Companies to these presents this 25th day of September 20 03. Q V-- n Michael B. Keegan, Vice Pre ident n To verify the authenticity of this Power of Attorney, call 1-800-444-6565 and ask for the Power of Attornev Clerk CENTENNUL INSURANCE COMPANY Financial Statement As of June 30, 2003 Assets Liabilities., Surplus & Other Funds Bonds $329,336,265 Losses Stocks 6,537,779 Reins. Payable on Paid Losses Cash on Hand/Deposit 547,691 Loss Adjustment Expenses Short Tcrm.Investments 18,181,463 Contingent Commissions Agent's Balances 88,386,483 Other Expenses Other Invested Assets 0 Taxes, Licenses and Fees Funds Held Dept. with Reins. Co. 7,245,000 Federal & Foreign Income Taxes Reinsurance Recoverable 9,772,743 Unearned Premiums Net Deferred Tax 10,048,000 Funds Held — Reins. Treaties Investment income Due & Accrued 5,123,843 Dividends Policyholders Equity/Deposits/Pools & Assoc. 3,523,748 Drafts Outstanding Other Assets 10,030,937 Due to Affiliates Payable for Securities - Provision for Reinsurance Ceded Reinsurance Premiums Payable Other Liabilities Total Liabilities Capital Paid Up 71,272,086 Surplus 95,342,756 Surplus as Regards Policyholders - Total Assets $488.733.952 Total Liabilities & Surplus Securities carried at $43,383,671 in the foregoing statements, are deposited as required by law. _ t STATE OF NEW JERSEY) ) SS COUNTY OF MORRIS ) $131,543,523 0 38,695,632 2,137,696 6,980,914 2,335,655 0 75,568,880 95,962,273 990,397 5,087,263 167,547 0 2,471,450 4,529,154 (45,351.274) 322,119,110 166,614,842 5488.733.95? C. E. Golding, Chief Financial Officer of the Centennial Insurance Company, being duly sworn, deposes and says that he is the above described officer of said company; that said company is a corporation duly organized, existing and engaging in business as a surety company under and by virtue of the laws of the State of New York, and has duly complied with all requirements of the laws of said state applicable to said company and is duly qualified to act as surety under such laws; that the above is a true statement of the assets and liabilities of said company of the 30th day of June , 2003. Subscribed and sworn to before me this 15th day of August 2003. of Fi— C/IADL HALL C. E. Golding, C NOTARY PUBLIC OF NEW JERSEY ID #2213706 My Commission Expires June 1 2008 PAYMENT BOND Bond #6210484 rz STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 a OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Preload Inc. (hereinafter called the Principal(s), as _ Principal(s), and SAFECO Insurance Company of America (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of $3, 626, 858 and 00/100 Dollars ($ ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 23rd day of October ,20 03 ,to The Construction of Certain Improvements Described as follows: s Bid #163-03/BM - Pump Station #10 7-Million Gallon Reservoir. and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all ' claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the �_.. Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 29th day of October 2003 . SAFECO Insurance Company of America Surety *By: (Title) Catherine McCabe - Attorney -in -Fact Preload Inc. (Company Name) By: ,/Jack Hornstein Vice President (Title) E_I E. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Approved as to Form City of bbock By: Ci ttorne SAFECO Insurance Company of America Surety (Title) Catherine McCabe - Attorney -in -Fact * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Executed in Five (5) Counterparts 2 EXHIBIT B IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE, TERRORISM -RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk insurance Act of 2002' extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this -formula the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established'deductible to be paid by the insurance company, providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. S-6248 2/03 CORPORATE ACKNOWLEDGMENT PSTATE OF New York COUNTY OF Suffolk ss. On this 29th day of October 2003 before me personally appeared Jack Hornstein , to me known to be Vice President Rad of Preload Inc. F-the corporation executing the above instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned and on oath stated that the seal affixed is the seal of said cornoration and that it was affixed and that he executed said instrument by order of the Board of Directors -of said corporation. �N WITNESS WHEREOF, I have hereunto set my hand and affixed my OFFICIAL SEAL the day and year first above written. (Seal) Notary Public, (Commission expires ROBERT H. ROZAKIS NOTARY PUBLIC, State of New York No. 01 R06095266 Qualified in Nassau County My Commission Expires July 7, 200 All parties agree that any microfilmed, scanned or electronically digitized copy of this document made by Surety as part of its record storage and retention program shall be as effective as the original for all purposes. S-0803/GEEF 01/01 FRP E SAFECO' SAFECO Insurance Company PO Box 34526 Seattle, WA 98124-1526 STATE OF New York County of Nassau ACKNOWLEDGMENT BY SURETY I ss. On this 29th day of October 5 2003 , before me personally appeared Catherine McCabe , known to, me to be the Attorney -in -Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. Notary Public in the State of New York (Seal) County of Nassau FRED HASH ROE Notary Public, State of New York No. 01RO-4815494 Qualified in Nassau County Commission Expires July 1, 2007 S-0230/SAEF 10199 ® A registered trademark of SAFECO Corporation d FRP i' S H A O^ POVVER, SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 L No. 9849 KNOW ALL BY THESE PRESENTS: hat SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby opoint ***************WILIdAMF. MARONEY; PATRICIA VON POSCH; JOHN E. ROE, SR.; JOHN E. ROE, JR; CATHERINE McCABE; Lake Success, New York************** its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character sued in the course of its business, and to bind the respective company thereby. 1 WITNESS, WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 24th day of August , 1999 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that rpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to ecute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or rldertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. n any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (i)i A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the wgoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and Tect, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation L__ �• .W G4�P0 4;' SEAL a s'r I953 d� Fof wits% this 29th RArE �1 SEAL)= day of Oct:oVer R.A. PIERSON, SECRETARY 2003 974/SAEF 7/98 0 Registered trademark of SAFECO Corporation. nOMAM000 one SAP ECO' SAFECO INSURANCE COMPANY OF AMMUCA FINANCIAL STATEMENT — DECEMBER 31, 2002 Assets Cash and Bank Deposits ...................................... S I79,469.961 *Bonds,—U.S Government .................................... 268,315,526 *Other Bonds........................................................... 1,951,399,639 *Stocks..................................................................... 389,420,765 Real Estatc............................................................. 13,429,179 Agents' Balances or Uncollected Premiums.......... 296,414,019 Accrued Interest and Rents..... ............................... 34,269,055 Other Admitted Assets ........................................... _252280.905 Total Admitted Assets... _..._....._............... 3sa.9�9 Liabilities Unearned Premiums ............................................. S 595,543,757 Reserve for Claims and Claims Expense ................... 1,496,818,407 Funds Held Under Reinsurance Treaties .............. 440,473 Reserve for Dividends to Policyholders ........................... 2,564,931 Additional Statutory Reserve ............................... Reserve for Commissions, 'faxes and _ Other Liabilities ............................................. _ 463.560.925 Total .......... ...................._...................... .. $2,558,928,393 Capital Stock ............................. S 5,000,000 Paid in Surplus................................227,306,494 Unassigned Surplus ................... 593.764.17I Surplus to Policyholders .................. ..—.,„ _ 92_6.070,655 Total Liabilities and Surplus........ * Bonds are stated at amortized or investment value, Stocks at Association Market Values. Securities carried at $I 13,865,629 are deposited as required bylaw. I, MICHAEL C. PETERS, presidexit of SAFECO National Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2002, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this Ist day of March, 2003, President 8-12s2* 3N2 0 A reAtslcrosd trademark of SAFECO Corporation SURETY RIDER SAFECO Insurance Company S A F E C Cr PO Box 34526 F�l Seattle, WA 98124-1526 To be attached to and form a part of Bond No. 6210484 Type of Bond: Performance Bond dated effective 10/23/2003 (MONTH -DAY -YEAR) executed by Preload Inc. (PRINCIPAL) and by SAFECO INSURANCE COMPANY OF AMERICA Resolution No. 2003—RO487 ,as Surety, in favor of City of Lubbock, Texas (OBLIGEE) in consideration of the mutual agreements herein contained the Principal and the Surety hereby consent to changing the Bond Number to #6261325. 4 V� Nothing herein contained shall vary, alter or extend any provision or, This rider is effective 10/23/2003 (MONTH -DAY -YEAR) Signed and Sealed 01/22/2004 (MONTH -DAY -YEAR) Preload Inc. (PRINCIPAL) By: (PRINCIPAL) SAF;BCO INSURANCE COMPANY OF AMERICA (SURETY) By: - TfoRNEY-IN-FACT) Catherine McCabe ,as Principal, S-0443/SAEF WOW 1 ® A registered trademark of SAFECO Corporation FRP C]l PERFORMANCE BOND Bond #6210484 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Preload Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and SAFECO Insurance Company of America (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of $3, 626, 858. and 00/100 Dollars ($ ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. 23rd WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of October ,2003,to The Construction of Certain Improvements Described as follows: Bid #163-03/BM - Pump Station #10 7-Million Gallon Reservoir. Ll and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 29th day of October .20 03 SAFECO Insurance Company of America Surety % * By: itle) Catherine McCabe - Attorney -in -Fact Preload Inc. (Company Name) " Vice President (Title) L The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. - -, Approved as to form: - City of ock By: OtWorney SAFECO Insurance ComDanv of America Surety * By. (Title) Catherine McCabe - Attorney -in -Fact * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Executed in Five (5)::Counterparts N EXHIBIT B IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THEJERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of rs America, General Insurance Company of America, First National Insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this -formula the United States government pays 90% of losses caused by certified acts of ter-rorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed g u, by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. S-6248 2/03 STATE OF COUNTY OF New York Suffolk :On this 29th Jack Hornstein CORPORATE ACKNOWLEDGMENT before me personally appeared , to me known to be Vice President Rod of Preload Inc. the corporation executing the above instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned and on oath stated that the seal affixed is the seal of said cornoration and that it was affixed and that he executed said instrument by order of the Board of Directors --,of said corporation. day of -1 ss. October 2003 IN WITNESS WHEREOF, I have hereunto set my hand and affixed my OFFICIAL SEAL, the day and year first above written. (Seal) Notary Public, residing t (Commission expires ) ROBERT H. ROZAKIS NOTARY PUBLIC, State of New York No. 01 R06095266 Qualified in Nassau County My Commission Expires July 7,200 All parties agree that any microfilmed, scanned or electronically digitized copy of this document made by Surety as part of its record storage and retention program shall be as effective as the original for all purposes. S-0803/GEEF 01/01 _ FRP [riu SAFECO° SAFECO Insurance Company PO Box 34526 Seattle, WA 98124-1526 STATE OF New York County of Nassau ACKNOWLEDGMENT BY SURETY I ss. On this 29th day of October 2003 before me personally appeared Catherine McCabe , known to, me to be the Attorney -in -Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. Notary Public in the State of New York (Seal) Countyof Nassau FRED NASH ROE Notary Public, State of New York No. 01RO-4815494 Qualified in Nassau County 6ommission Expires July 1, 2007 S-0230/SAEF 10/99 t ® A registered trademark of SAFECO Corporation FRP S A A C O— POWER. SAFECO INSURANCE COMPANY OF AMERICA f OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 L No. 9849 KNOW ALL BY THESE PRESENTS: ,hat SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby point ***************WILLIAMF. NSARONEY; PATRICIA VON POSCH; JOHN E. ROE, SR.; JOHN E. ROE, JR-; CATfiERINE McCABE; Lake Success, New York************** its true and lawful attomey(s)oin-fact, with fu11 authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character sued in the course of its business, and to bind the respective company thereby, 'sued WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 24th day of August , 1999 .:j �l�f R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 'article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that rpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other ecute on behalf of the company fidelity and surety bonds and other documents of similar character issued company in the the co appropriate titles with authority to instrument making or evidencing such appointment, the signatures may be affixed b facsimile. On a course of its businessrity or an ... On any bond or -1ndertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, howevuch er, that the seal half not gi necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. n any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and A copy of the power-of-attomey appointment, executed pursuant thereto, and Certifying that said power-of-attomey appointment is in full force and effect, signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." i 1, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the ( 'egoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and Tect, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation r this 29th __ ��NGE. CUMpgyy PAC£ COMP co�Po�r� CORPORATE SEAL a w SEAL sal 1953 13Z15 For grAs ` Hof WaS� t4 day of October R.A. PIERSON, SECRETARY 2003 1974/SAEF 7198 ® Registered trademark of SAFECO Corporation. nQ,ocil000 one SA F E+COO SAFECO INSURANCE COWANY OF Ah4MCA Assets FINANCIAL STATEMENT — DRCUMBER 31, 2002 Cush and Bank 0eposits...................................... S 179,469.961 *Bonds -- U.S Government .................................... 269,315,526 *Other Bonds........................................................... 1,951,399,639 *Stocks..................................................................... 389,420,765 Real Estate.............................................................. 13,429,179 Agents' Balances or Uncollected Premiums.......... 296,414,018 Accrued Interest .and Rents .................................... 34,269,055 Other Admitted Assets ........................................... —252280.90� Total Admitted Assets......._ ....................... 3A4.999 Liabilities Uneamed Premiums ............................................. S 595,543,757 Reserve for Claims and Claims Expense...................1,496,8I8,407 Funds Meld Under Reinsurance Treaties .............. 440,473 Reserve for Dividends to Policyholders ........................... 2,564,931 Additional Statutory Reserve ............................... Reserve for Comnrissions, Taxes and _ Other Liabilities ............................................. _ A63.560.925 Total ..... _................................................ $2,558,928,393 Capital Stock ............................. S 5,000,000 Paid in Surplus................................227,306,484 Unassigned Surplus ................... 593.7E 4.171 Surplus to koltcyirolders .................... ......„ _ 926 070,655 Total Liabilities and Surplus........ * Bonds are stated at amortized or investment value, Stocks at Association Market Values. Securities carried at M 13,865,629 are deposited as required bylaw. I, MICHAEL C. PETERS, president of SAFECO National Insurance Company, do hereby Ctrtify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as ofbecember 31, 2002, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2003. President 3-1262* =2 ® A rtoisicred trademsrk of SAFECO Corpmiion S A F E C O° SURETY RIDER SAFECO Insurance Company PO Box 34526 U Seattle, WA 98124-1526 To be attached to and form a part of Bond No. 6210484 Type of Bond: Performance Bond dated effective 10/23/2003 (MONTH -DAY -YEAR) executed by Preload Inc. (PRINCIPAL) and by SAFECO INSURANCE COMPANY OF AMERICA Resolution No. 2003—RO487 ,as Surety, in favor of City of Lubbock, Texas (OBLIGEE) in consideration of the mutual agreements herein contained the Principal and the Surety hereby consent to changing the Bond Number to #6261325. ,as Principal, Nothing herein contained shall vary, alter or extend any provision or condition of this bond except as herein expressly stated. This rider is effective 10/23/2003 (MONTH -DAY -YEAR) Signed and Sealed 01/22/2004 (MONTH -DAY -YEAR) Preload Inc. (PRINCIPAL) By: (PRINCIPAL) SAFECO INSURANCE By, ANY OF AMERICA S-0443/SAEF 19/99 ® A registered trademark of SAFECO Corporation FRP CERTIFICATE OF INSURANCE -1 CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: October 28, 2003 P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: Preload Inc. 60 Commerce Drive Project �� 163-03/BM THIS IS TO CERTIFY THAT Hauppauge, NY 11788 (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. I I TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY 6t Commercial General Liability KK02900285 01/01/03 01/01/04 General Aggregate��00 ❑ Claims Made Products-Comp/Op AGG $ It Occurrence Personal & Adv. Injury $� 1 _0QQ O 6t Owner's & Contractors Protectiv Each Occurrence $ 1,000,0 QU 0 Fire Damage (Anyone Fire) 100,000 $ $ Med Exp (Anyone Person) 5,000 AUTOMOTIVE LIABILITY lk Any Auto KK02900285 01/01/03 01/01/04 Combined Single Limit $1 , 000, 000 0 All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ if any ❑ Hired Autos Property Damage $ 0 Non -Owned Autos GARAGE LIABILITY 0 Any Auto Auto Only - Each Accident $ 0 Other than Auto Only: Each Accident $ Aggregate $ Ix BUILDERS RISK Ck 100% of the Total Contract PncECCN51500 03/18/03 03/18/04 $3,626,858.00 ❑ INSTALLATION FLOATER _ $ EXCESS LIABILITY Ck Umbrella Form 12ULP1323000 01/01/03 01/01/04 Each Occurrence $ 10,000,000 Aggregate $ 10 , 000 000 ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY WVK02900767 01/01/03 01/01/04 The Proprietor/ ~ ❑ Included Statutory Limits Partners/Executive 0 Excluded Each Accident $ 100 000 Officers are: Disease Policy Limit $ 500,000 Disease -Each Employee $ 10(),000 OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than Afiv ys ii� adt.yan Qirenc�ell tion. Insurance Co. FIVE COPIES OF THE CERTIFICATE OF INSURANCE C North American Marine (Name of I nsurer MUST BE SENT TO THE CITY OF LUBBOCK D Arch Specialty. Insurance Co. By:. Warren . ueller Cam_ Title: Vice P esident `- City Under riting Agency Inc. The Insurance Certificates Furnished shall name the City of Lubbock as an Additional Insured on General Liability and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. Client#: 13127 PRELO ACORDrM CERTIFICATE OF LIABILITY INSURANCE 1DATE (M 0128/03Dnv> PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ,ity Underwriting Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE r 001 Marcus Avenue Suite West 180 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ake Success, NY 11042 16 358-3500 Fax: 5163583540 INSURERS AFFORDING COVERAGE NSURED INSURER A: St. Paul Fire & Marine Insurance Preload Inc. INSURER B: Arch Specialty Insurance Company 60 Commerce Drive INSURER C: Select Insurance Company Hauppauge, NY 11788 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 'ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR _MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR iR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY POLICY EXPIRATION DATE MWDD/YY LIMITS 1♦ GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE Fx_] OCCUR KK02900285 01/01/03 01/01/04 EACH OCCURRENCE $1 00A 000 FIRE DAMAGE (Any one fire) $ 100,000 _ MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIM ITAPPLIES PER: POLICY X PROECT LOC J PRODUCTS - COMP/OP AGG s2,000,000 ^! AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS KK02900285 I 01/01/03 01/01/04 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 41 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ B EXCESS LIABILITY X OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ 12ULP1323000 GS2858288 01/01/03 01/01/03 01/01/04 01/01/04 EACH OCCURRENCE $10000000 AGGREGATE $1 O,OOO,OOO ea.occ./agg. $15 000,000 $ $ -- WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WVK02900767 01/01/03 01/01/04 X WRSTAMIT OEH E.L. EACH ACCIDENT _ $100,000 E.L. DISEASE - EA EMPLOYEE $100,000 _ E.L. DISEASE -POLICY LIMIT s500,000 OTHER SCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS -ae City of Lubbock is included as additional insured as respects to construction of 7.0 M.G. reservoir pump station # 10, Lubbock, Texas. dudes waiver of subrogation in favor of the City of Lubbock, Texas on all policies. INSURER LETTER: City of Lubbock 1625 13th Street Lubbock, TX 79401 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL Et D0H9XD OMAIL30_DAYSWRITTEN NOTICE TOTHE CERTIFICATE HOLDERNAMEDTOTHELEFT, RWXXIXMKTQC=0MitS$Ci- I I��rO1�Ckn3i7'�CH1TS�AM7�9�}PJ?f 6C�FI$A73 ��)�B, AUTHORIZED D 25-S (7/97)1 of 2 #S113837/M98438 / JMW TION 1988 No Text Client#: 13127 PRELO ACORD- CERTIFICATE OF LIABILITY INSURANCE 1DATE 0/29/03DN ) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Jity Underwriting Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 001 Marcus Avenue Suite West 180 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ake Success, NY 11042 516 358-3500 Fax: 5163583540 INSURERS AFFORDING COVERAGE NAIC # ASURED INSURER A: St. Paul Fire & Marine City of Lubbock INSURER B: 1625 13th Street INSURER C: Lubbock, TX 79401 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR N R ADD' NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MWDD/YY POLICY EXPIRATION DATE MM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ GENERAL LIABILITY CLAIMS MADE1-1 OCCUR DAMACOMMERCIAL PREMI TO (FENCED $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PRO- LOC JECT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND OR STATUS OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ OTHER Owners Pro- KG02901344 11/03/03 11/03/04 $1,000,000. ea. occur. tective Liability $1,000,000. aggregate Coverage rCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS c_�nstruction of 7.0 M.G. reservoir, pump station #10 Lubbock, Texas 1_11, a TE City of Lubbock 1625 13th Street Lubbock, TX 79401 CANCELLATION LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WILL WiD7€AIYe TO MAIL _30 DAYS WRITTEN TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AUTHORIZED 25 (2001/08) 1 of 2 #113875 JMW 0 ACORD CORPORATION 1988 IMPORTANT t If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. tc-'-ORD 25-S (2001/08) 2 of 2 #113875 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23'd day of October, 2003 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and PRELOAD, INC. of the CITY OF HAUPPAUGE, COUNTY OF SUFFOLK and the STATE OF NEW YORK hereinafter termed CONTRACTOR. WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #163-03/BM - PUMP STATION #10 7-MILLION GALLON RESERVOIR - $3,626,858.00 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 thereof as provided therein. IN WITNESS WHEREOF, the part* to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first abovarAritten. CITY OF LU CK, XA O NER): CONTRACTOR: By: PRELOAD/NC. ATTEST: Ayecretary AP E S T ONT Owner's Representative APPROVED AS TO F R : City orney Jack Hornstein Vice President COMPLETE ADDRESS: Preload, Inc. 60 Commerce Drive Hauppauge, NY 11788 ATTEST: rporatSe e creta Joanne C. Marrone r GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit PRELOAD, INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative CHESTER CARTHEL, CHIEF ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless i otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. _ The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. `- 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) 2 calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 3 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and ° completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is f also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractors expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 4 i U4 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph y shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." f, i 25. No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. it is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, 6 t [__ U! are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Heavy Equipment Premises and Operations Explosion p & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, §0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000.00 Combined Single Limit, 11--Y 7 M to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 11406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a-, project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of _j Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being L-j 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: 8 i (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will a l M 1 provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self-insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date bome by such certificate. I (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by LJ 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: U (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4_ 10 i is (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate Insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 11 29 KE s [j (v) obtain from each other person with whom it contracts, and provide to the t 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 t 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 l and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (I)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. i PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS. MATERIALMEN. AND FURNISHERS j OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in anyway, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and fumishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract j and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. f] 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 L I or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the - Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material LJ or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's -` Representative prior to bidding. is 12 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED I PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION y It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that 13 36. 37. 9101 when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, 14 against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. i5 his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 18 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 19 No Text RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter F_' Carpenter -Helper Cement Finisher Drywall Hanger Electrician - Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice j Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer j Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hog al Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 I-, Ul SPECIFICATIONS PUMP STATION # 10 7 MILLION GALLON RESERVOIR City Of Lubbock Public Works Department Pump Station #10 Reservoir 8/27/2003 U." CITY OF LUBBOCK PUBLIC WORKS DEPARTMENT PUMP STATION #10 7 MILLION GALLON RESERVOIR REPLACEMENT SPECIFICATIIONS SECTION 01110 SUMMARY OF WORK 1.01 SUMMARY 01110-1 1.02 SCOPE 01110-1 1.03 WORK RESTRICTIONS 01110-2 1.04 COORDINATION 01110-2 1.05 BUILDING PERMIT 01110-2 SECTION 01210 PRICE AND PAYMENT PROCEDURES 1.01 INSPECTING AND TESTING ALLOWANCE 01210-1 1.02 VALUE ANALYSIS 01210-1 1.03 CONTRACT MODIFICATION PROCEDURES 01210-2 1.04 PAYMENT PROCEDURES 01210-2 SECTION 01310 ADMINISTRATIVE REQUIREMENTS 1.01 COORDINATION AND PROJECT CONDITIONS 01310-1 1.02 PRE -CONSTRUCTION MEETING 01310-2 1.03 DEMOLITION AND REMOVAL DOCUMENTATION 01310-2 1.04 CONSTRUCTION PROGRESS DOCUMENTATION 01310-2 1.05 SUBMITTAL PROCEDURES 01310-3 1.06 SHOP DRAWINGS 01310-5 1.07 PRODUCT DATA 01310-6 1.08 SAMPLES 01310-6 1.09 SUBCONTRACTORS AND SUPPLIERS LIST 01310-7 1.10 PROJECT RECORD DOCUMENTS (AS BUILTS) 01310-7 SECTION 01410 QUALITY REQUIREMENTS 1.01 CODES AND ORDINANCES 01410-1 1.02 QUALITY ASSURANCE 01410-3 1.03 CONTRACTORS QUALITY CONTROL: 01410-4 3 1.04 FIELD QUALITY CONTROL: 01410-4 1.05 TESTING LABORATORY SERVICES 01410-5 1.06 CONTRACTOR NOTIFICATION 01410-5 Pump Station #10 Reservoir 8/27/2003 1.07 FAILED TESTS 01410-6 1.08 TEST REPORT COPIES 01410-6 1.09 CONTRACTOR'S OBLIGATION 01410-6 SECTION 01510 TEMPORARY FACILITIES AND CONTROLS 1.01 TEMPORARY UTILITIES 01510-1 1.02 TEMPORARY ELECTRICITY. 01510-1 1.03 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES 01510-1 1.04 TELEPHONE SERVICE 01510-2 1.05 REMOVAL OF TEMPORARY UTILITIES, FACILITIES, AND CONTROLS 01510-2 1.06 TEMPORARY FIELD OFFICES 01510-2 1.07 SAFETY PRECAUTIONS 01510-2 1.08 SECURITY 01510-3 1.09 SITE PROTECTION 01510-4 1.10 UNDERGROUND AND OVERHEAD UTILITIES AND STRUCTURES 01510-4 1.11 PROTECTION OF EXISTING UNDERGROUND UTILITIES 01510-5 1.12 SANITARY FACILITIES 01510-5 1.13 TRASH RECEPTACLE 01510-5 1.14 PARKING LOT FOR CONSTRUCTION VEHICLES 01510-6 1.15 PROTECTION OF SITE 01510-6 1.16 SCAFFOLDING, BARRICADES, ENCLOSURES 01510-6 1.17 GUARDRAILS AND BARRICADES 01510-7 1.18 STAIRS, LADDERS, HOISTS, ETC. 01510-7 1.19 TREE AND PLANT PROTECTION 01510-7 1.20 YARD REPAIRS 01510-8 1.21 ROOF DRAINAGE 01510-9 1.22 FIRE 01510-9 1.23 NOISE 01510-10 1.24 PREVENT ACCIDENTS 01510-10 1.25 POLLUTION PREVENTION 01510-10 1.26 PROJECT IDENTIFICATION 01510-10 SECTION 01610 PRODUCT REQUIREMENTS 1.01 BASIC REQUIREMENTS 1.02 MATERIAL TESTING 1.03 PRODUCT SUBSTITUTION PROCEDURE 1.04 SUBSTITUTION REQUEST PROCEDURE 1.05 PRODUCT DELIVERY REQUIREMENTS 1.06 PRODUCT HANDLING REQUIREMENTS 1.07 PRODUCT STORAGE REQUIREMENTS 1.08 LABELS 01610-1 01610-1 01610-2 01610-3 01610-4 01610-4 01610-5 01610-5 Pump Station #10 Reservoir 8/28/2003 SECTION 02510 WATER SYSTEMS PIPING, FITTINGS AND ACCESSORIES 2.01 MATERIALS 02510-1 2.02 DUCTILE IRON PIPE 02510-1 2.03 POLYVINYL CHLORIDE (PVC) PIPE 02510-1 2.04 STEEL CYLINDER CONCRETE PIPE 02510-1 2.05 FITTINGS 02510-2 2.06 PIPE DETECTION 02510-2 2.07 JOINT MATERIALS 02510-2 2.08 JOINT RESTRAINTS 02510-3 2.09 BUTTERFLY VALVES 02510-3 2.10 VALVE BOXES, FRAME AND COVER 02510-3 3.01 DETAILS OF CONSTRUCTION 02510-4 3.02 PIPE INSTALLATION 02510-4 3.03 SETTING VALVES, VALVE BOXES AND FITTINGS 02510-8 3.04 CONCRETE CRADLING AND BLOCKING 02510-8 3.05 ANCHORAGE OF BENDS AND PLUGS, ETC. 02510-8 3.06 HYDROSTATIC TESTS 02510-9 3.07 STERILIZATION OF PIPE LINES 02510-10 SECTION 03110 CONCRETE FORMS AND ACCESORIES 2.01 FORMWORK 03110-1 2.02 FORMWORK ACCESSORIES 03110-1 3.01 CONCRETE FORM PREPARATION 03110-1 3.02 REMOVAL OF FORMS AND SUPPORTS 03110-2 SECTION 03210 CONCRETE REINFORCEMENT 2.01 REINFORCING BARS 03210-1 2.02 STEEL SHEET DIAPHRAGM 03210-1 2.03 PRESTRESSED REINFORCEMENT 03210-1 2.04 WELDED WIRE FABRIC 03210-2 2.05 STEEL CORROSION INHIBITOR 03210-2 2.06 FIBER 03210-2 2.07 ACCESSORIES 03210-2 3.01 WIRE FABRIC 03210-3 SECTION 03310 CAST IN PLACE CONCRETE 2.01 CONCRETE MATERIALS 03310-1 Pump Station #10 Reservoir 8/27/2003 2.02 MISCELLANEOUS MATERIALS AND ACCESSORIES 03310-2 2.03 LIQUID CURING COMPOUNDS: 03310-2 3.01 CONCRETE MIX DESIGN 03310-3 3.02 CONTROL OF MIX IN THE FIELD 03310-4 3.03 3.04 CONCRETE MIXING VAPOR RETARDER INSTALLATION 03310-4 03310-5 3.05 JOINT CONSTRUCTION 03310-5 3.06 INSTALLATION OF EMBEDDED ITEMS 03310-5 3.07 CONCRETE PLACEMENT 03310-5 3.08 MISCELLANEOUS CONCRETE ITEMS 03310-7 3.09 QUALITY CONTROL TESTING DURING CONSTRUCTION (COMPOSITE SAMPLING, AND MAKING AND CURING OF SPECIMENS: ASTM C 172 and ASTM C 31.) 03310-7 310 FINISHING FORMED SURFACES 03310-9 3.11 FINISHING SLABS 03310-9 3.12 TROWEL FINISH: As specified above. 03310-10 3.13 REPAIR OF SLAB SURFACES: 03310-11 3.14 CONCRETE CURING AND PROTECTION 03310-11 SECTION 13200 PRECAST WIRE -WOUND PRESTRESSED CONCRETE TANK (FLAT SLAB ROOF) 1.01 SCOPE OF WORK 13200-1 1.02 REFERENCES 13200-1 1.03 SYSTEM DESCRIPTION 13200-2 1.04 SUBMITTALS 13200-5 1.05 QUALITY ASSURANCE 13200-6 1.06 GUARANTEES AND WARRANTIES 13200-6 2.01 GRANULAR SUBASE 13200-7 2.02 UNDERDRAIN GRAVEL 13200-7 2.03 CONCRETE 13200-7 204 SHOTCRETE 13200-8 2.05 CEMENT MORTAR 13200-8 2-06 CEMENT GROUT 13200-8 207 NONSHRINK GROUT 13200-9 2.08 REINFORCEMENT 13200-9 2.09 DIAPHRAGM 13200-9 2.10 ELASTOMERIC MATERIALS 13200-9 2.11 DECORATIVE COATING 13200-10 2.12 APPURTENANCES 13200-10 3.01 CLEARING AND GRUBBING 13200-11 3.02 EXCAVATION 13200-11 3.03 SUBGRADE, PREPARATION 13200-11 3.04 UNDERDRAIN SYSTEM 13200-11 3.05 GRANULAR SUBBASE 13200-12 I_ Pump Station #10 Reservoir 8/27/2003 3.06 CONCRETE 13200-12 3.07 SHOTCRETE 13200-13 3.08 NONPRESTRESSED STEEL REINFORCEMENT 13200-14 3.09 FLOOR 13200-15 3.10 3.11 PRECAST CORE WALL FLAT SLAB ROOF 13200-16 13200-17 3.12 COLUMNS 13200-17 3.13 WALL TOLERANCES 13200-18 3.14 WATER STOPS 13200-18 3.15 ELASTOMERIC BEARING PAD 13200-18 3.16 PRESTRESSING 13200-18 3.17 DECORATIVE COATING 13200-19 3.18 DISINFECTION 13200-20 3.19 WATERTIGHTNESS TEST 13200-20 3.20 REPAIRS 13200-20 3.21 TANK BACKFILL 13200-21 3.22 CLEAN-UP 13200-21 3.23 INSPECTION 13200-21 Pump Station # 10 Reservoir 8/27/2003 SECTION 01110 SUMMARY OF WORK PART 1 GENERAL 1.01 SUMMARY A. The City of Lubbock Water Utilities Division is upgrading the existing ground storage tank at Pump Station #10. This project will cover the demolition and removal of the existing ten million gallon reservoir, construction of a seven million gallon Wire Wound, Circular, Pre -stressed Concrete Water Tank, all piping, valves and vaults required for a complete project, and backfill of the remaining void left from the removal of the original tank. B. The following paragraphs give the general specifications on the various materials and methods that are to be used in this project. 1.02 SCOPE A. The plans for the existing ten million gallon reservoir are provided to describe the tank, as it exists. These specifications cover the requirements for demolition of the old reservoir, backfill, and construction of a new reservoir under the contract. B. The Work will be constructed under a single Stipulated Sum Contract. The Contractor shall furnish all plans, labor, materials, transportation, apparatus, light, energy, scaffolding and tools necessary for the entire proper and substantial completion of the work, and shall install, maintain and remove all equipment of construction and other utensils or things, and be responsible for the safe, proper and lawful construction, maintenance and use of same, and shall construct in best and most workmanlike manner these improvements, and everything properly incidental thereto, as shown on Drawing, stated in Specifications or reasonably implied, there from, or in accordance with the Contract Documents. C. All equipment, materials, etc. used in the building shall fully comply and be in strict accordance with the released submittals on file in the Owner's Representative's office. D. Contractor shall furnish measures for prosecuting work of this project, including, but not limited to, structural engineering cranes, hoist, chutes, movement of personnel, materials, equipment, temporary heating, and s operation and maintenance of such facilities. _a PS #10 RESERVOIR 01110-1 8/27/2003 1.03 WORK RESTRICTIONS A. The Contractor shall be required to follow all safety and security procedures prescribed by the City of Lubbock Water Utilities Division. Access to the site will be limited to persons involved in the work. B. Construction shall be allowed only during the hours of 7 a.m. to 7 p.m. on weekdays and with written permission from Public Works Engineering Saturdays, Sundays, and all day on major holidays from 8 a.m. to 5 p.m. 1.04 COORDINATION A. Coordinate work of the various sections of Specifications to ensure efficient and orderly sequence of installation of construction elements, with provisions for accommodating items installed later. B. The Contractor and Architect shall work together to provide the city the desired final results. 1.05 BUILDING PERMIT A. The Contractor is required to secure a building permit from the City of Lubbock, however the City will waive the permit fee. B. The Contractor shall be responsible for providing copies of plans, inspections and test reports to the building inspection department. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION PS #10 RESERVOIR 01110-2 8/27/2003 SECTION 01210 r, PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.01 INSPECTING AND TESTING ALLOWANCE A. The Contractor shall pay for an independent testing agency acceptable to the Owner's Representative to perform specified and or required tests, inspections, approvals, and other services required for quality assurance at the time of bid opening. B. The Owner shall pay for tests, inspections, and approvals that become requirements after bids are received or negotiations concluded, unless noted otherwise. C. If the Owner's Representative gives the Contractor written instruction to perform additional testing or inspection not already included in the contract documents, the Contractor shall arrange for such additional testing or inspection. The Owner shall pay for such tests and inspections except as provided in the following paragraphs. D. If such additional procedures show that portions of the work do not comply with the contract documents, the Contractor shall repair portion of work that does not comply with specifications and reimburse the Owner for costs of the additional tests. The Contractor shall pay to retest after repairs have been made at the Contractors expense. 1.02 VALUE ANALYSIS A. Submit a printed schedule on AIS Gorm G793 or approved equal — Application and Certificate for Payment Continuation Sheet. B. Contractor's standard form or electronic media printout will be considered. C. Submit Schedule of Values in duplicate within 5 days after date established in Notice to Proceed. D. Format: Itemize. E. Include within each line item, a direct proportional amount of Contractor's overhead and profit. PS 410 RESERVOIR 01210-1 8/27/2003 F. Revise schedule to list approved Change Orders with each Application for Payment. 1.03 CONTRACT MODIFICATION PROCEDURES A. The Owner's Representative shall be advised in writing of minor changes in the work not involving an adjustment to Contract Sum or Contract Time. The Contractor must receive approval in writing before implementing change. B. The Owner's Representative may issue a Proposal Request. 1. Proposal Request shall include: a. Detailed description of a proposed change with supplementary or revised drawings and specifications b. A change in Contract Time for executing the change with stipulation of any overtime work required and the period of time during which the requested price will be considered valid. 2. Contractor will prepare and submit an estimate within 3 days. C. The Contractor may propose changes by submitting a request for change to the Owner's Representative, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation and a statement describing the effect on Work by separate or other Contractors. D. Stipulated Sum Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Owner's Representative. E. Maintain detailed records of work done based on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. F. Execution of Change Orders: Owner's Representative will issue Change Orders for signatures of parties as provided in the General Conditions. The contractor must wait for the signed copies to be returned to him before implementing the change. 1.04 PAYMENT PROCEDURES A. The following requirements shall be fully completed before the final application for payment will be accepted or approved. PS #10 RESERVOIR 01210-2 8/27/2003 B. Final inspection performed and all corrections made. C. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703 or approved equal. D. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. E. Submit the following along with the application for final payment: l . Affidavit of compliance with appropriate standards. 2. Signed affidavit by a Notary Public that all claims on this job have been settled. 3. Contractor warranties for this job shall be signed and sealed by a Notary Public. 4. Written Receipt for All Equipment purchased as part of this project. 5. Maintenance Manuals for All Equipment purchased as part of this project. 6. Equipment Warrantees for all Equipment purchased as part of this project. 7. Certification that the specified material alloys, sizes, and quantities have been furnished. 8. Contractor's Affidavit on Closing Job. PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. END OF SECTION PS #10 RESERVOIR 01210-3 8/27/2003 I SECTION 01310 ADMINISTRATIVE REQUIREMENTS , PART 1 GENERAL 1.01 COORDINATION AND PROJECT CONDITIONS A. The Contractor shall work with the Public Works Department to schedule the installation of the bypass line, demolition and removal of the existing reservoir, and construction work to coincide with low water use (typically the fall, winter, and early spring). B. Coordinate scheduling, submittals, and Work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. C. Verify utility requirements and characteristics of operating equipment are compatible with site utilities. D. Coordinate completion and cleanup of Work of separate sections in preparation for Substantial Completion. E. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. F. The Public Works Engineering Department shall be notified 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. G. Each bidder shall submit a Construction Schedule with their bid indicating U the sequence of all construction activities to be performed. The scheduled completion date for this project shall be 270 calendar days from execution of a notice to proceed. Demolition of the existing reservoir may not begin `-' before October 1, 2003. H. Upon award of the contract, the Construction Schedule will become part of the Contract Documents. I. The Contractor shall be issued a Notice to Proceed following approval of City Council execution of Contract Documents, and completion of pre - construction meeting. The Contractor may begin the dewatering process and moving in equipment and material prior to demolition of the reservoir. { PS #10 RESERVOIR 01310-1 8/27/2003 ,, L ki 1.02 PRE -CONSTRUCTION MEETING A. Owner's Representative will schedule a meeting after award of contract. B. Attendance Required: Owner's Representative, Contractor, and Sub - Contractors. C. Agenda: l . Designation of personnel representing the parties in Contact. 2. Scheduling. 3. Notice to Proceed. 4. Emergency telephone contacts for Owner and Contractor. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract close-out procedures. 6. Submission of: a. List of subcontractors b. List of products C. Schedule of values. d. Progress Schedule. 1.03 DEMOLITION AND REMOVAL DOCUMENTATION A. Demolition Progress Schedules. 1. Submit initial schedule in duplicate within five (5) days after date of Notice to Proceed. 2. Revise and resubmit as required. 3. Submit revised schedules with each Application for Payment, identifying changes since previous version. 4. The Contractor shall submit shop drawings showing the complete sequence of demolition and removal by activity, identifying Work of separate stages and other logically grouped items. B. Contractor's Field Reports: Maintain and submit daily logs for this project during the application of payment and provide for the Owner's Representative upon request. 1.04 CONSTRUCTION PROGRESS DOCUMENTATION A. Construction Progress Schedules: 1. Submit initial schedule in duplicate within five (5) days after date of Notice to Proceed. PS #10 RESERVOIR 01310-2 8/28/2003 1.05 2. Revise and resubmit as required. 3. Submit revised schedules with each Application for Payment, identifying changes since previous version. 4. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped ac B. Contractor's Field Reports C. Maintain and submit daily logs for this project during the application of payment and provide for the Owner's Representative upon request. D. Survey and Layout Data. SUBMITTAL PROCEDURES A. Shop Drawings, Design Calculations and Submittals. 1. A certificate of design shall be required with all plans and calculations. 2. Before executing any of the work, the Contractor must submit drawings and calculations. 3. A complete set of calculations shall be submitted showing compliance with all design load criteria. 4. Drawings submitted to the consulting engineer shall include: a. All details showing dimensions, sizes, thickness, gauges, materials, and finishes. b. Joint attachment. C. Erection procedures. 5. Coordinate preparation and processing of submittals with performance of the work so that work will not be delayed by submittals. Coordinate and sequence different categories of submittals for the same work, and for interfacing units of work, so that one will not be delayed for coordinate with another. No extension of time will be allowed because of failure to properly coordinate and sequence submittals. B. Approved Construction Plans: 1. The Contractor shall do construction in accordance with the approved construction plans provided for this project. A certificate of design will be required with the plans. The roof design shall comply with all specifications, standards, and meet local building codes. 2. All materials shall be fabricated and erected in accordance with the approved drawings. PS #10 RESERVOIR 01310-3 8/27/2003 C. Submittals for Review. 1. The Contractor shall submit the manufacturer's product data for all materials used in construction of this project, such as roof design, formwork accessories, concrete admixtures, grout, chemical hardener, curing compound, bonding compound, and epoxy bonding system. 2. The Contractor shall review all required components for use in this application to ascertain that all items will function as necessary and as designed. a. Transmit each submittal to: Chester Carthel Chief Engineer Public Works Department City of Lubbock P.O. Box 2000 1625 - 13`" Street Lubbock, TX 79457 3. Transmit a minimum of five (5) copies, two (2) copies the Contractor requires plus three (3) copies that will be retained by Owner's Representative, of each submittal unless otherwise specified in the individual sections. 4. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. 5. Schedule submittals to expedite the Project, and deliver to Owner's Representative at business address. Coordinate submission of related items. 6. For each submittal for review, allow ten (10) days excluding delivery time to and from the Owner's Representative. 7. Identify variations from Central Documents and Product or system limitations, which may be detrimental to successful performance of the completed Work. 8. When revised for resubmission, identify all changes made since previous submission. 9. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. 10. Submittals not requested will not be recognized or processed. 11. Submittals will not be accepted from subcontractors, suppliers, or anyone other than the Contractor. PS #10 RESERVOIR 01310-4 8/27/2003 12. Indicate conditions requiring special attention and special environmental criteria required for application. 13. After review provide copies for record documents described in Section 01700. 1.06 SHOP DRAWINGS A. In addition to the requirements of the General Conditions the following applies: 1. Drawings shall be marked with the name of the project and numbered consecutively. Each detail and drawing shall give reference to appropriate sheet and detail number from contract drawings. Drawings shall be complete in every respect, bound in sets and accompanied by letter of transmittal listing numbers and dates of all drawings submitted. Copies will be returned to the Contractor after review. 2. Prior to Owner's Representative's review, shop drawings shall be reviewed by the Contractor and shall bear the Contractor's stamp stating the drawings have been checked for conformance with the Contract Documents, pending the Owner's Representative's review. Any drawings submitted without the Contractor's stamp will not be considered. If shop drawings show variations from requirements of the Contract because of standard shop practice or other reason, the Contractor shall make mention of such variation in the letter of transmittal. The Contractor shall not be relieved of responsibility for executing the work in accordance with the Contract, even though such shop drawings have been reviewed. 3. The shop drawings shall be prepared by skilled draftsmen and presented in a clear and thorough manner. Any shop drawings, which are not complete, or clearly delineated, will be promptly rejected. 4. The Contractor shall make corrections in the shop drawings as requested by the Owner's Representative and resubmit the requested number of corrected copies with reasonable promptness. 5. Unless the corrections and changes requested by the Owner's Representative are deviations from the Owner's Representative's Drawings and Specifications, any time delay caused by correcting and resubmitting shop drawings shall be the responsibility of the Contractor. 6. The Contractor shall submit as many additional copies of the shop drawings to be approved as required for the Contractor's use. 7. Maintain one set of approved shop drawings at the project site for reference by the Owner's Representative or others. PS #10 RESERVOIR 01310-5 8/27/2003 8. The contractor shall submit shop drawings and schedule indicating the location and construction of barricades, fences, and temporary work areas as needed. 9. The contractor shall before the end of the project submit schedule for removal of barricades, fences, and temporary work areas. 1.07 PRODUCT DATA A. Product date includes standard information on materials, products and systems; not specially prepared for this project, other than the designation of selections from among available choices printed therein. B. Collect required data into one submittal for each unit of work or system; and mark each copy to show which choices and options are applicable to the project. Include manufacturer's standard printed recommendations for applications and use, compliance with standards, application of labels and seals, notation of field measurements, which have been checked, and special coordination requirements. Maintain one set of product data (for each submittal) at project site, available for reference by Owner's Representative or others. C. Do not submit product data, or allow its use on the project data, until Contractor has confirmed compliance with requirements of Contract Documents. Submittal is for information and record, unless otherwise indicated. D. Owner's Representative will retain three (3) copies of product data. Contractor shall submit as many additional copied of product data as required for the Contractor's use. 1.08 SAMPLES A. Contractor shall submit samples requested by Specifications or by Owner's Representative in ample time for review prior to quantity fabrication, or in case of prefabricated items, prior to placing purchase order. B. Each sample shall have label indicating generic name of item, manufacturer's name and model number, brand name, supplier's name, subcontractor's name and project for which material is intended. C. Contractor shall accompany each shipment of samples with transmittal referencing project for which intended, and list sample data enumerated above for each sample transmitted, and referencing samples to appropriate contract drawing sheet or to specification section. PS #10 RESERVOIR 01310-6 8/27/2003 D. Approval of any sample will be only for characteristics or for uses named in such approval and for no other. Approval of a sample shall not be taken to change or modify any contract requirement. When a material has been approved, no change in brand or make will be permitted. E. Owner's Representative, at his sole discretion, may return certain approved samples for use in the work. These shall be installed in good condition, suitably marked for identification. F. Contractor shall submit two copies of color samples in same manner as for material samples. Owner's Representative will retain both copies of color samples. G. Owner's Representative will retain one copy of each material sample submitted. H. Prepare samples to match the Owner's Representative's sample where so indicated. 1.09 SUBCONTRACTORS AND SUPPLIERS LIST A. Provide a complete list of names, addresses, telephone and facsimile numbers of all Subcontractors and Suppliers employed on the project. 1.10 PROJECT RECORD DOCUMENTS (AS BUILTS) A. Provide to the Owner's Representative a complete set of blue line drawings marked in red with all deviations from the drawings noted. Including all dimensions, service locations, etc. B. At completion of project the contractor shall deliver record documents, both hard copy and electronic, to Owner's Representative. C. Accompany each submittal with transmittal letter in duplicate, containing the following: date, project title and number of each record documents, certification in writing that each document, as submitted is complete and accurate and the signature of the Contractor or the Contractor's authorized representative. PS #10 RESERVOIR 01310-7 8/27/2003 PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. END OF SECTION PS #10 RESERVOIR 01310-8 8/27/2003 SECTION 01410 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 CODES AND ORDINANCES A. All Work performed under this contract shall be done in accordance with standard building practices. B. If the below mentioned laws, codes and ordinances conflict with the Contract Documents, then the laws, codes or ordinances shall govern instead of the Contract Document, except in such cases where the Contract Document exceeds them in quality of materials, or labor, then the Contract Document shall be followed. C. The contractor must obtain and submit copies of all permits, licenses, and similar permission obtained, to the Owner's Representative directly. The City of Lubbock shall waive the permit fees. D. The Contractor must comply with the rules and regulations of local, state and Federal authorities regarding safety provisions shall be observed. E. The Contractor shall conform to applicable regulatory procedures when discovering hazardous or contaminated materials. F. The Contractor shall conform to all applicable local, state, and national Codes, Ordinances, Rules and Regulations not specifically mentioned above but which apply to the proposed construction. G. All references to standards, specifications, manuals, or codes of any technical society, organization, or association, shall mean the latest standard specifications, manual, or code. H. Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest in effect at the time of opening of bids except as may be otherwise specifically stated. I. All codes and ordinances in effect in the City or governing authority - having jurisdiction at the project site. J. The contract must also comply with all regulations of the national board of Fire Underwriters having jurisdiction. PS #10 Reservoir 01410-1 8/27/2003 K. Materials and construction shall conform to applicable requirements of the latest edition of the following documents. 1. American Association of State Highway and Transportation Officials 2. American Society for Testing and Materials 3. American Water Works Association 4. American Concrete Institute 5. American Society of Civil Engineers 6. The National Electric Code. 7. Uniform Plumbing Code published by Texas Municipal League Plumbing Code. 8. The Rules and Regulation of the Board of Underwriters Laboratories. 9. Uniform Building Code. 10. Occupational Safety and Health 11. Act. State of Texas Program for the Elimination of Architectural Barriers administered by the Texas Commission of Licensing and Regulation; Texas Accessibility Standards effective April 1, 1994. 12. The American with Disabilities Act of 1990. L. In any case of conflict between any of the documents mentioned above, the highest requirements shall govern. No extras shall be allowed for any changes to make the work conform to the regulation of the above - mentioned documents; they shall be considered as completely included in the Contract Price. Nothing in these Drawings and Specifications is to be construed to permit work not conforming to these codes. M. Definitions: 1. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. 2. Install: To put products in place in the work ready for the intended use, including, unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, fishing, curing, protecting, cleaning, and similar operations. 3. Provide: To furnish and install products. 4. Indicated: Shown, noted, scheduled, specified, or drawings, somewhere in the contract documents. 5. Unexposed Finish: A general -use finish, with no appearance criteria, applicable to all formed concrete concealed from view after completion of construction. PS #10 Reservoir 01410-2 8/27/2003 PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION PS #10 Reservoir 01410-7 8/27/2003 1 SECTION 01510 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 TEMPORARY UTILITIES Conduct construction operations so that waste of power, water, and fuel is avoided. 1.02 TEMPORARY ELECTRICITY. A. The Owner will pay for the cost of energy used. B. Provide temporary electric feeder from existing electrical service at the site. Do not disrupt Owner's use of service. C. Complement existing power service capacity and characteristics as required. D. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. Provide flexible power cords as required. E. Equip all power hand tools with ground fault interruption (G.F.I.) protection. F. Provide main service disconnect and over -current protection at convenient location. G. Permanent convenience receptacles may not be utilized during construction. H. Provide adequate distribution equipment, wiring, and outlets to provide single-phase branch circuits for power and lighting. I. Exercise measures to conserve energy. 1.03 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain sufficient lighting to meet the work needed. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. C. Maintain lighting and provide routine repairs. D. Permanent building lighting may not be utilized during construction. PS #10 RESERVOIR 01510-1 8/27/2003 1.04 TELEPHONE SERVICE A. Contractor shall provide, maintain, and pay for cellular or land line telephone service for the Contractor and the Owner's Representative's use, and the use by all Subcontractors, for the duration of the work. B. The telephone shall remain at the project site at all times that work is being performed. 1.05 REMOVAL OF TEMPORARY UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, and materials, prior to Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 1.06 TEMPORARY FIELD OFFICES A. The Prime Contractors and the Subcontractors shall maintain such office and storage facilities on the site as may be necessary for the proper conduct of the work. These shall be located so as to cause no interference to any work to be performed on the site. The Owner's Representative shall be consulted with regard to locations. B. Upon completion of the project, or as directed by the Owner's Representative, the Contractor shall remove all such temporary structure and facilities from the site and leave the premises in the condition required by the Contract Documents. 1.07 SAFETY PRECAUTIONS A. Prevent Accidents: The Contractor shall keep the site and adjacent public areas free of hazardous and unsanitary conditions and public nuisances. B. Provide and maintain, until no longer required, all necessary safety measures to safeguard against personal injury and property damage. Give special attention to the following: 1. Provide and maintain solid safety barriers around all openings and other hazardous areas with protective considerations to blind persons and paraplegics. 2. At all times, maintain pedestrian access and vehicular access, particularly for fire fighting vehicles. 3. Do not allow open flame operations. PS #10 RESERVOIR 01510-2 8/27/2003 4. Store volatile wastes in covered metal containers and remove from premises daily. 5. Prevent accumulation of wastes, which create hazardous conditions. 6. Provide adequate ventilation during use of volatile or noxious substances. 7. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. 8. Do not burn or bury rubbish and waste materials on project site. 9. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. 10. Do not dispose of wastes into streams or waterways. C. The Contractor shall be solely responsible for the adequacy of safety precautions during all hours of the construction duration. 1.08 SECURITY A. The Contractor shall, at his own expense, furnish and erect such barriers, fences, lights, and danger signals, and shall take such other precautionary measures for the security and protection of persons, existing facility, owner's operations and the works as may be necessary to protect the project from unauthorized entry, vandalism, or theft. B. The Contractor will be held responsible for all damage to the work due to failure of barricades, fences, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own expense. C. The Contractor's responsibility for maintenance of barricades, fences, signs, and lights shall not cease until the day the Contractor receives the City's certificate of acceptance of the project. D. All safety measures shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. E. Coordinate with Owner's security program. F. Visitor access to the site shall only be gained through an employee of the Public Works Department. The Contractor shall provide adequate signs to direct visitors at the site G. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project is restricted to the area within the legal description of the site unless the Contractor makes arrangements to use additional space. PS #10 RESERVOIR 01510-3 8/27/2003 1.09 SITE PROTECTION A. The Contractor shall protect utilities, trees, shrubbery fences, poles, sidewalks, curbs and all other property and surface structures from damage. B. Whenever work damages streets, lawns, sidewalks, parking areas, curbs or other finished surfaces, replace such surfaces with material to match existing surfaces as approved by Owner's Representative, including reinforcing steel where required. C. Whenever work damages existing grassed areas, Contractor shall install sod or seed to match existing as directed by specifications. D. The Contractor shall restore any items that are distributed at his own expense. 1.10 UNDERGROUND AND OVERHEAD UTILITIES AND STRUCTURE A. The Contractor will be required to locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. B. The Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for a short period of time provided the Contractor obtains permission from the Owner's Representative and from the owner of the premises being served by the utility. C. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines, which are authorized to be cut, shall be at the Contractor's own expense, and as directed by an official representative of the utility company involved. D. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. The cost of supporting utility lines shall be included in the unit price bid for the project. E. The proper utility company without expense to the Owner shall do any permanent relocation of existing utility lines. F. Where pipes, conduits, or concrete curbs or gutters are encountered, the cost of tunneling shall be included as a part of the cost of the pipeline. PS #10 RESERVOIR 01510-4 8/27/2003 i' �a 1.11 PROTECTION OF EXISTING UNDERGROUND UTILITIES A. The Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. B. If required, the Contractor shall excavate and locate existing underground utilities ahead of trench excavation in order that necessity for grade changes may be ascertained in advance. C. The Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on his part. Hand excavation shall be used where necessary. D. The Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. 1.12 SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Do not discharge into the City sanitary sewer system. Contractor to provide and maintain required facilities and enclosures. B. The Contractor shall provide chemical toilet facilities for all workers. C. The chemical toilet(s) shall be completely enclosed, shall be neat and clean in appearance, and shall be located as directed by the Owner's Representative. D. The chemical toilet(s) shall be removed from the site promptly at the completion of the work, and the area cleaned. 1.13 TRASH RECEPTACLE A. The Contractor shall provide a trash receptacle for all debris resulting from the work of this Contract. B. The receptacle shall be placed in a location approved by the Owner's Representative. C. The receptacle shall be promptly removed at the completion of the project, and the grounds shall be reconditioned and cleaned. PS #10 RESERVOIR 01510-5 8/27/2003 1.14 PARKING LOT FOR CONSTRUCTION VEHICLES A. Employees of the Contractor, his subcontractors or material suppliers shall park in the existing parting lot only if space is available or along Memphis Avenue. B. Contractor will be permitted a minimum of two (2) parking spaces, adjacent to the construction site. Nothing in this requirement is intended to abrogate the Contractor's regulation of employee parking, service, vehicles and construction equipment within the contract limits. C. All individuals operating a vehicle on property owned and operated by City of Lubbock shall comply with the Traffic and Parking Regulation for the City. 1.15 PROTECTION OF SITE A. Contractor shall furnish measures for protection of public, workmen and property, including structural engineering, maintenance and operations of such facilities. 1.16 SCAFFOLDING, BARRICADES, ENCLOSURES A. The Contractor shall furnish, erect and maintain for the duration of the work as required, all scaffold, runways, guard rails, platforms and similar temporary construction as may be necessary for the performance of the Contract. Such facilities shall be of type and arrangement as is required for their specific use and shall comply with all applicable laws and regulations of the Occupational Safety and Health Act. B. The Contractor shall provide, install and maintain for the duration of the work all necessary solid barricades, warning signs and signals, and shall take all other precautions to safeguard persons, adjoining property, including improvements thereon, against injuries and damages of every nature whatsoever. C. Parts and structures and other work in place that are subject to injury because of the operations being carried on adjacent thereto, shall be covered, boarded up or substantially enclosed with adequate protection. D. Temporary enclosures, both dust proof and sound treated, shall be provided whenever Owner's existing operation requires such separation from construction dirt and noise. PS #10 RESERVOIR 01510-6 8/27/2003 is 1.17 GUARDRAILS AND BARRICADES A. Provide guardrails, handrails, and covers for roof and wall openings and for stairways installed or constructed by the Contractor's forces. B. If movement of these protective facilities is required to perform work, it will be the responsibility of the Contractor to replace the said protections in a satisfactory manner. C. Provide all barricades required to protect all natural resources and site improvements. D. The Contractor shall not close or obstruct roadways, sidewalks, or fire hydrants without the permission of the Owner's Representative. 1.18 STAIRS, LADDERS, HOISTS, ETC. A. Provide temporary stairs, scaffolding and ladders as may be required for the use of all workmen and inspectors. B. Install and operate such materials hoists as may be necessary to properly and expeditiously perform the work. 1.19 TREE AND PLANT PROTECTION A. Scope: Provide complete protection and maintenance of existing trees and shrubs designated to remain within construction limits. B. Coordination: Coordinate protection of existing trees with other trades so as to prevent damage to trees. C. Payment for Damages: If existing trees are destroyed, killed or badly damaged as a result of construction operations, Contract sum will be reduced by the amount of assessed damages. Damages will be evaluated by Owner's Representative, using International Shade Tree Conference Standards and following formula: measurement of a cross section of tree trunk will be made at a point 2 feet above existing grade level to determine the diameter inches. Assessment for damage will be replacement cost of tree including removal of the dead tree and installation of the new one. D. Materials: Tree Protection lumber dimensions shall be 4 x 4 and 2x 4 sizes. E. Protection: Protect existing trees and shrubs within construction limits from the following damage: PS #10 RESERVOIR 01510-7 8/27/2003 �_J 1. Compaction of root area by equipment, vehicles or material storage. 2. Trunk damage by moving equipment, material storage, nailing or bolting. 3. Strangling by tying ropes or guy wires to trunks or large branches. 4. Poisoning by pouring solvents, gas, paint or other chemicals on or around trees and roots. 5. Damage of branches by improper pruning. 6. Drought from failure to water or by cutting or changing normal drainage pattern past roots. 7. Changes of soil pH factor by disposal of lime base materials such as concrete or plaster. 8. Do not cut roots 1-1/2 in diameter or over. 9. The Contractor shall notify the Owner's Representative when excavation and earthwork within drip line must occur. 10. When testing is to be conducted. F. Install barricade protection around trees and shrubs, constructed of 4 x 4 posts and 2 x 4 stringers top and bottom. Install protection prior to demolition or excavation operations. Leave protection in place until construction operations are essentially complete. G. Maintenance: 1. Water trees and shrubs within construction limits as required to maintain their health during course of construction operations. 2. Owner will perform pruning. 1.20 YARD REPAIRS A. Where compaction of the soil has occurred in turf or other plant material areas within the area of construction, the areas shall be rejuvenated by deep cultivation of the compacted soil. After completion of the construction, the Contractor shall scarify the construction site within the established construction limits. Scarifying shall be to a minimum depth of eight (8) to ten (10) inches except within a thirty-foot radius of trees where scarifying shall be a maximum of six (6) inches in depth. The surface shall be tilled to a depth of four (4) to six (6) inches, hand raked to remove any material greater than three-quarter (3/4) inch in diameter, and reshaped to prepare a suitable seedbed. The Contractor shall furnish and install either Bermuda grass sod or Bermuda grass see to the rejuvenated area, depending on the season. Seeding will be allowed only between May 1 and August 1. B. Bermuda grass sod shall be supplied by a reputable turf grower and placed the same day of cutting by the supplier. Sod shall be laid solid and PS #10 RESERVOIR 01510-8 8/27/2003 thoroughly rolled with a smooth steel roller of sufficient weight to insure a firm, level surface. If necessary, a top dressing of fine, clean, brick sand shall be applied to effect a smooth even finish. Finished grade of grass shall be flush with existing walkways. Contractor shall thoroughly water grass immediately following installation and not less than twice per week until final acceptance. C. Bermuda grass seed shall be of 98% purity and 95% germination, applied at the rate of two (2) pounds per 1000 square feet. The seedbed shall be cultivated sufficiently to reduce the soil to a state where the soil particles on the surface are small enough and lie closely enough together to prevent the seed from being covered to deep for optimum germination. The cross section previously established shall be maintained throughout the process of cultivation and any necessary reshaping shall be done prior to any planting of seed. The seed shall be uniformly distributed over the area. If sowing seed by hand rather, than by mechanical methods, the seed shall be sown in two directions or right angles to each other. If mechanical equipment is used, the seed shall be applied at the specified rate. Distributed grass seed shall be covered lightly by hand raking or by dragging with a brush or mat in two directions. Firm the seeded area with a light empty roller (30 lb.) or cultipacker. When rolling, soil should not be pushed by the roller or scuffed when turning. Seeded areas should be kept moist until well established. Once seeds have begun to germinate they must not be allowed to dry out and die. Avoid saturating the soil light applications of water should be made several times daily, if necessary, to insure that the surface one-half (1/2) inch of soils is moist at all times. Finished grade of grass shall be flush with existing walkways. 1.21 ROOF DRAINAGE A. Provide temporary means of draining roofs where required. 1.22 FIRE A. The Contractor shall take precautions to prevent fires and to facilitate fire- fighting operations. B. In all areas, post signs and enforce no smoking rules. C. Restrict storage of materials inside building to fireproof areas. D. The Contractor shall carefully supervise the operation of potential fire sources including heating units. Do not store gasoline, oil or other volatile liquids in the building. Bring small quantities into the building only as needed. E. Provide metal canisters, with covers, for storage of paint oil or contaminated waste materials. PS #10 RESERVOIR 01510-9 8/27/2003 _x F. Flammable waste shall be removed from the site regularly. G. Keep temporary and permanent fire fighting facilities readily accessible and keep fire fighting routes open. H. Do not operate bitumen kettles inside the building. I. Conduct welding or torch cutting operations only in incombustible areas. Take adequate precautions to prevent sparks form dropping on combustible materials. Keep a safetyman with a fire extinguisher readily available at all times. 1.23 NOISE A. Do not use tools or equipment that produce harmful levels of noise. Do not use noise -making tools or equipment between 7 p.m. and 7 a.m. on weekdays, 7 p.m. to 8 a.m., Saturdays and Sundays, and all day on major holidays. 1.24 PREVENT ACCIDENTS A. The Contractor shall keep the site and adjacent public areas free of hazardous and unsanitary conditions and public nuisances. B. The Contractor shall keep public streets free of debris due to this work and shall provide adequate traffic control by means of signs, signals, and flagmen as deemed necessary by the Owner's Representative. The Contractor shall take precautions to prevent accidents due to physical hazards by provide barricades, warning lights, or signs as required to inform personnel and the public of the hazard being protected against. The placement of safety barricades shall comply with the most current standard regulations. The Contractor shall provide temporary walkways where walking surfaces are hazardous and shall notify the Owner before beginning any work that involves hazardous operations. 1.25 POLLUTION PREVENTION A. The Contractor shall take care to prevent pollutants of the air, water, and soil from being released. The Contractor shall comply with current EPA regulations and is responsible for limiting effluent and rainwater runoff into local waterways. The disposal of effluent or rainwater by means of sewers is not lawful and the Contractor shall provide alternative methods of disposal. Do not dump any contaminants on the job site. 1.26 PROJECT IDENTIFICATION A. Project Signs: Do not install, or allow installation of signs unless pre - approved by Owner. PS #10 RESERVOIR 01510-10 8/27/2003 PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. END OF SECTION PS #10 RESERVOIR 01510-11 8/27/2003 SECTION 01610 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 BASIC REQUIREMENTS A. All materials shall be subject to the approval of the Owner's Representative before being used. B. The Contractor is required to obtain materials of each type same source for the entire project. C. Prepare a complete schedule of major products used, including the following for each product. 1. Manufacturer's name. 2. Brand or trade name. 3. Model number, if applicable. 4. Reference standard, if more than one is applicable. D. On minor items a certificate from the manufacturer may be required, certifying that the material or equipment meets the specifications for such material as specified herein. E. Arrange products in the schedule by specification sections; indicate paragraph where specified. F. Prepare and submit a preliminary schedule within 30 days after award of contract; resubmit when revised; submit final schedule prior to final payment- G. Schedule of products shall not be used to obtain approval of substitute products. The Contractor shall make a separate request for product substitution. 1.02 MATERIAL TESTING A. Laboratory tests and inspections specified or required of material and finish articles incorporated in the work shall be made by bureaus, laboratories or agencies approved by the Owner's Representative. Reports will be submitted to the Owner's Representative or distributed as established at the pre -construction conference. PS #10 RESERVOIR 01610-1 8/27/2003 1.03 B. Contractor shall furnish promptly, without additional charge, all reasonable facilities, labor and materials necessary for safe, convenient inspection and test required by the Owner's Representative. Inspection and tests will be performed in a manner not to delay work unnecessarily. Contractor will be charged with cost of extra inspection when material or work is not ready at time inspection is required. C. Test samples as Owner's Representative may deem necessary shall be procured from material or equipment delivered for use in the work. If any test sample fails to meet specification requirements: Previous approval may be withdrawn and such material or equipment may be subject to removal and replacement by Contractor at his expense with material or equipment meeting specification requirement. D. Owner's Representative may refuse consideration of further samples of same brand of make for testing. In any case, Owner will not pay cost of any additional test of material for same usage; should second sample of same or like material also fail test, Contractor shall bear cost of further testing as required until Owner's Representative's approval is granted. E. At Owner's discretion, defective material and equipment may be permitted to remain in place subject to adjustment of contract price. PRODUCT SUBSTITUTION PROCEDURE A. The Owner's Representative will be notified about a substitution request in writing within a reasonable time; verbal acceptance of the substitution will not be valid. B. Acceptable substitutions will be added to the contract documents by appropriate notification. C. Submission of request for substitution shall constitute a representation that the Contractor making the request: 1. Has investigated the proposed product and determined that it is equal to or better than the specified product. Absence of an explicit comparison of any characteristic of the proposed product to the specified product shall constitute a representation that the proposed product is equal to or better than the specified product with regard to that characteristic. 2. Will provide the same warranty for the proposed product as for the specified product. 3. Will coordinate the installation and make other changes, which may be required for the work to be complete in all respects, PS #10 RESERVOIR 01610-2 8/27/2003 including redesign and additional components and capacity required by other work affected by the change. 4. Waives all claims for additional costs and time extensions which subsequently may become apparent and which are caused by the change. 5. Will reimburse the Owner for additional costs for evaluation of the substitution request, redesign if required, and reapproved by authorities having jurisdiction if required. 6. Substitutions will not be considered when acceptance would require substantial revision of the contract documents. 7. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals without separate written request. 8. Substitution requests will not be considered when submitted directly by subcontractor or supplier. SUBSTITUTION REQUEST PROCEDURE A. Submit written request with complete data substantiating compliance of the proposed product with the requirements of the contract documents. 1. Submit request at least 21 days prior to the date when the specified product needs to be ordered. 2. Submit a request to the Owner. 3. Submit five (5) copies of each request and accompanying data. 4. Submit all requests on a standard form. 5. Only one request for substitutions will be considered for each product. 6. Provide at least the following data: a. Identify product by specification section and paragraph number. b. Manufacturer's name and address, trade name and model number of product (if applicable), and name of fabricator or supplier (if applicable). C. Complete product data. d. An itemized comparison of the proposed product to the specified product. e. Net amount of change to the contract sum. f. List of maintenance services and replacement materials available. g. Statement of the effect of the substitution on the construction schedule. h. Description of changes that will be required in other work or products if the substitute product is approved. PS #10 RESERVOIR 01610-3 8/27/2003 i B. The Owner's Representative will determine acceptability of the proposed substitution. C. When the proposed substitution is not accepted, the Contractor shall be required to provide the product (or one of the products, as the case may be) specified. 1.05 PRODUCT DELIVERY REQUIREMENTS A. Materials of each type shall be obtained from same source for the entire project. B. Require suppliers to package finished products in a manner, which will protect the material from damage during shipping, handling, and storage. C. Transport products by methods, which will avoid any damage. The products and materials shall be delivered in dry, undamaged condition and in the manufacturer's unopened packaging. D. The Contractor shall arrange deliveries of products to allow time for their inspection prior to installation. E. Coordinate the delivery of products and materials to avoid conflict with the work and to take into account both the conditions at the site and the availability of personnel, handling equipment, and storage space. F. Clearly mark partial deliveries to identify contents, to permit easy accumulation of entire delivery, and to facilitate assembly. G. Promptly inspect shipments and remedy any damages, incorrect quantity, incompleteness, improper or illegible labeling, and noncompliance with requirements of contract documents and approved submittals. H. Reinforcement material shall be delivered to project site bundled and tagged with metal tags indicating bar size, lengths, and other data corresponding to information shown on placement drawings. 1.06 PRODUCT HANDLING REQUIREMENTS A. Provide adequate equipment and personnel to handle products by methods that prevent damage. B. The Contractor shall provide, where necessary additional protection to products and materials during handling to prevent damage. PS #10 RESERVOIR 01610-4 8/27/2003 �_a C. The Contractor is responsible for lifting large and heavy components at designated lift points only. D. Only hand -operated equipment may be placed on the existing roof for material moving or construction. 1.07 PRODUCT STORAGE REQUIREMENTS A. No indoor storage areas are available on site, and no off -site storage will be approved. B. Store products immediately on delivery and in accordance with manufacturer's instructions, with seals and labels intact and legible. Store in a manner to prevent damage to the stored products and to work. Store moisture -sensitive products in weather tight enclosures. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. Arrange storage to provide access for inspection and inventory. Periodically inspect for noncompliance with required conditions and product damage and remedy. C. Cover products subject to weather damage with impervious sheet covering; provide ventilation to avoid condensation. Provide surface drainage to prevent ponding or runoff water from damaging stored products. Prevent damage and contamination from refuse and chemically injurious materials and liquids. Store fabricated products on substantial platforms, blocking, or skids above the ground, sloped to drain. D. Reinforcement materials shall be stored at the site to prevent damage and accumulation of dirt or rust. E. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. F. The Contractor shall provide secure storage for materials stored on site for which the Owner has made payment. G. The Contractor shall secure completed work as required to prevent loss. 1.08 LABELS A. Manufacturers or trade names together with model or serial designations, grade markings, fire ratings, etc., will be permitted and are required on certain components of the work. B. These items shall be placed in concealed, but accessible locations, and absolutely no labels advertising any manufacturer or trade name will be PS #10 RESERVOIR 01610-5 8/27/2003 permitted on exposed portions of components without written authorization from the Owner's Representative. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION PS #10 RESERVOIR 01610-6 8/27/2003 SECTION 01710 EXECUTION REQUIREMENTS PART 1 GENERAL 1.01 EXAMINATION A. The Contractor shall prior to performing work; examine the applicable substrates and the conditions under which the work is to be performed. B. The Contractor shall take corrective action before proceeding if unsafe or otherwise unsatisfactory conditions are encountered. C. The Contractor shall not be allowed to make extra work claims for conditions that could have been discovered by examination. The Contractor shall in particular verify the following: 1. Underground utilities. 2. Other underground construction. 3. Location and invert elevation of points of connection to piped utilities. D. The Contractor shall verify that utility requirements of operating equipment are compatible with building utilities and that space requirements of items are shown diagrammatically on the drawings. 1.02 PREPARATION A. It shall be the responsibility of the Contractor to construct the work to the position and elevations as set out on the plans and approved changes. The Owner's Representative will furnish the Contractor control points for determining lines and grades. B. From the control points established by the Owner's Representative, the Contractor shall establish and be responsible for the correctness of alignment, elevation and position of all construction required by the contract. The Contractor shall provide a qualified and experienced work force to perform this work. The Owner's Representative should be informed in advance of the time and place the Contractor intends to work, in order that measurements may be made as necessary for the record and for determination of pay quantities. PS #10 RESERVOIR 01710-1 8/27/2003 1.03 PROTECTION OF ADJACENT CONSTRUCTION A. The Contractor will be required to contact Dig Tess (800-344-8377) to locate all utility lines, including customer service lines, far enough in advance to make proper provisions for protecting them. The Contractor shall .notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. The Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on his part. B. The Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time provided the Contractor obtains permission from the owner's Representative and from the Owner of the premises being served by the utility. C. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. The cost of supporting utility lines shall be included in the unit price bid for the project. D. The proper utility company without expense to the Contractor shall do any permanent relocation of existing utility lines. E. Where pipes, conduits, or concrete curbs or gutters are encountered, the cost of tunneling shall be included as a part of the cost of the pipeline. F. The Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. If required, the Contractor shall excavate and locate existing underground utilities ahead of trench excavation in order that necessity for grade changes may be ascertained in advance. G. Hand excavation shall be used where necessary. The Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. H. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines, which are authorized to be cut, shall be at the Contractor's PS #10 RESERVOIR 01710-2 8/27/2003 1.04 own expense, and as directed by an official representative of the utility company involved. SURVEYING AND CONSTRUCTION STAKES A. It shall be the responsibility of the Contractor to construct the work to the position and elevations as set out on the plans and approved changes. B. The Owner's Representative will furnish the Contractor control points for determining lines and grades. C. From the control points established by the Owner's Representative, the Contractor shall establish and be responsible for the correctness of alignment, elevation and position of all construction required by the contract. The Contractor shall provide a qualified and experienced work force to perform this work. The Owner's Representative should be informed in advance of the time and place the contractor intends to work, in order that measurements may be made as necessary for the record and for determination of pay quantities. The Owner's Representative may, at his option, make spot or complete checks on all construction alignment and grades to determine the accuracy of the Contractor's survey work. D. These checks, however, will not relieve the Contractor of his responsibility of constructing the work to the positions and elevations as shown on the plans or approved changes. Computations, sketches and other drawings used in the design and layout of this project will be made available to the Contractor, but these items will not relieve the Contractor of his responsibility as set out above. E. The Contractor shall furnish, at his own expense, all stakes and other materials necessary to preserve control points for alignment and grade. F. The Owner's Representative will hold the Contractor responsible for the preservation of all control points established. If in the opinion of the Owner's Representative any of the stakes or bench marks have been carelessly or willfully destroyed or disturbed by the Contractor they shall be replaced by the Contractor. Or the cost of replacing them will be charged to the Contractor and deducted from the final payment of the work. G. No direct payment will be made for this work, but the cost of all labor, equipment and supplies necessary to perform the work shall be included in the contract unit prices bid for the various contract items. PS #10 RESERVOIR 01710-3 8/27/2003 1.05 EXECUTION A. Accurately locate the work and components of the work; make vertical work plumb; horizontal work level. B. See sections describing specific parts of the work for additional requirements. C. Where space is limited, install components to maximize space available for maintenance and to maximize ease of removal for replacement. D. In finished areas, conceal pipes, ducts and wiring within the construction, unless otherwise indicated. E. Coordinate exact locations of fixtures and outlets with finish elements. F. Install work in such manner and sequence as to preclude, if possible, or at least to minimize cutting and patching. 1.06 MANUFACTURER'S DIRECTIONS A. All manufactured articles, materials and equipment shall be applied, installed, connected, erected, secured, used, cleaned and put in operation as recommended, directed or specified by the manufacturer. B. Where work is specified to be in accordance with product manufacturer's directions, the Contractor shall procure such information in sufficient quantities to supply all involved parties. 1.07 FINAL CLEANUP A. The Contractor shall clean up the site within three (3) days after completion of any Sub -Unit of the construction. This will include removing all rubbish and temporary structures from the construction site. All property, both public and private, damaged during construction shall be restored, and leaving the work site in a neat and presentable condition. The cost of the cleanup shall be included as a part of the total cost of the project. This work shall be before final acceptance of the Sub -Unit will be considered. B. The Contractor shall remove debris from concealed spaces to enclosing the space. C. The Contractor shall keep the site and the work free of waste materials and debris. PS #10 RESERVOIR 01710-4 8/27/2003 D. The Contractor shall remove waste from site frequently enough to prevent significant accumulations of debris. E. The Contractor shall remove waste as necessary to prevent development of health hazards and nuisance odors when the temperature exceeds or is expected to exceed 80 degrees Fahrenheit. F. The Contractor shall keep hazardous and unsanitary materials in containers separate from other waste. G. Clean areas in which work is to be done to level of cleanliness necessary for proper execution of that work. Where dust would impair execution of work, broom and vacuum -clean the entire interior area and keep clean. H. The Contractor shall dispose of debris in a lawful manner. Do not burn or bury debris on the site and do not dispose of volatile wastes in storm or sanitary drains. I. The Contractor shall dispose of debris in a lawful manner. Do not burn or bury debris on the site and do not dispose of volatile wastes in storm or sanitary drains. J. The Contractor shall protect installed work from soiling and damage by providing protective coverings as required. Provide protective coverings for work that may be damaged by subsequent operations. Where heavy abuse is expected, use plywood for protection. Maintain the protection of installed work with protective coverings until substantial completion. 1.08 STARTING AND ADJUSTING A. The Contractor and Owner's Representative shall inspect all work by the Contractor. B. The Contractor shall replace, repair, or adjust any items found during the inspection to be damaged or installed improperly at the Contractor's expense. C. The Owner's Representative shall have the authority to halt construction when, in his opinion, construction is being performed contrary to the specifications or approved plans. D. When any portion of these specifications or approved plans is violated the Chief Engineer of Public Works, by written notice, may order that portion of construction, which is in violation to cease until such violation is corrected. PS #10 RESERVOIR 01710-5 8/27/2003 E. A copy of the order shall be filed with the Contractor's license application for future review. F. If deficiencies are not corrected, performance shall be required of the Contractor Surety. 1.09 PROTECTING INSTALLED CONSTRUCTION A. Conduct construction operations so that no part of the work is subjected to damaging operations or influences that are in excess of those to be expected during normal occupancy conditions. B. Provide temporary supports as required to prevent movement and structural failure. C. Install products only during environmental conditions that will ensure the best possible results. D. The contractor shall be responsible for protecting existing construction elements. E. The Contractor, at the Owner's Representative's discretion, shall replace at his expense. l . Damaged surfaces exposed to view that cannot be repaired without visible evidence of repair. 2. Components that cannot be repaired to proper operating condition. 3. Chipped and broken glass. 4. Scratched transparent materials. 5. Scratched reflective surfaces. F. The Contractor, at the Owner's Representative's discretion, shall repair or replicate at his expense. 1. Components, which do not operate properly. 2. Surfaces exposed to view that cannot be cleaned to original condition. 3. Permanent facilities used during construction. 4. Other deflective work. -- G. The Contractor shall use the appropriate repair method approved by the Owner's Representative: 1. Replacing parts. 2. Refinishing. i_ PS #10 RESERVOIR 01710-6 8/27/2003 3. Touching up with matching materials. 4. Proper adjustment of equipment. 5. When it is necessary to deviate from the contract documents in order to accomplish corrective action the Contractor shall submit a field correction request. Field correction request must be approved in writing before any action is taken. 6. Restore permanent facilities used during construction to specified condition. 1.10 CLOSEOUT PROCEDURES A. A representative from the Contractor and each Sub -Contractor shall be present and shall be prepared to assist the Owner's Representative in performing the inspection. This shall include the operation of all equipment items, the removal of inspection panels/doors (as requested), etc. B. An inspection report describing incomplete/or unacceptable work will be prepared. This will be reviewed with the Contractor at the project site. C. After the incomplete or unacceptable work is 100% corrected the Contractor shall so certify in writing to the Owner's Representative. D. Final Inspection by the Owner's Representative will be made only after the Contractor certifies in writing that the work is 100% complete. 1.11 CLOSEOUT SUBMITTALS A. After the final inspection and clean up and before final payment can be made the Contractor will be required to fill out a "Contractors Affidavit on Closing Job" stating that all sub -contractors and material suppliers have been paid in full. B. The Contractor shall turn in a project record document showing accurate recorded locations of any capped utilities, subsurface obstructions, and or any new installation locations. C. The contractor shall be required to turn in a final site survey. D. The contractor shall submit a bound copy for each system installed under this contract. This shall include but not be limited to: l . A description and location of the system 2. All inspection data 3. Maintenance contracts 4. Product warranties PS #10 RESERVOIR 01710-7 8/27/2003 5. 6. 7. 8. 9. 10. PART 2 PRODUCTS NOT USED Maintenance data Maintenance materials Spare parts Operations data Operations manual Preventive maintenance instructions PART 3 EXECUTION NOT USED END OF SECTION PS #10 RESERVOIR 01710-8 8/27/2003 SECTION 02220 BUILDING DEMOLITION 1.01 REGULATORY REQUIREMENTS A. The Contractor shall conform to applicable codes for demolition of structures, safety of adjacent structures, dust control, runoff control, and disposal. 1.02 PREPARATION A. The Contractor shall protect existing structures, landscaping materials, trees, and appurtenances that are not to be demolished. B. The Contractor shall prevent movement or settlement of adjacent structures and provide temporary bracing and shoring as needed. C. The Contractor shall mark the location of all utilities. D. The Contractor is responsible for any damages that may occur to the existing structures, landscaping materials, trees, utilities, and appurtenances. 1.03 DEMOLITION REQUIREMENTS A. Prior to beginning demolition, a detailed inspection existing structures, landscaping materials, trees, and appurtenances will be made by the contractor and the Owner's Representative. B. The Contractor shall conduct demolition in a manner that protects the existing structures to remain. C. The Contractor shall cease operations immediately if remaining or adjacent structures or underground utilities appear to be in danger. Notify the Owner's Representative immediately. Do not resume operations until directed. D. The Contractor shall conduct operations with minimum interference to public or private access. Maintain egress and access from adjacent structures at all times. E. The Contractor shall obtain written permission from the adjacent property Owners when demolition equipment will traverse, infringe upon or limit access to their property. PS #10 RESERVOIR 02220-1 8/27/2003 F. The Contractor shall sprinkle work with water to minimize the dust. The Owner shall make water connections available. G. The Contractor shall dispose of all demolished material at the proper facility, and at the Contractor's expense. Disposal shall be documented. A certificate from the Contractor may be required, certifying that the demolition and disposal of materials meets the specifications. All demolition and disposal methods shall be subject to the approval of the Owner's Representative before being used. 1.04 DEMOLITION A. The Contractor shall disconnect, remove or cap any designated utilities within the demolition area(s). B. The Contractor shall continuously clean up and remove the demolished materials from site to an approved disposal site. Do not allow the materials to accumulate on the site. C. The Contractor shall not burn or bury materials on site. The Contractor must leave the site in clean a condition. D. The Owner's Representative shall inspect all demolition work and shall have the authority to halt demolition when, in his opinion, demolition is being performed contrary to these specifications or approved plans. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION L II S, PS #10 RESERVOIR 02220-2 8/27/2003 SECTION 02315 EARTHWORK REQUIREMENTS PART 1 GENERAL 1.01 DESCRIPTION OF WORK A. The earthwork required for this project shall include preparation of subgrade for reservoir slab(s) is included as part of this work and backfill of existing hole after removal of the existing reservoir. B. Grading of the site shall be done in such a manner as to insure that water runoff occurs with no ponding. C. Geotechnical soil information, subsurface conditions, design recommendations and construction recommendations shall be found in the geotechnical report included with these specifications and shall override any portion of this section. 1.02 SUBMITTALS A. Test Reports: Submit the following reports as specified from the testing services: l . Test reports on existing or borrow material for each type of soil encountered. a. Atterberg Limits b. Linear Shrinkage C. Optimum moisture/maximum dry density curve 2. Field density test reports of subgrades and compacted fills. Reports shall indicate soil type or change of soil if any other is used. 1.03 JOB CONDITIONS A. Site Information: A subsurface soils investigation at the site has been performed and will be included with these specifications. PART 2 PROUCUTS 2.01 SOIL MATERIALS A. Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, GM, GC, SC, CL, SM, SW and SP. PS #10 RESERVOIR 02315-1 8/27/2003 B. Unsatisfactory soil material are defined as those complying with ASTM D 2487 soil classification groups CH, ML, MH, OL, OH, and PT. C. Sub -base Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, crushed slag, natural or crushed sand. D. Topsoil shall be fertile, natural soil of loamy character, free of clay lumps, stones and debris. E. Backfill and Fill Material: Satisfactory soil materials free of clay, rock or gravel larger than 2" in any dimension, debris, waste, frozen materials, vegetable and other deleterious matter. Fill materials shall have a liquid limit between 4 and 30 and the plasticity index shall be between 4 and 12. PART 3 EXECUTION 3.01 EXCAVATION A. All excavation shall extend to a minimum depth of 24 inches below the bearing elevation. B. Excavation consists of removal and disposal of material encountered when establishing required finish grade elevations. C. Earth excavation includes removal and disposal of pavements and other obstructions visible on ground surface, underground structures and utilities indicated to be demolished and removed, material of any classification indicated in data on subsurface conditions, and other materials encountered that are not classified as unauthorized excavation. D. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Owner's Representative. Unauthorized excavation, as well as remedial work directed by Owner's Representative, shall be at Contractor's _ expense. E. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required elevation. Lean concrete fill may be used to bring elevation to proper position, when acceptable to Owner's Representative. F. Elsewhere, backfill and compact unauthorized excavation as specified for authorization excavations of same classification, unless otherwise directed by Owner's Representative. PS #10 RESERVOIR 02315-2 8/27/2003 G. Additional Excavation: When excavation had reached required subgrade elevations, notify Owner's Representative who will make an inspection of conditions. 1. If unsuitable bearing materials are encountered at required subgrade elevations deeper and replace excavated material as directed by Owner's Representative. 2. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to change in work. H. Stability of Excavation 1. Excavation slopes to be designed in compliance with current OSHA regulations and all state and local safety requirements. 2. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated designed in compliance with current OSHA regulations and all state and local safety requirements. 3. Maintain sides and slopes of excavation in safe conditions until completion of back filling. I. Material Storage: Stockpile satisfactory excavated materials where directed until required backfill or fill. Place grade and shape stockpiles for proper drainage. J. r 1. Locate and retain soil materials away from edge of excavations. 2. Dispose of excess soil material and waste as herein specified. Excavation for Structures 1. Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 foot, and extending a sufficient distance form footing and foundations to permit placing and removal of concrete formwork, installation of services, other construction, and for inspection. 2. In excavating for footing and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive other work. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35 degrees F. (1 degree C.) PS #10 RESERVOIR 02315-3 8/27/2003 3.02 COMPACTION A. General: Control soil compaction during construction providing minimum percentage of density specified for each area classification. B. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentages of maximum dry density for soils which exhibit a well-defined moisture -density relationship determined in accordance with ASTM D 698 (Standard Proctor); and not less than the following percentages of relative density, determined in accordance with ASTM D 4253 and D4254, for soils which will not exhibit a well-defined moisture -density relationship. 1. Structures: Compact top 12" of subgrade and each layer of backfill or fill material at 95% maximum dry density or 70% relative dry density. 2. Open: Compact top 12" of subgrade and each layer of backfill or fill material at 90% maximum dry density or 70% relative dry density. 3. Other: 90% maximum dry density or 70% relative dry density. C. Moisture Control: Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface or subgrade, or layer, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. 1. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. 2. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by dicing, harrowing or pulverizing until moisture content is reduced to a satisfactory value. 3.03 BACKFILL AND FILL A. General: Place acceptable soil material in layers to required subgrade elevations, for each area classification listed below. 1. In excavations, used satisfactory excavated or borrow material. 2. Under building slabs, used satisfactory borrow material. B. Backfill excavations as promptly as work permits, but not until completion of the following: PS #10 RESERVOIR 02315-4 8/27/2003 1. Acceptance of construction below finish grade including, where applicable, damp proofing, waterproofing, and perimeter insulation. 2. Inspection, testing, approval, and recording locations of 3. underground utilities. Removal of concrete formwork. 4. Removal of trash and debris. -' 5. Ground Surface Preparation. 6. Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious material will bond with existing 7. surface. When has density less existing ground surface a than that specified under "Compaction" for particular area classification, break up ground surface, pulverize, moisture -condition to optimum moisture content, and compact to require depth and percentage of maximum density. C. Placement and Compaction 1. Place backfill and fill material in layers not more than 6" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand - operated tampers. 2. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to required percentage of maximum dry density or relative dry density for each area classification. Do not place backfill of fill material on surfaces that are muddy, frozen, or contain frost or ice. 3. Place backfill and fill materials evenly adjacent to structures, to required elevations. Take care to prevent wedging action of backfill against structures by carrying material uniformly around structure to approximately same elevation in each lift. 4. Topsoil shall be a minimum one foot in depth after final grading 3.04 GRADING A. General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are shown, or between such points and existing grades. B. Grading Outside Building Lines: grade areas adjacent to building lines to drain away from structures and to prevent ponding. C. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of voids, compacted as specified and to require elevation. Provide PS #10 RESERVOIR 02315-5 8/27/2003 h. final grades within a tolerance of 1 % " when tested with a 10 foot straightedge. D. Compaction: After grading compact sub -grade surfaces to the depth and percentages of maximum density for each area classification. 3.05 FIELD QUALITY CONTROL A. Quality Control Testing During Construction 1. Allow testing service to inspect and approve sub -grades and fill layers before further construction work is performed. 2. Perform field density tests in accordance with ASTM D 1556 (Sand Cone Method) or ASTM D 2167 (Rubber Balloon Method), or ASTM D 2922, (Nuclear Gage Method) as applicable. B. Building Slab Sub -grade C. Make at least one field density test sub -grade for every 2000 sq. ft. of paved area or building slab, but in no case less than 3 tests. In each compacted fill layer, make one field density test for every 2000 sq. ft. of overlaying building slab or paved area, but in no case less than 3 tests. Subsequent layers shall be placed only after the previous compacted layer has been tested and approved by the testing laboratory and Owner's Representative. D. If, in opinion of Owner's Representative, based on testing service reports and inspection, sub -grade or fills, which have been placed, are below specified density. Provide additional compaction and testing at no additional expense to the Owner. 3.06 MAINTENANCE A. Protection of Graded Areas 1. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. 2. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. jB. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations of adverse weather, scarify surface, re -shape, and compact to required density prior to further construction U [' PS #10 RESERVOIR 02315-6 8/27/2003 3.07 DISPOSAL OF EXCESS AND WASTE MATERIALS .A. Removal from Owner's Property 1. Remove waste materials, including unacceptable excavated material, trash and debris, and dispose of it off Owner's property. END OF SECTION PS #10 RESERVOIR 02315-7 8/27/2003 SECTION 02319 TRENCHING AND BACKFILL FOR UTILITY LINES PART 1 GENERAL NOT USED PART 2 MATERIALS NOT USED PART 3 EXECUTION 3.01 SURFACE PREPARATION A. Within easements, cultivated or agricultural areas All vegetation, such as brush, sod, heavy growth or grass or weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and trench side storage shall be stripped and disposed of. Topsoil shall be removed from the area to be excavated and stockpiled, or, the Contractor may elect to import topsoil to replace that lost during excavation. Topsoil shall be removed to a depth of 8 inches, or the full depth of the topsoil, whichever is less. 3.02 TRENCHING A. In order to obtain a true, even grade, the trench shall be fine -graded. The material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed three (3) inches. Where the trench is excavated in excess of three (3) inches below grade, the material shall be compacted to 95% Proctor Density or shall be replaced with bedding material. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of three (3) inches below grade and replaced with bedding material to grade. The grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. B. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches. The trench shall be cut so that the maximum horizontal offset of the trench walls from the bottom to the top of the trench (undercutting) shall be six (6) inches. C. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe and to permit the bottom of the pipe to rest firmly on the bottom of the trench throughout the entire length of the pipe cylinder. D. Trench digging machinery may be used to make the trench excavation except in places where its operation would cause damage to trees, buildings, telegraph lines or other existing structures either above or below �s PS #10 RESERVOIR 02319-1 8/27/2003 ground, in such instances hand methods shall be employed to excavate the trench at no additional cost to the owner. E. Where necessary to prevent caving, the trench shall be adequately braced 1-a and shored. This shall be done in accordance with OSHA 1926.652. The unit price bid per linear foot of pipe shall include the cost of fitrnishing, installing, and removing the bracing and shoring. F. The Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. G. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. rJ H. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trench. 3.03 GRAVEL FOR EMBEDMENT A. Gravel for embedment shall consist of processed natural gravel. The particles shall have irregular surfaces. The material shall be graded within the following limits: Maximum Retained Percent No. 4 Sieve 5-15 No. 10 Sieve 50-90 No. 40 Sieve 90-100 The material shall be sufficiently free from clay, dust, blow sand, caliche or slag so as to prevent shrinkage after jetting and drying. 3.04 BACKFILLING A. All trenches and bell holes for all types of pipe, valves, and fittings regardless of the location shall be backfilled with selected backfill material free from rocks, boulders, or other unsuitable material. B. The backfill material shall be thoroughly compacted with mechanical or hand tamps to midpoint of the pipe. C. In areas other than paved streets backfill to a point twelve (12) inches above the pipe shall be placed by hand and shall be carefully selected material free of rocks, boulders, clods, organic material, or other debris and lightly compacted prior to placing remaining backfill. D. The balance of the backfill may be placed in the ditch by hand or by mechanical equipment. E. No backfill material shall be dropped directly on exposed pipe. PS #10 RESERVOIR 02319-2 8/27/2003 F. Forcing water into the backfill at two (2) feet above the level of compacted material until the water level rises to within eighteen (18) inches of the natural ground surface shall consolidate the backfill. Care shall be taken not to flood the ditch or saturate the pipe embedment. The water shall be forced into the backfill at location not more than ten (10) feet apart. G. Maintenance of Backfilled Trench: After the trench has been backfilled in the above method, the right-of-way shall be cleared of all rocks larger than one and one-half (1-1/2) inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before the Contractor began work. All surplus material shall be loaded and wasted at the Contractor's expense, at a location approved by the Engineer. H. The above shall include all excavated materials and all rocks or hard lumps, which still remain after blading the area, back to the original ground grade. Furrows which tend to gather after blading shall be removed, together with excavated material, which has drifted or otherwise covered private property. I. As the construction work progresses, the contractor will be required to keep the jetting of the backfill and clean up just as close behind the pipe laying and backfilling as possible. J. Following the completion of the backfilling the Contractor shall maintain the trench surfaces, in a satisfactory manner until final completion and acceptance of the work. The maintenance to include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the Owner's Representative and other work required to keep the trench in satisfactory condition. The Contractor shall maintain and be responsible for all cuts until such time as City Of Lubbock accepts them and warrantee them against ditch failure for one year. END OF SECTION PS #10 RESERVOIR 02319-3 8/27/2003 SECTION 02510 WATER SYSTEMS PIPING, FITTINGS AND ACCESSORIES PART1 GENERAL NOT USED PART 2 PRODUCTS 2.01 MATERIALS A. All pipe fittings and appurtenances for water main construction shall be ductile iron, C-900 PVC, or SCRC and be designed for a working pressure of 150 psig. 2.02 DUCTILE IRON PIPE A. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revision: ANSI/AWWA C150/A21.50-81 ANSI/AWWA C I 04/A21.4-80 ANSI/AWWA C151/A21.51-81 All ductile iron pipe shall be cement lined in accordance with AWWA C104-80 (ANSI A21.4) specifications. The external surface shall be coated with an asphalt coating 1 mil thick as specified by AWWA C151/4.3.1. B. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA CI 11-72 (ANSI A21.11) or its latest revision. 2.03 POLYVINYL CHLORIDE (PVC) PIPE A. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C-900 or C-905 specification and shall be pressure class 150 PSI. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. 2.04 STEEL CYLINDER CONCRETE PIPE A. Prestressed Concrete Embedded Cylinder Pipe (PCECP) shall be manufactured in accordance with the latest revision of AWWA C-301. PS #10 RESERVOIR 02510-1 8/28/2003 L B. Pretensioned Concrete Cylinder Pipe (PCCP) shall be manufactured in accordance with the latest revision of AWWA C303-78. C. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi. Longitudinally and helically. D. The joints of the pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. E. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. Portland cement used in the mortar shall conform to "Standard Specifications and Tests for Portland Cement," A.S.T.M. serial designations C150 and C77. Sand for the mortar shall conform to A.S.T.M. designation C33-52T for fine aggregate. The exterior joints on pretensioned concrete cylinder pipe shall be poured with a heavy-duty diaper. The width of the diaper shall be nine (9) inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 2.05 FITTINGS A. Ductile iron and PVC pipe. Furnish ductile iron fittings that meet or exceed the requirements of AWWA C110 and are cement lined and according to AWWA C104 and the external surface shall be coated with an asphalt coating 1 mil thick as specified by AWWA C151/4.3.1. B. Concrete Cylinder (both Prestressed and Pretensioned) pipe. Fittings will be constructed of the same materials and in the same manner as the pipe. Fittings will meet or exceed the requirements of the appropriate AWWA standard. 2.06 PIPE DETECTION A. Provide detection tape made of plastic, blue in color, and a minimum of 4 inches wide and have lettering that states there is a buried water line below standard installation on all pipe installations. B. Provide tracer wire as a standard installation item on all nonferrous water pipe projects. 2.07 JOINT MATERIALS A. Furnish all necessary accessories for completing the joining of the pipe. B. Provide diapers for SCRC pipe. C. Furnish rubber gaskets and gasket lubricant, as appropriate. PS #10 RESERVOIR 02510-2 8/27/2003 t D. Provide sufficient bolts to connect all joints. Provide bolts made of type 304 stainless steel or plated carbon steel. E. Provide gasketed plugs for Steel Cylinder Concrete, PVC and Ductile Iron pipe. 2.08 JOINT RESTRAINTS A. Provide joint restraint connection materials as applicable for Steel Cylinder Concrete, PVC, and ductile iron pipe. B. The joint restraint will meet or exceed the pressure rating of the pipe. C. Joint restraint shall consist of a retainer gland with wedges to engage the pipe surface. Thereby restraining the joint using the friction of the wedge against the pipe. The wedge will be engaged and held in place by a threaded bolt. D. Construct the retainer gland of ductile iron complying with ASTM A536. 2.09 BUTTERFLY VALVES A. Butterfly valves shall conform to AWWA Specifications C504-74 for Class 150-B. B. Valve bodies shall be cast iron and may be either short body or long body lengths. C. The butterfly valves are for direct bury installation and shall be equipped with a 2-inch operating nut and a stainless steel riser. D. The valves shall be designed for positive stop in the closed position. E. The valves shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. F. The valve shall open by turning to the left (counter -clockwise). G. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. 2.10 VALVE BOXES, FRAME AND COVER A. Valve boxes shall be cast iron. The boxes shall be designed to fit over a section of 6" C900 PVC pipe, which will be used, as an extension from the L PS #10 RESERVOIR 02510-3 8/27/2003 i i top of the valve. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base approximately 4" larger in diameter than the outside diameter of the barrel of the box. The cover shall be type No. 70 as manufactured by East Jordan Works or approved equal. PART 3 EXECUTION 3.01 DETAILS OF CONSTRUCTION A. These general and detailed specifications govern the purchase, handling, and installation of various kinds of pipe, construction of installing fittings, valves, and other work required for the construction of the water distribution mains and accessories all as shown on the plans and as called for herein. The Contractor shall furnish all material, equipment, labor and superintendence necessary to complete the construction of all the work as shown on the plans and as called for in these specifications. 3.02 PIPE INSTALLATION A. General: All pipe and accessories shall be handled, laid, jointed, tested for defects and leakage and chlorinated in the manner herein specified. B. Inspection: The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Owner's Representative and the contractor shall remove and replace such defective material. C. Responsibility for Materials: The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. D. Handling Pipe and Accessories: All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading they shall be lifted by hoists or slid or rolled on skid ways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skids shall not be skidded or rolled against pipe already on the ground. E. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. Coated and wrapped pipe shall be handled in such manner that a minimum PS #10 RESERVOIR 02510-4 8/27/2003 _a amount of damage to the coating will result. Damaged coating shall be repaired in a manner satisfactory to the Owner's Representative. F. Pipe shall be placed on the site of the work parallel with the trench alignment and pipe with bell ends shall be placed with the bell ends facing in the direction in which the work will proceed. The pipe, fittings, and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud, and other foreign matter. G. Pipe Laying: l . Alignment and Grade: All pipe shall be laid to the alignment as established on the ground by the Owners representative. Where grade is being maintained, as shown on the plans, the use of batter board or laser beam will be required to fine grade the trench. 2. Whenever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves or where vertical or horizontal curves are shown or permitted, the degree of deflection recommended by the manufacturer of the particular kind of pipe being laid and the degree of deflection shall be approved by the owners representative. 3. Field cuts on concrete pipe shall be made at all points where, in the opinion of the Owners representative, it is necessary to preserve alignment or proper stationing for field connections. Proper care shall be taken to preserve the interior and exterior linings. After the spiral winding has been exposed, the winding shall be tack welded before being cut. In cutting the spiral winding sufficient length shall be allowed to permit a later winding of at least one- half turn on the bell or spigot ring. Where steel cylinder pipe is cut, the work shall be done in such a way as to allow a snug fit with the bell or spigot ring. A continuous weld shall be run on both the inside and the outside of the ring. The free end of the spiral shall then be wrapped around the ring and its end shall be welded to the ring by running a weld along each side of the rod for a distance of at least six inches. The entire cutting operation shall be done under the direction of a representative of the pipe manufacturer. 4. Whenever the deflection in a joint exceeds the maximum deflection recommended by the manufacturer, the Owners representative may require that the joint be welded. Joints on pipe installed in encasement pipe shall be tack welded or completely welded. H. Manner of Handling Pipe and Accessories into Trench: After the trench grade has been completed, all bell holes dug and the grade inspected, the PS #10 RESERVOIR 02510-5 8/27/2003 ri, L pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner as to prevent damage to the material in any way. Under no circumstance shall pipe or accessories be dropped or dumped into the trench. I. Cleaning and Inspection: Before lowering into the trench, the pipe shall be again inspected for defects and cast iron pipe while suspended shall be lightly hammered to detect cracks. Any defective, damaged, or unsound pipe or other incidental materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; and it shall be kept clean by approved means during and after laying. The open end of the pipe in the trench shall be plugged when pipe is not being laid. J. Laying and Jointing Concrete Cylinder Pipe: 1. Just before making the joint, the gasket and the inside surface of the bell shall be lubricated with film of soft vegetable soap compound (flax soap) to facilitate telescoping the joint. The rubber gasket shall be stretched uniformly as it is placed in the spigot groove to insure a uniform volume of rubber around the circumference of the groove. 2. Metal spacers of proper thickness shall be held on the inside shoulder of the bell to provide the proper space between abutting ends of 27 inch and larger pipe. The joint shall be telescoped by pulling directly along the centerline of the pipe so that the spigot enters squarely into the bell. After the spigot has been telescoped into the bell, the bell end of the pipe being laid shall be moved in accordance with the plans to secure proper grade and alignment. After the joint is in place, a thin metal feeler gauge shall be used to check the position of the rubber gasket around the circumference of the joint. 3. After the spigot has been telescoped into the bell, the joint checked and found satisfactory, a burlap wrapper shall be placed around the pipe covering the joint. The burlap -type wrapper shall be hemmed at each edge to allow threading with a steel strap to securely fasten the wrapper around the pipe by means of a stretcher and sealer. The length shall be that required to encircle the pipe, leaving enough space between the ends at the top to allow the cement mortar to be poured. The entire joint shall be poured with cement mortar and rodded or agitated to eliminate voids and settlement. Any joint showing shrinkage or excessive cracking shall be cleaned and remade. In hot weather, additional measure may be required to obtain the best quality of joint, such as additional wet PS #10 RESERVOIR 02510-6 8/27/2003 burlap, curing membrane, or immediate careful and well -controlled backfilling of the joint with damp earth. 4. Where size permits, the inside joint recess shall be filled from the inside with mortar and finished off smooth with the inside of the pipe by hand troweling after the pipe has been backfilled. The inside joint recess on pipe smaller in diameter shall be filled by buttering the bell end with mortar immediately prior to placing the pipe together. After the joint is engaged, the interior of the smaller diameter pipe shall be swabbed to smooth and clean the joints. 5. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. K. Laying and Jointing Ductile Iron Pipe: 1. The gasket seat in the socket, the rubber gasket and the plain end of the pipe to be laid should be wiped clean. After placing a length of pipe in the trench, the plain end of the pipe should be then aligned and started into the socket so that it is in contact with the gasket. Sufficient force then must be exerted on the entering pipe so that the plain end is moved past the gasket and makes contact with the base of the socket. The joint maybe deflected but never to exceed manufacturer's recommendations. 2. Unless otherwise directed, pipe shall be laid with bells facing in the direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Owners representative, face up grade. 3. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or the cement lining. 4. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench over night. At the times when pipe laying is not is progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. 5. No pipe shall be laid in water, or when the trench conditions or weather is unsuitable for such work, except by permission of the Owners representative. L. Laying and Jointing PVC Pipe: 1. The trench bottom should be constructed to provide firm, stable, and uniform support for the full length of the pipe. 2. Bell holes should be provided at each joint to permit proper joint assembly and pipe support. PS #10 RESERVOIR 02510-7 8/27/2003 3. Any part of the trench bottom excavated below grade should be backfilled to grade and should be compacted as required to provide firm pipe support. 4. When an unstable condition is encountered which will provide inadequate pipe support, additional trench depth should be excavated to a depth not less than three inches (Y) below the pipe subgrade over the entire width of the trench and shall be replaced with granular material conforming to specifications for gravel for pipe embedment as stated herein. 5. Such material shall be thoroughly compacted over the entire trench width to the grade established for the bottom of the pipe. 6. Ledge rock, boulders, and large stones should be removed to provide four (4) inches of pipe cushion. 3.03 SETTING VALVES, VALVE BOXES AND FITTINGS A. Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Owner's Representative, and shall be joined to the pipe in the manner heretofore specified for pipe installation. The valves and fittings shall be adequately blocked for thrust with concrete. Valves shall be set vertically and in concrete valve boxes. 3.04 CONCRETE CRADLING AND BLOCKING A. Where concrete cradling is used, the concrete shall conform to the concrete specifications. B. Before placing the concrete, all loose earth shall be removed from the trench. The concrete shall be placed in the trench by the use of chutes extending to within three (3) feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as not to disturb the grade and alignment of the pipe. The concrete shall be of such consistency that is will flow without separation of the aggregates. C. At locations shown on the plans or as directed by the owners representative, the contractor will be required to cradle the pipe or block the fittings. 3.05 ANCHORAGE OF BENDS AND PLUGS, ETC. A. Concrete shall be used for blocking the pipe, plugs, and fittings and shall conform to the concrete specifications. The blocking shall be placed, as directed by the Owner's Representative, between solid ground and the fitting to be anchored: the area of bearing on pipe and on the ground in each instance shall be that required by the Owner's Representative. The blocking shall be so placed that the pipe and fitting joints will be PS #10 RESERVOIR 02510-8 8/27/2003 assessable for repair. The soil bearing value for thrust backing shall be recommended by the pipe manufacturer, and in the absence of such recommendation, the allowable bearing value shall not exceed 3000 lbs. per square foot. 3.06 HYDROSTATIC TESTS A. Pressure During Test: After the pipe has been laid, the line shall be subjected to a hydrostatic pressure test and leakage test. The line shall be tested at 100-psi pressure. B. Duration of Pressure Test: The duration of each pressure test shall be as directed by the owners representative but shall not exceed for (4) hours. C. Procedure: Each valved section of pipe shall be slowly filled with water at the specified test pressure measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the contractor, and the contractor shall furnish all necessary labor for connecting the pump, meter, and gages. The water for filling and making tests on these mains may be obtained at a location designated by the Owner's Representative. No charge will be made for water used for this purpose. D. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at points of highest elevation. After the test, the taps shall be tightly plugged. E. During the time the test pressure is on the pipe, the line shall be carefully checked at regular intervals for breaks or leaks. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. F. Leakage Test: After all defects have been satisfactorily repaired and all visible leaks stopped, a leakage test shall be made on each valved section of the lines to determine the quantity of water lost by leakage. The contractor shall furnish all labor, material, and equipment (except meters) required for making the test. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. No pipe installation will be accepted until or unless the leakage as determined by above test is less than the amount set forth below. PS #10 RESERVOIR 02510-9 8/27/2003 G. If individual sections show leakage greater than the limits specified above, the contractor shall at the Contractor's expense locate and repair the defective joints until the leakage is within the specified allowance. 3.07 STERILIZATION OF PIPE LINES A. The contractor shall furnish all labor, equipment and material necessary for the chlorination of the new pipelines, which shall be sterilized before being placed in service. B. The lines shall be sterilized by the application of the chlorinating agent. The chlorinating agent may be a liquid chlorine, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution -feed device, or other methods approved by the owners representative. C. The chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. D. The water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly, and the rate of application of the chlorinating agent shall be in such proportion of water entering the pipe that the chlorine dose applied to the water entering the line shall be at least 50 parts per million. E. The treated water shall be retained in the pipelines for a period of not less than twenty-four (24) hours. F. Samples shall be taken from the line and will be tested for bacteriologic growth by the City of Lubbock. Samples will be taken twice in a forty- eight (48) hour period not less than twenty-four (24) hours apart. G. The sampling riser shall be located at a location farthest from the point of chlorination. The riser shall be above ground and equipped with a faucet for control of flow during sampling. END OF SECTION PS #10 RESERVOIR 02510-10 8/27/2003 SECTION 03110 CONCRETE FORMS AND ACCESORIES PART 1 GENERAL NOT USED PART 2 MATERIALS 2.01 FORMWORK A. FACING MATERIALS: For unexposed finish concrete any standard form materials that produce structurally sound concrete may be used. B. For exposed finish concrete the materials selected should offer optimum smooth, stain -free final appearance and minimum number of joints. Provide materials with sufficient strength to resist hydrostatic head without bow or deflection in excess of allowable tolerances, and as follows: Overlaid plywood: PS-1 "B-B High Density Concrete Form Overlay," Class I. 2.02 FORMWORK ACCESSORIES A. FORM COATING: Form release agent that will not adversely affect concrete surfaces or prevent subsequent application of concrete coatings. B. METAL TIES: Commercially manufactured types; cone snap ties, taper removable bolt, or other type which will leave no metal closer than 1-1/2 inches from surface of concrete when forms are removed, leaving not more than a 1-inch-diameter hole in concrete surface. C. FILLETS: Wood or plastic fillets for chamfered corners, in maximum lengths possible. PART 3 EXECUTION 3.01 CONCRETE FORM PREPARATION A. GENERAL: Comply with requirements of ACI 301 for formwork, and as herein specified. The contractor is responsible for design, engineering, and construction of formwork, and for its timely removal. B. EARTH FORMS: Hand -trim bottoms and sides of earth forms to profiles indicated on the drawings. Remove loose dirt before placing concrete. PS #10 RESERVOIR 03110-1 8/27/2003 C. DESIGN: Design and fabricate forms for easy removal, without impact, shock, or damage to concrete surfaces or other portions of the work. Design to support all applied loads until concrete is adequately cured, within allowable tolerances and deflection limits. D. CONSTRUCTION: Construct and brace formwork to accurately achieve end results required by contract documents, with all elements properly located and free of distortion. Provide for necessary openings, inserts, anchors, and other features shown or otherwise required. E. JOINTS: Minimize forms and make watertight to prevent leakage of concrete. Align all joints symmetrically at exposed conditions. F. CHAMFERS: Provide chamfered edges and corners at exposed locations, unless specifically indicated otherwise on the drawings. G. PERMANENT OPENINGS: Provide openings to accommodate work of other trades, sized and located accurately. Securely support items built into forms; provide additional bracing at openings and discontinuities in formwork. H. TEMPORARY OPENINGS: Provide temporary openings for cleaning and - inspection in most inconspicuous locations at base of forms, closed with tight -fitting panels designed to minimize appearance of joints in finished concrete work. I. TOLERANCES FOR FORMED SURFACES: Comply with minimum tolerances established in ACI 117, unless more stringent requirements are indicated on the drawings. J. RELEASE AGENT: Provide either form materials with a factory -applied non -absorptive liner or field -applied form coating. If field -applied coating is employed, thoroughly clean and reconditions formwork and reapply coating before each use. Rust on form surfaces is unacceptable. 3.02 REMOVAL OF FORMS AND SUPPORTS A. Provided that concrete has hardened sufficiently that it will not be damaged, forms not actually supporting weight of concrete or weight of soffit forms may be removed after concrete has cured at not less than 50 degrees F for 24 hours. Maintain curing and protection operations after form removal. B. Roof forms must remain in place for 10 days. Immediately upon removal of the forms any honeycombed sections shall be repaired as directed by p the Owner's Representative. END OF SECTION _a PS #10 RESERVOIR 03110-2 8/27/2003 � _n SECTION 03210 CONCRETE REINFORCEMENT PART 1 GENERAL All concrete reinforcement shall conform to ACI 318 and the applicable ASTM Standards PART 2 MATERIALS 2.01 REINFORCING BARS A. Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A 615 and ASTM A 305. B. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. C. Sleeves or wraps shall be indicated on the plans. 2.02 STEEL SHEET DIAPHRAGM A. Steel sheet diaphragms used as impervious membranes in the walls of prestressed cocncrete tanks shall be vertically ribbed with adjacent and opposing channels. The base of the channels shall be wider than the throat, thus providing a mechanical keyway anchorage between the inner and outer concrete or shotcrete. Uncoated steel shall comply with ASTM 366 and have a steel thickness minimum of 0.017 in. Diaphragm sheets shall be contiguous for the full height of the tank. 2.03 PRESTRESSED REINFORCEMENT A. Uncoated prestressing wire and strand shall conform to the requirements of ACI 318. The hard drawn steel wire shall be helically wrapped, maintaining tension by mechanical means and shall conform to all applicable ASTM requirements B. Splices for horzontal prestressed reinforcement shall be ferrous material compatable with the reinforcement and shall develop the full strength of the wire strand. Anchor clamps and other accessories in contact with the prestressing elements may be galvanized, epoxy coated iron or steel. PS #10 RESERVOIR 03210-1 8/28/2003 C. Tendons for vertical prestressed reinfocement of cast in place concrete core walls shall consist of high strength strand or bars conforming to the requirements of ACI 318 and material requirements of ASTM A416 or ASTM A722. Tendon anchorages may be galvanized or epoxy coated for additional corrosion protection. 2.04 WELDED WIRE FABRIC A. Wire mesh shall conform to ASTM A 185, cold -drawn steel, plain 6" X 6"- 10 gauge welded wire fabric, or sized as indicated on plan sheets. 2.05 STEEL CORROSION INHIBITOR A. Temporary corrosion protection of vertical prestressed reinforcement left in the ducts for more than 10 days prior to grouting shall be provided by volatile or vapor -phase inhibitors. These inhibitors are supplied in solid or liquid form that vaporizes and coats the surface of the prestressing streel with a stable organic A. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. C. fJ The quantity of fiber reinforcement used shall be in conformance with manufacturer's recommendations or as directed by the Owner. The minimum physical characteristics on the fiber shall be as follows: 1. Specific Gravity 2. Tensile Strength 3. Length 0.91 70,000 psi to 110,000 psi 3/4 cc Fiber reinforcement may only be used in place of wire mesh and only with the Owners approval. 2.07 ACCESSORIES A. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. B. Chairs shall be made of plastic or steel, and shall be of adequate size to positively hold the reinforcing materials in position. r 3 PS #10 RESERVOIR 03210-2 8/27/2003 C. Tie wires should be black annealed type, 16-1/2 gage or heavier. Bar supports must conform to specifications of CSI "Manual of Standard Practice. Class 1 (plastic protected) at all formed surfaces which will be exposed to weather or Class 2 (stainless steel protected) at all formed surfaces which will be exposed to view but not to weather. Precast concrete blocks of strength equal to or greater than specified strength of concrete or Class 3 supports equipped with sand plates, where concrete will be cast against earth. Concrete masonry units will not be accepted. END OF SECTION PART 3 EXECUTION 3.01 WIRE FABRIC A. Install in maximum lengths possible, lapping adjoining pieces not less than one full mesh. Offset end laps to prevent continuous laps in either direction, and splice laps with tie wire. B. Welding of reinforcement is not permitted. END OF SECTION PS #10 RESERVOIR 03210-3 8/27/2003 SECTION 03310 CAST IN PLACE CONCRETE PART 1 GENERAL NOT USED 2.01 CONCRETE MATERIALS A. Portland Cement shall be Type I and conform to ASTM C 150. B. Fly Ash, Type C or F should be used to conform to ASTM C 618. C. Potable Water meeting ACI 318 D. Class 2M Aggregates should be used to conform to ASTM C 33 standards for Normal weight concrete E. The Maximum size of coarse aggregates in Normal weight concrete should be either, one -fifth narrowest dimension between sides of forms, three -fourths of minimum clear distance between reinforcing bars, or between bars and side of form or one-third of depth of the slab, whichever is least: F. The Maximum size of coarse aggregates for Columns and piers should be two-thirds of minimum clear distance between bars. G. Admixtures shall comply with the requirements of ACI 301 or ACT 506.2 and shall not contain more than trace amounts of chlorides, fluorides, sulfides, or nitrates because of their possible corrosive effect on the prestressed reinforcement. Materials in contact with potable water shall not impair taste, odor, or toxic chemicals to the water. All admixtures used in the concrete shall be compatible. Admixtures that produce more than 0.1 percent of soluble chloride ions by weight of cement are prohibited. H. Air -Entraining Admixture should conform to ASTM C 260 standards and certified by the manufacturer for compatibility with other mix components. I. Water -Reducing Admixture should conform to ASTM C 494, Type A. J. Water Reducing or Retarding Admixtures should conform to ASTM C 494, Type D. L [' PS #10 RESERVOIR 03310-1 8/27/2003 2.02 OW K. Water Reducing and Accelerating Admixtures should conform to ASTM C 494, Type E. L. High -Range Water -Reducing Admixture, Type F or G, (Superplasticizer) should conform to ASTM C 494, MISCELLANEOUS MATERIALS AND ACCESSORIES A. VAPOR RETARDER: Membrane for installation beneath slabs on grade, resistant to decay when tested in accordance with ASTM E 154, sheet not less than 8 mils thick. B. NONSHRINK GROUT: ASTM C 1107, provide nonmetallic type only. C. CHEMICAL HARDENER: Colorless, aqueous solution of fluosilicates and wetting agents for application to cured concrete for surface densification, where scheduled in the drawings. The following products, provided they comply with requirements of the contract documents, will be among those considered acceptable "Lapidolith' ; Sonneborn Building Products Division/ChemRex, Inc. D. BURLAP: AASHTO M 182, Class 2 jute or kenaf cloth. E. MOISTURE -RETAINING COVER: ASTM C 171 and as follow: l . Curing paper. 2. Polyethylene film. 3. White burlap -polyethylene sheeting. A. MANUFACTURERS: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: Sonneborn Building Products Division/ChemRex, Inc. B. CURING AND SEALING COMPOUND: Where indicated, provide curing and sealing formulation with long-lasting finish that is resistant to chemicals, oil, grease, deicing salts, abrasion, and compatible to chemical hardener to be applied. The curing compound must comply with ASTM C 309, Type 1. It must me a non -yellowing formulation where subject to ultraviolet light. Where compounds are proposed for use on surfaces to which finishes, coatings, or coverings subsequently will be applied, the compound shall possess demonstrated compatibility with the finish, coating, or covering, and shall be subject to approval of the Owner's Representative. PS #10 RESERVOIR 03310-2 8/27/2003 C. SOLVENTS: Provide water -based products. D. BONDING COMPOUND: Non-redispersable acrylic bonding admixture, ASTM C 1059, Type II. E. EPDXY BONDING SYSTEMS: Use an epoxy bonding system that will meet required project conditions and match the type, grade, and class as set forth in ASTM C 881. F. EXPANSION JOINT FILLER: Nonextruding bituminous type, ASTM D 1751. END OF SECTION PART 3 EXECUTION 3.01 CONCRETE MIX DESIGN A. REVIEW: Do not begin concrete operations until the Owner's Representative has reviewed proposed mix. B. PROPORTIONING OF NORMAL WEIGHT CONCRETE: Comply with recommendations of ACI 211.1. C. REQUIRED AVERAGE STRENGTH: Establish the required average strength f (cr) of the design mix on the basis of either field experience or trial mixtures as specified in ACI 301, and proportion mixes accordingly. If trial mixture method is used, employ an independent testing agency acceptable to the Owner's Representative for preparing and reporting proposed mix design. D. SPECIFIED COMPRESSIVE STRENGTH F'(C) AT 28 DAYS: 3000 psi FOR ALL CONCRETE OTHER THAN RESERVIOR. SEE MANUFACTURER FOR RECOMMENDED COMPRESIVE STRENGTH OF CONCRETE FOR RESERVIOR. E. FLY ASH: The contractor may elect to replace a portion of the portland cement with fly ash up to a maximum percentage by weight of cement plus fly ash of 20 F. DO NOT USE ADMIXTURES NOT SPECIFIED OR APPROVED. G. AIR. -ENTRAINING ADMIXTURE: Use in mixes for exterior exposed concrete unless otherwise specifically indicated. Add at rate to achieve total air content in accordance with Table 1.4.3 of ACI 201.2. For PS #10 RESERVOIR 03310-3 8/27/2003 _1 concrete not exposed to exterior, add at rate to achieve total air content between 2 percent and 4 percent. Do not use in slabs -on -grade scheduled to receive topping, unless manufacturer of topping recommends use over air -entrained concrete. H. WATER -REDUCING ADMIXTURE: Add as required for placement and workability. I. WATER -REDUCING AND RETARDING ADMIXTURE: Add as required in concrete mixes to be placed at ambient temperatures above 90 degrees F. J. WATER -REDUCING AND ACCELERATING ADMIXTURE: Add as required in concrete mixes to be placed at ambient temperatures below 50 degrees F. K. HIGH -RANGE WATER -REDUCING ADMIXTURE (SUPERPLASTICIZER): Add as required for placement and workability. L. MIX ADJUSTMENTS: Provided that no additional expense to owner is involved, contractor may submit for Owner's Representative's approval requests for adjustment to approved concrete mixes when circumstances such as changed project conditions, weather, or unfavorable test results occur. Include laboratory test data substantiating specified properties with mix adjustment requests. 3.02 CONTROL OF MIX IN THE FIELD A. DO NOT USE BATCHES THAT EXCEED TOLERANCES B. SLUMP: A tolerance of up to 1 inch above approved design mix slump will be permitted for 1 batch in 5 consecutive batches tested. Concrete of lower slump than that specified may be used, provided proper placing and consolidation is obtained. C. TOTAL AIR CONTENT: A tolerance of plus or minus 1-1/2 percent of approved design mix air content will be allowed for field measurements. 3.03 CONCRETE MIXING A. At ambient temperatures of 85 to 90 degrees F, reduce mixing and delivery time to 75 minutes. B. At ambient temperatures above 90 degrees F, reduce mixing and delivery time to 60 minutes. PS #10 RESERVOIR 03310-4 8/27/2003 C. TRANSIT MIXERS: Mix concrete materials in transit mixers complying with requirements of ASTM C 94. 3.04 VAPOR RETARDER INSTALLATION A. Place vapor retarder sheet over prepared base material, aligning longer dimension parallel to direction of pour and lapped 6 inches. Seal joints with appropriate tape. Cover with sand to depth shown on drawings. 3.05 JOINT CONSTRUCTION A. Place new slab next to existing one and tie them together using dowels. The reinforcement must continue across and perpendicular to construction joints, unless details specifically indicate otherwise. 3.06 INSTALLATION OF EMBEDDED ITEMS A. Set anchorage devices and other items required for other work connected to or supported by cast -in -place concrete, using templates, setting drawings, and instructions from suppliers of items to be embedded. Set edge forms and intermediate screeds as necessary to achieve final elevations indicated for finished slab surfaces. 3.07 CONCRETE PLACEMENT A. PREPARATION: Provide materials necessary to ensure adequate protection of concrete during inclement weather before beginning installation of concrete. B. INSPECTION: Before beginning concrete placement, inspect formwork, reinforcing steel, and items to be embedded, verifying that all such work has been completed. Moisten wood forms immediately before placing concrete in locations where form coatings are not used. C. GENERAL PLACEMENT: Comply with requirements of ACI 304. Schedule continuous placement of concrete to prevent the formation of cold joints. Provide construction joints if concrete for a particular element or component cannot be placed in a continuous operation. Deposit concrete as close as possible to its final location, to avoid segregation. D. PLACEMENT IN FORMS: Limit horizontal layers to depths that can be -£ properly consolidated, but in no event greater than 24 inches. Consolidate concrete by means of mechanical vibrators, inserted vertically in freshly placed concrete in a systematic pattern at close intervals. Penetrate a previously placed concrete to ensure that separate concrete layers are knitted together. Vibrate concrete sufficiently to achieve consistent LI PS #10 RESERVOIR 03310-5 8/27/2003 consolidation without segregation of coarse aggregates. Do not use vibrators to move concrete laterally. E. SLAB PLACEMENT: Schedule continuous placement and consolidation of concrete within planned construction joints. Thoroughly consolidate concrete without displacing reinforcement or embedded items, using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable to Owner's Representative. F. Strike off and level concrete slab surfaces, using highway straightedges, darbies, or bull floats before bleed water can collect on surface. Do not work concrete further until finishing operations are commenced. G. COLD WEATHER PLACEMENT: Comply with recommendations of ACI 306 when air temperatures are expected to drop below 40 degrees F either during concrete placement operations or before concrete has cured. Do not use frozen or ice -laden materials. Do not place concrete on frozen substrates. H. HOT WEATHER PLACEMENT: The contractor must comply with recommendations of ACI 305R when: 1. Ambient temperature before, during, or after concrete placement is expected to exceed 90 degrees F. 2. When combinations of high air temperature, low relative humidity, and wind speed are such that the rate of evaporation from freshly poured concrete would otherwise exceed 0.2 pounds per square foot per hour. I. PLACEMENT DURING LOW HUMIDITY OR HIGH WINDS: The contractor must comply with recommendations of ACI 301 or ACI 305R. The exposed concrete surface shall be covered with polyethylene sheets or acceptable wet covering immediately after finishing and shall be water cured in accordance with the requirements of ACI 308. Water curing by ponding is the recommended method for curing water tank floors and shall be employed whenever practicable. J. Do not add water to approved concrete mixes under hot weather conditions. Provide nixing water at lowest feasible temperature, and provide adequate protection of poured concrete to reduce rate of evaporation. K. Use fog nozzle to cool formwork and reinforcing steel immediately prior to placing concrete. PS #10 RESERVOIR 03310-6 8/27/2003 3.08 MISCELLANEOUS CONCRETE ITEMS A. Fill in holes and openings left in concrete structures for passage of work by other trades after such work is in place. Place such fill-in concrete to blend with existing construction, using same mix and curing methods. 3.09 QUALITY CONTROL TESTING DURING CONSTRUCTION (COMPOSITE SAMPLING, AND MAKING AND CURING OF SPECIMENS: ASTM C 172 and ASTM C 31. A. Take samples at point of discharge. B. For pumped concrete, perform sampling and testing at the frequencies specified herein at point of delivery to pump, and perform additional sampling and testing at the same frequency at discharge from line. Results obtained at discharge from line shall be used for acceptance of concrete. C. SLUMP: ASTM C 143. One test per strength test and additional tests if concrete consistency changes. Modify sampling to comply with ASTM C 94. D. AIR CONTENT OF NORMAL WEIGHT CONCRETE: ASTM C 173 or ASTM C 231. One test per strength test performed on air -entrained concrete. E. CONCRETE TEMPERATURE: Test the temperature hourly when the air temperature is 40 degrees F or below, when the air temperature is 90 degrees F or above, and each time a set of strength test specimens is made. F. COMPRESSIVE STRENGTH TESTS: ASTM C 39. G. COMPRESSION TEST SPECIMENS: Mold and cure one set of 4 standard cylinders for each compressive strength test required. H. TESTING FOR ACCEPTANCE OF POTENTIAL STRENGTH OF AS - DELIVERED CONCRETE: Obtain samples on a statistically sound, random basis. I. MINIMUM FREQUENCY: 1. One set per 100 cubic yards or fraction thereof for each day's pour of each concrete class. 2. One set per 3500 square feet of slab or wall area or fraction thereof for each day's pour of each concrete class. PS #10 RESERVOIR 03310-7 8/27/2003 J. 3. When less than 5 cubic yards is placed in one day, the Owner's Representative may, at Owner's Representative's option, waive laboratory testing of specimens if adequate evidence of satisfactory strength is provided. (Molding and curing of these specimens is not waived.) 4. When the above testing frequency would provide fewer than 5 strength tests for a given class of concrete during the project, conduct testing from not less than 5 randomly selected batches, or from each batch if fewer than 5. 5. Test one specimen per set at 7 days for information unless an earlier age is required. 6. Test 2 specimens per set for acceptance of strength potential; test at 28 days unless other age is specified. The test result shall be the average of the two specimens. If one specimen shows evidence of improper sampling, molding, or testing, the test result shall be the result of the remaining specimen; if both show such evidence, discard the test result and inform the Owner's Representative. 7. Retain one specimen from each set for later testing, if required. 8. Strength potential of as -delivered concrete will be considered acceptable if all of the following criteria are met: a. No individual test result falls below specified compressive strength by more than 500 psi. b. Not more than 10 percent of individual test results fall below specified compressive strength f(c). C. Average of any 3 consecutive strength test results equals or exceeds specified compressive strength f (c). d. Evaluate construction and curing procedures and implement corrective action when strength results for field - cured specimens are less than 85 percent of test values for companion laboratory -cured specimens. TEST RESULTS: Testing agency shall report test results in writing to Owner's Representative and contractor within 24 hours of test. 1. Test reports shall contain the following data: a. Project name, number, and other identification. b. Name of concrete testing agency. C. Date and time of sampling. d. Concrete type and class. e. Location of concrete batch in the completed work. f. All information required by respective ASTM test methods. 2. Nondestructive testing devices such as impact hammer or sonoscope may be used at Owner's Representative's option for assistance in determining probable concrete strength at various locations or for selecting areas to be cored, but such tests shall not be the sole basis for acceptance or rejection. PS #10 RESERVOIR 03310-8 8/27/2003 3. The testing agency shall make additional tests of in -place concrete as directed by the Owner's Representative when test results indicate that specified strength and other concrete characteristics have not been attained. a. Testing agency may conduct tests of cored cylinders complying with ASTM C 42 or tests as directed. b. Cost of additional testing shall be borne by the contractor when unacceptable concrete has been verified. 3.10 FINISHING FORMED SURFACES A. GENERAL REPAIRS: Repair surface defects, including tie holes, immediately after removing formwork. Remove honeycombed areas and other defective concrete down to sound concrete, cutting perpendicular to surface or slightly undercutting. Dampen patch location and area immediately surrounding it prior to applying bonding compound or patching mortar. Before bonding compound has dried, apply patching mixture matching original concrete in materials and mix except for omission of coarse aggregate, and using a blend of white and normal Portland cement as necessary to achieve color match. Consolidate thoroughly and strike off slightly higher than surrounding surface. B. UNEXPOSED FORM FINISH: Repair tie holes and patch defective areas. Rub down or chip off fins or other raised areas exceeding 1/4-inch height. C. EXPOSED FORM FINISH: Repair and patch defective areas, with fins or other projections completely removed and smoothed. Smooth rubbed finish: Apply to surfaces indicated no later than 24 hours after form removal. Wet concrete surfaces to be finished and rub with Carborundum brick or other abrasive until uniform color and texture are achieved. Do not apply separate grout mixture. D. CONTIGUOUS UNFORMED SURFACES: Strike smooth and float to a similar texture tops of walls, horizontal offsets, and other unformed surfaces adjacent to or contiguous with formed surfaces. Continue final finish of formed surfaces across unformed surfaces, unless otherwise specifically indicated. 3.11 FINISHING SLABS A. GENERAL FINISHING OPERATIONS: Do not directly apply water to slab surface or dust with cement. Use hand or powered equipment only as recommended in ACI 302.1R. PS #10 RESERVOIR 03310-9 8/27/2003 _ v B. SCREEDING: Strike off to required grade and within surface tolerances indicated. Verify conformance to surface tolerances. Correct deficiencies while concrete is still plastic. C. BULL FLOATING: Immediately following screeding, bull float or Darby before bleed water appears to eliminate ridges, fill in voids, and embed coarse aggregate. Recheck and correct surface tolerances. D. Do not perform subsequent finishing until excess moisture or bleed water has disappeared and concrete will support either foot pressure with less than 1/4-inch indentation or weight of power floats without damaging flatness. E. FINAL FLOATING: Float to embed coarse aggregate, to eliminate ridges, to compact concrete, to consolidate mortar at surface, and to achieve uniform, sandy texture. Recheck and correct surface tolerances. F. TROWELING Trowel immediately following final floating. Apply first troweling with power trowel except in confined areas, and apply subsequent troweling with hand trowels. Wait between troweling to allow concrete to harden. Do not over trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over it. Consolidate concrete surface by final troweling operation. Completed surface shall be free of trowel marks, uniform in texture and appearance, and within surface tolerance specified. Grind smooth surface defects that would telegraph through final floor covering system. Coordinate appearance and texture of required final finish with the Owner's Representative before application. 3.12 TROWEL FINISH: As specified above. A. CHEMICAL HARDENER FINISH: Trowel finish and allow complete curing and drying of concrete surface. Apply chemical hardener finish following manufacturer's printed application instructions, applying in 3 coats diluted with water. Evenly apply each coat, allowing 24 hours for drying between coats. Remove any surplus hardener according to manufacturer's instructions. B. SLAB SURFACE TOLERANCES: Achieve flat, level planes except where grades are indicated. Slope uniformly to drains. Troweled finishes: Achieve level surface plane so that depressions between high spots do not exceed 1/4 inch using a 10-foot straightedge. C. SLAB FINISH SCHEDULE: Apply finishes in the following typical locations and as otherwise shown on the drawings: PS #10 RESERVOIR 03310-10 8/27/2003 L 1. Trowel finish: 2. Exposed interior floors not otherwise scheduled. 3. Surfaces to receive resilient tile. 4. Surfaces to receive carpet. 5. Chemical hardener finish: In locations .shown on the drawings. 3.13 REPAIR OF SLAB SURFACES: Test slab surfaces for smoothness and to verify surface plane to tolerance specified. Repair defects as follows: A. High areas: Correct by grinding after concrete has cured for not less than 14 days. B. Low areas: Immediately after completion of surface finishing operations, cut out low areas and replace with fresh concrete. Finish repaired areas to blend with adjacent concrete. Proprietary patching compounds may be used when approved by the Owner's Representative. C. Crazed or cracked areas: Cut out defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts. Dampen exposed concrete and apply bonding compound. Mix, place, compact, and finish patching concrete to match adjacent concrete. D. Isolated cracks and holes: Groove top of cracks and cut out holes not over 1 inch in diameter. Dampen cleaned concrete surfaces and apply bonding compound. While the bonding compound is still active place dry pack (One part portland cement to 2-1/2 parts fine aggregate and enough water as required for handling and placing), or proprietary repair compound acceptable to the Owner's Representative. Install patching mixture and consolidate thoroughly, striking off level with and matching surrounding surface. E. STRUCTURAL REPAIRS: Perform structural repairs with prior approval of the Owner's Representative for method and procedure, using epoxy - bonding systems. The Owner's Representative's approval is required for repair methods using materials other than those specified. DO NOT ALLOW PATCHED AREAS TO DRY OUT PREMATURELY. 3.14 CONCRETE CURING AND PROTECTION 3 A. CURING PERIOD: Not less than 7 days for standard cements and mixes. PS #10 RESERVOIR 03310-11 8/27/2003 B. FORMED SURFACES: Cure formed concrete surfaces by moist curing with forms in place for full curing period or until forms are removed. Keep wooden or metal forms moist when exposed to heat of the sun. If forms are removed prior to completion of curing process, continue curing by one of the applicable methods specified. C. SURFACES NOT IN CONTACT WITH FORMS: Start initial curing as soon as free water has disappeared, but before surface is dry. Keep continuously moist for not less than 3 days by uninterrupted use of any of the following: 1. Water ponding. 2. Water -fog spray. 3. Moisture -retaining cover. a. BEGIN FINAL CURING PROCEDURES IMMEDIATELY FOLLOWING INITIAL CURING AND BEFORE CONCRETE HAS DRIED. D. MOISTURE -RETAINING COVER: Lap not less than 3 inches at edges and ends; and seal with waterproof tape or adhesive. Repair holes or tears during curing period with same tape or adhesive. Maintain covering in intimate contact with concrete surface. Secure to avoid displacement. Extend covering past slab edges at least twice the thickness of slab. Do not use plastic sheeting on surfaces that will be exposed to view when in service. E. CURING COMPOUND: Apply at rate stated by manufacturer to conform with moisture -retention requirements specified, using second, immediate application at right angles to first, if necessary, and reapply if damaged by rain. Apply to all areas that do not receive curing and sealing compound and chemical hardener. F. CURING AND SEALING COMPOUND: Apply at rate stated by manufacturer to conform with moisture -retention requirements specified, using second, immediate application at right angles to first, if necessary, and reapply if damaged by rain. Apply additional coat near substantial completion to act as sealer. Apply to areas scheduled in the drawings as sealer and hardener. G. Use curing compounds only in locations permitted or required, and where use will not interfere with other finishes, coatings, or coverings to be applied. H. Continue final curing to end of curing period. I. Avoid rapid drying at end of curing period. PS #10 RESERVOIR 03310-12 8/27/2003 J. During and following curing period, protect concrete from temperature changes of adjacent air in excess of 5 degrees F per hour and 50 degrees F per 24 hours. Progressively adjust protective measures to provide uniform temperature changes over entire concrete surface. END OF SECTION PS #10 RESERVOIR 03310-13 8/27/2003 SECTION 13200 PRECAST WIRE -WOUND PRESTRESSED CONCRETE TANK (FLAT SLAB ROOF) PART 1 GENERAL 1.01 SCOPE OF WORK A. The intent of this section is to describe current recommended practice for the design, construction, and inspection, of a TYPE III circular precast, wire - wound prestressed concrete tank complete with steel diaphragm. The selection of the prestressed concrete tank is predicated upon the design criteria and construction methods specified. B. Deviations from the requirements of AWWA D110-95 and this section will not be considered. In the case of conflict between this and other sections, the requirements of this section shall govern. 1.02 REFERENCES A. References identified refer to the latest revision available. The following is a list of references used in this section: 1. AWWA D110 Standard for Wire- and Strand -Wound Circular Prestressed Concrete Water Tanks 2. AWWA C652 Standard for Disinfection of Water -Storage Facilities 3. ACI 301 Specifications for Structural Concrete 4. ACI 302.1 R Guide for Concrete Floor and Slab Construction 5. ACI 304R Guide for Measuring, Mixing, Transporting, and Placing Concrete 6. ACI 305R Hot Weather Concreting 7. ACI 306R Cold Weather Concreting 8. ANSI/ACI 308 Standard Practice for Curing Concrete 9. ACI 309R Guide for Consolidation of Concrete 10. ACI 318 Building Code Requirements for Structural Concrete 11. ACI 344R-W Design and Construction of Circular Wire and Strand Wrapped Prestressed Concrete Structures 12. ACI 347R Guide to Formwork for Concrete 8. ACI 350 Building Code Requirements for Environmental Engineering Structures and Commentary 9. ACI 350R Environmental Engineering Concrete Structures 10. ACI 503.2 Standard Specifications for Bonding Plastic Concrete to Hardened Concrete with a Multi -Component Epoxy Adhesive. 11. ACI 506R Guide to Shotcrete PS #10 RESERVOIR 13200-1 8/27/2003 1 12. ACI 506.2 Specifications for Materials Proportioning, p p g, and Application of Shotcrete 13. ACI 515.1R Guide to the Use of Waterproofing, Dampproofing, and Decorative Barrier Systems for Concrete 14. ACI SP 2 ACI Manual of Concrete Inspection 15. ANSI/ASCE Standard 7-88 Minimum Design Loads for Buildings and Other Structures 16. ASTM A185 Specification for Steel Welded Wire, Fabric, Plain for Concrete Reinforcement 17. ASTM A416 Standard Specification for Steel Strand, Uncoated Seven -Wire for Prestressed Concrete 18. ASTM A615 or A615M Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 19. ASTM A821 Standard Specification for Steel Wire, Hard Drawn for Prestressing Concrete Tanks 20. ASTM A1008 Standard Specification for Steel, Sheet, Cold - Rolled, Carbon, Structural, High -Strength Low -Alloy and High - Strength Low Alloy with Improved Formability 21. ASTM C31 Test Methods for Making and Curing Concrete Test Specimens in the Field 22. ASTM C33 Specification For Concrete Aggregates 23. ASTM C39 Test Method for Compressive Strength of Cylindrical Concrete Specimens 24. ASTM C920 Standard Specification for Elastomeric Joint Sealants 25. ASTM D 1056 Standard Specification for Flexible Cellular Materials - Sponge or Expanded Rubber 26. ASTM D1556 Test Method for Density and Unit Weight of Soil in Place by Sand -Cone Method 27. ASTM D1557 Test Method for Laboratory Compaction, Characteristics of Soil Using Modified Effort (56,000 Ft. - lbf/ft3) 2700 KN.M/M3) 28. ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction 29. ASTM D2000.Standard Classification System for Rubber Products in Automotive Applications 30. US Army Corps of Engineers Spec CDR C572 Specification for PVC Waterstop 1.03 SYSTEM DESCRIPTION A. The tank shall consist of a circular cast -in -place reinforced concrete floor slab; a precast, circumferentially prestressed concrete wall incorporating a continuous mechanically bonded steel diaphragm; and a reinforced concrete flat slab roof; as specified and shown on the plans. PS #10 RESERVOIR 13200-2 8/27/2003 �_ e B. Appurtenances shall include an internal ladder, roof hatch, roof vent, and piping as specified and shown on the plans. C. Design Requirements: The tank shall be designed in accordance with the requirements of ANSUAWWA D110 Standard for Wire- and Strand - Wound Circular Prestressed Concrete Water Tanks - Type III: Precast Concrete With A Steel Diaphragm. An intrinsic feature of that standard and this specification is the use of continuous, circumferential, wire - wound prestressing. The use of circumferential tendon prestressing is not permitted. To ensure the safety of the structure, the design must also meet the strength requirements of ACI 318. All applicable sections of the latest edition of ACI 318, including supplements and the chapters describing precast and prestressed concrete, shall be followed except when supplemented or modified by provisions of this standard. D. Design Criteria: 1. Storage Capacity: 7.0 MG. 2. Diameter x Liquid Depth: 224 ft x 24 ft. 3. Liquid Unit Weight: 62.4 pcf. 4. Roof Live Load: 40 psf. 5. Overflow Rate: 43 MGD maximum; Withdrawal Rate: 30 MGD maximum. 6. Seismic Zone: 0. 7. Allowable Soil Bearing Pressure: 4000 psf. 8. Ground Water Table Elevation: 3216.0 maximum. E. Loads to be considered in the tank design shall include construction, internal liquid pressure, backfill, hydrostatic uplift pressure due to the design groundwater table, wind and seismic effects, prestressing, end restraints, temperature and moisture gradients, appurtenances, operating loads and system surges, dead loads and live loads. Tank roof design shall take these loads and additional roof opening loads. Tank floor design shall take these loads and water loads, radial forces and differential and total settlement loads. F. Load Control: consideration shall be given to the following load control techniques and there safety margins such as overflow systems, venting, and perimeter and under drain systems, and drainage from structure and backfill. G. Allowable Stresses: 1. Service load stresses shall be limited to provide protection against leakage into or out of the tank and against corrosion of the reinforcement. Concrete cracking shall not be allowed under PS #10 RESERVOIR 13200-3 8/27/2003 predominantly axial stresses. Cracking under predominantly flexural stresses shall be controlled to limit crack depth and width. The stresses for concrete and shotcrete shall not exceed the values indicated in AWWA Dl 10-95 Sec 3.4 Table 1. 2. Compressive stresses in concrete and shotcrete shall not exceed 0.55 f c initial (immediately after prestressing) and 0.45 f c final (after all losses have taken place), where fc is the 28-day compressive strength of concrete or shotcrete. Vertical tensile stresses shall be taken fully by reinforcing steel and/or the diaphragm. 3. Maximum permissible initial stress, f si, in any prestressing wire on the wall shall not exceed 0.75 fpu, where fpu equals the ultimate tensile strength of the wire. Stress losses due to shrinkage, plastic and elastic shortening of concrete or shotcrete, and relaxation in steel shall be assumed as 25,000 psi. 4. Nonprestressed reinforcing steel shall be designed in accordance kI, with the requirements of the Alternate Design Method of ACI 318. The strength requirements of ACI 318 shall also be satisfied. The reinforcement value of the steel wall diaphragm parallel to the direction of its channels may also be used. Mild steel ,f reinforcement shall not be used to resist any portion of circumferential tension. H. Wall Design: 1. The tank wall shall be designed using elastic cylindrical shell analysis, with no reduction in hoop tension or compression taken due to edge restraint at the wall base. 2. The wall shall be precast integrally with a continuous watertight and mechanically bonded steel diaphragm. Shotcrete or cast -in - place walls are not permitted. Minimum core wall thickness shall be 4 inches, including a minimum shotcrete cover of 1/2 inch, which shall be applied to the exterior of the steel diaphragm prior to wire winding. 3. Circumferential prestressing steel shall be furnished to resist all forces due to internal loads, after accounting for stress losses and residual compression. 4. Mild steel reinforcement shall be used to resist vertical bending stresses. The horizontal cross -sectional area of the steel diaphragm may be included as part of the vertical reinforcing. A minimum vertical reinforcement ratio of 0.0025 on each face of the wall section shall be provided. The minimum concrete or shotcrete cover over steel reinforcement shall be 1 inch. I. Flat Slab Roof Design: The roof shall provide a weather tight roof to prevent leakage and contamination of the tank contents. Consideration PS #10 RESERVOIR 13200-4 8/27/2003 shall be given for severe exposure considerations and condensation on the underside of the roof. Nonprestressed steel -reinforced concrete flat slabs shall conform to the applicable requirements of ACI 350R, with special attention to crack control. 1. The roof shall be designed in accordance with the provisions of ANSI/AWWA D110-95. 2. The roof shall have a minimum slope of 3/4 inch vertical to 1 foot horizontal, per TCEQ requirements. G. Floor Design: 1. The floor shall be a membrane type concrete slab. It shall be designed in accordance with the provisions of ANSI/AWWA D110 to transfer loads directly to the subbase and be sufficiently flexible to deflect to the settlement shape of the underlying soil without excessive stresses. 2. Minimum floor thickness shall be 4 inches. 3. The minimum amount of mild steel reinforcement in the floor shall 0.6 percent of the concrete area in each of the two perpendicular directions. The minimum concrete cover over steel reinforcement shall be 1 inch. Maximum spacing of steel reinforcement shall be two times the floor thickness. 1.04 SUBMITTALS A. Prequalification: Tank contractors who have demonstrated their experience and capability to design and construct prestressed concrete tanks as specified are listed in the Quality Assurance portion of this section. Additional tank contractors who wish to prequalify must submit to the Owner's Representative the following supporting documents at least 15 days prior to the date set for receipt of bids: 1. Detailed design drawings and calculations for the prestressed concrete tank specified. 2. Detailed description of construction procedures including the method of prestressing. 3. A complete list of their experience (in the company's own name) in the design and construction of precast wire -wound prestressed concrete tanks similar to that specified. The list shall include all information required to properly evaluate their conformance with the Quality Assurance portion of this section. 4. After the Owner's Representative's review of prequalification submittals, an addendum will be issued no later than five (5) days prior to the bid date naming additional prequalified tank contractors. Prequalification does not relieve the tank contractor of PS #10 RESERVOIR 13200-5 8/27/2003 its design responsibility nor from full compliance with the specifications. B. Submittal Data for Approval: After contract award, and prior to the start of construction, the tank contractor shall submit to the Owner's Representative for review and approval design calculations, shop drawings and construction procedures. The Owner's Representative's review and approval shall not relieve the tank contractor of its design responsibility. Design calculations and shop drawings shall be stamped by a Professional Engineer registered in the State of Texas. Once approved, these submittals shall be deemed part of the specifications. 1.05 QUALITY ASSURANCE A. Qualification of Bidders: Each tank contractor bidding this work shall be a specialist in the design and construction of precast wire -wound prestressed concrete tanks and shall have constructed (in the company's own name) a minimum of thirty (30) such structures which have been in successful service for a minimum of five (5) years. B. Prequalified Bidders: The following tank contractors are prequalified to bid on the design and construction of the prestressed concrete tank specified: Preload Inc., Hauppauge, New York and Natgun Corp., Wakefield, MA. Additional tank contractors who wish to prequalify must meet the requirements of the Submittals portion of this section. Each bidder is required to state, on the face of his sealed proposal, the name of the prequalified tank contractor he is proposing to use. Sealed proposals that do not state the name of a prequalified tank contractor will be returned to the bidder unopened. C. Singular Responsibility: It is the express intent of this specification to create a singular responsibility for the design and construction of the prestressed concrete tank. The tank contractor must perform the design and construction of all aspects of the floor slab, wall, prestressing, shotcrete and roof of the prestressed concrete tank. 1.06 GUARANTEES AND WARRANTIES A. Workmanship and Material Guarantee: The tank contractor shall guarantee that the tank structure is free of defects in workmanship and material for a period of one year. If, within one year from tank completion, workmanship or material is proven defective, the tank contractor shall repair such defects at its own expense. a B. Design Warranty: The tank contractor shall warrant its design of the proposed tank structure to be structurally and functionally suitable to serve PS #10 RESERVOIR 13200-6 8/27/2003 the intended use of the projected work. Such intended use is exemplified by the criteria of design, workmanship, and material expressed by the requirements of the specifications and drawings prepared by the Engineer. The Owner's Representative review of the tank contractor's design, or the Owner's acceptance and final payment for the work shall not relieve the tank contractor of design responsibility. The Owner shall be the direct beneficiary of the warranty. PART 2: MATERIALS 2.01 GRANULAR SUBASE A. The granular leveling base shall consist of crushed rock, uniformly graded with 3/4 inch and downward in size, with not more than 8 percent passing the No. 200 sieve. A. The gravel for under drain system shall be silicate particles of rock, as obtained from sources near Brady, Texas, referred to as Brady 8-16 or an approved equal. Any other well rock shall be subject to the approval of the OWNER'S REPRESENTATIVE prior to bidding. Crushed rock will not acceptable. Gravel specifications: 100% passing No. 7 screen 1.8% retained on No. 8 screen 26.9% retained on No. 10 screen 61.4% retained on No. 12 screen 92.3% retained on No. 14 screen 99.2% retained on No. 16 screen Less than 5% soluble in HCL 2.03 CONCRETE A. Concrete materials shall meet the requirements of ACI 301, ACI 350R, and ACI 506.2. Cement shall be Portland cement Type I or 11. B. Mix proportions shall be submitted for the Owner's Representative's approval and shall produce concrete, which meets the specified minimum strength requirements. Concrete in direct contact with prestressed reinforcement shall not contain water-soluble chloride ions in excess of 0.06 percent of the weight of the cement in the mix as determined by AASHTO T-260. PS #10 RESERVOIR 13200-7 8/28/2003 q C. Concrete for floor and footing construction shall have a minimum 28-day strength of 3,500 psi. Concrete for wall and roof construction shall have a minimum 28-day strength of 4,000 psi. D. Admixtures shall comply with the requirements of ACI 301 and shall not contain more than trace amounts of chlorides, fluorides, sulfides or nitrates. Concrete for tank construction shall be air entrained. E. Concrete for floor and footing construction shall contain polypropylene fibrillated fibers, (Grace FibersTM or equal) or polypropylene monofilament fibers (grace MicroFibefFm or equal), at a minimum addition rate of 1.0 lb. per cubic yard. 2.04 SHOTCRETE A. Shotcrete materials shall meet the requirements of ACI 506R. Cement shall be Portland cement Type I or II. , B. Shotcrete for tank construction shall not contain water-soluble chloride ions in excess of 0.06 percent of the weight of the cement in the mix. C. Shotcrete wire coat used for covering intermediate layers of prestressing wire shall consist of not more than three parts sand to one part Portland cement by weight; additional coats of shotcrete shall consist of not more than four parts sand to one part Portland cement by weight. Either the dry mix or wet mix process referred to in ACI 506R for shotcreting may be employed. D. Shotcrete shall have a minimum 28-day strength equal to that for which the core wall is designed but not less than 4,500 psi. 2.05 CEMENT MORTAR Mortar used for repair of concrete, encasement of waterstop, and for patching form tie holes shall consist of not more than three parts sand to one part Portland cement by weight and shall conform to the requirements of ACI 301. Mortar shall not contain water-soluble chloride ions in excess of 0.06 percent of the weight of the cement in the mix. 2.06 CEMENT GROUT Cement grout shall contain no more than 0.45 parts water to one part Portland cement by weight and shall not contain water-soluble chloride ions in excess of 0.06 percent of the weight of the cement in the mix. PS #10 RESERVOIR 13200-8 8/27/2003 2.07 NONSBR NK GROUT Nonshrink cement grout used for repairs of honeycomb and other concrete repair and for patching form tie holes shall be a nonhydrogen-gas-liberating, nonmetallic grout meeting all the requirements of ASTM C 1107, grade A or C, for nonshrink grout. This grout is not to be used for bonding of prestressed tendons, or in contact with the wire or strand prestressed reinforcement. 2.08 REINFORCEMENT A. Nonprestressed reinforcement shall conform to the requirements of ACI 318. Strand for seismic cables shall be galvanized and shall conform to the requirements of ASTM A416 prior to galvanizing. B. Circumferential prestressing wire shall conform to the requirements of ASTM A821. Splices and anchor clamps for prestressing wire shall be ferrous material compatible with the wire and shall develop the full strength of the wire. A. Steel Diaphragm. Steel sheet diaphragms shall be vertically ribbed with adjacent and opposing channels that provide a mechanical bond to the concrete. The base of the channels shall be wider than the throat. Steel sheet shall comply with ASTM A1008. Diaphragm steel shall be a minimum thickness of 26 gauge. 2.10 ELASTOMERIC MATERIALS A. Waterstops shall be of polyvinyl chloride meeting the requirements of the Corps of Engineers Specification CRD-0572. Splices shall be made in accordance with the manufacturer's recommendations. B. Bearing pads shall consist of neoprene with a minimum ultimate tensile strength of 1,500 psi, a minimum elongation of 500 percent and a maximum compressive set of 50 percent, and shall comply with the requirements of ASTM D2000, Line Call Out 2BC415A14B 14 for 40 durometer material. C. Polysulfide sealant used to seal diaphragm joints between precast wall panels shall be a two -component elastomeric compound meeting the requirements of ASTM C920, type M and must have permanent characteristics of bonding to metal surfaces, flexibility, and resistance to extrusion due to hydrostatic pressure. Air -cured sealants shall not be used. PS #10 RESERVOIR 13200-9 8/27/2003 D. Sponge filler shall be closed -cell neoprene or rubber conforming to the g requirements of ASTM D1056, Type 2A1. 2.11 DECORATIVE COATING A. The above -grade decorative coating shall consist of two coats of water - based acrylic emulsion such as "Tammscoat Smooth", or equal. 2.12 APPURTENANCES The prestressed concrete tank shall be furnished with the following items as shown on the drawings. The tank appurtenances shall be in accordance with ANSI and OSHA standards and the special requirements of governing agencies responsible for health and safety in the locality where the tank is to be constructed. A. The reservoir shall be isolated from the water system by valves located on the Inlet and Outlet pipes. Valves shall be located as shown on the plans. Valves shall be able to isolate the reservoir when inspection or maintenance is required. The outlet connection should allow for water to flow out of the tank with minimum head loss. Where sedimentation from residual turbidity may accumulate in the tank during use, a removable silt stop may be placed on the outlet to prevent its entry into the outlet pipe during periods of high draft. Concrete encasement of all inlet -outlet piping placed under the floor slab is recommended for added corrosion protection. B. Overflow piping system shall be designed to pass the maximum fill rate. The overflow weir, flared inlet, or vortex breaker should be sized to pass the design flow at the maximum static water surface permitted in the wall and roof design. The overflow line shall extend to a point outside the wall where it can freely discharge without unacceptable consequences and terminate with a screen and flap valve for preventing access by small animals into the tank through the overflow. C. Roof vent with screen shall be atop curbs at least four inches high. All frames shall be aluminum at least 3/16 " thick and extend a minimum two inches over curb. Ventilators shall be provided that will admit a rate of air equal to the maximum tank outflow and inflow rate at pressure differentials not exeeding2.0 inches of water column (equivalent to a 10 lb/ft sq [4.79 kPa] loading of the roof). The ventilator screen shall be protected from vandalism, but must be accessible for inspection. Screen size shall meet current TCEQ regulations. D. Interior ladder shall conform to current OSHA requirements and be constructed of stainless steel. PS #10 RESERVOIR 13200-10 8/27/2003 E. Aluminum roof hatch with a 3'-6" x 3'-6" minimum opening shall be atop curbs at least four inches high. All frames shall be aluminum at least 3/16 " thick and extend a minimum two inches over curb. PART 3: EXECUTION 3.01 CLEARING AND GRUBBING A. Remove all trees, shrubs and other vegetation in the area of the excavation for the tank, and as necessary for the proper location of precast panel beds, storage and temporary work areas. 3.02 EXCAVATION A. Existing soil under the proposed tank shall be excavated to elevation 3209.0 or the elevation exposed by the complete removal of the existing tank floor and footings, whichever is lower. Excavation shall extend a minimum 3.5 feet beyond the outer edge of the proposed tank, and shall allow for a minimum work area outside the tank floor slab as required by the tank contractor. 3.03 SUBGRADE PREPARATION A. The subgrade shall be prepared as recommended in the specifications and provided geotechnical report, and in accordance with AWWA D110-95. B. The subgrade for membrane floors shall be of uniform density and compressibility to minimize differential settlement of the floor and footings, and have adequate bearing capacity to sustain the weight of the tank, fluid contents, and roof load. C. The subgrade shall be designed so that leakage through the floor will not cause erosion and settlement in excess of that provided for in the design or will cause no other types of failure. 3.04 UNDERDRAIN SYSTEM A. The subgrade shall be prepared as recommended in the specifications, drawings, provided geotechnical report, and in accordance with AWWA D110-95. PS #10 RESERVOIR 13200-11 8/27/2003 Li B. The under drain system shall consist of 6" PVC slotted pipe laid to grade in a ditch 2' by 2', lined with filter fabric, and filled with Brady Rock as specified on the drawings. C. The pipe shall be run into a standard manhole with level monitoring system. 3.05 GRANULAR SUBBASE A. The space between the bottom of the excavation and the tank floor shall be backfilled with low -plasticity select fill which shall be deposited, compacted and tested in accordance with the requirements of the specifications, and as recommended in the provided geotechnical report. B. The top of the backfill shall consist of a minimum 6-inch thick layer (leveling base) of granular material selected to permit free drainage without loss of fines and deposited within a tolerance of +0, - 1/2 inch of the bottom of the floor and footing elevations. C. The granular leveling base shall be compacted by capable vibratory roller with a minimum of two passes in each direction. D. Prior to construction of the floor, a 6-mil polyethylene vapor barrier shall be placed over the granular subbase. Edges of the polyethylene shall be overlapped a minimum 6 inches. 3.06 CONCRETE A. Confirm the subgrade foundation material and its compaction are as specified in AWWA Dl 10-95 Sec 3.8.4 and Sec 3.9 for the tank construction. B. Check all reinforcing steel immediately prior to placing concrete to verify properly positioned, properly supported or fastened, and have specified concrete cover. Check embedded items are properly placed and anchored. Foot traffic should not be allowed on the reinforcing steel during the placing of the concrete unless supports and ties are designed for it. C. All exposed concrete edges shall have a 3/a " chamfer. D. Concrete membrane floor shall be continuously cast, without cold joints, -r and where practical without construction or expansion joints. Concrete placement, finishing and curing shall be in accordance with the requirements of ACI 301. L PS 410 RESERVOIR 13200-12 8/27/2003 E. Unless specifically authorized in writing, concrete shall not be placed without special protection during cold weather when the ambient temperature is below 35°F, even if the temperature is rising, or below 40°F and falling and when the concrete is likely to be subjected to freezing temperature before the concrete compressive strength has reached 500 psi. Cold -weather concreting shall be in accordance with the requirements of ACI 306R. F. Hot -weather concreting shall be in accordance with the requirements of ACI 305R. Concrete shall not be placed when concrete temperature exceeds 90°F. G. Waterstops shall be provided for all construction and expansion joints in concrete floor slabs and installed as per AWWA D110-95. Thickening of the floor slab to 8 " will facilitate correct installation of water stop but may contribute to shrinkage and stresses that will require additional steel. H. Water curing shall be the preferred method in accordance with ACI 308. I. Concrete shall not be placed in water, nor shall water be allowed to rise over freshly placed concrete, until after the concrete has set sufficiently to prevent damage to the mix or finish. J. Forms shall be cleaned and coated with approved nonstaining, nontoxic, bond release form oil before erection as specified in ACI 301. 3.07 SHOTCRETE A Shotcrete placement shall meet the requirements of AWWA D110-95 and ACI 506R. B. Cold weather shotcreting shall be in accordance with the requirements of ACI 306R and ACI 301. Placement of shotcrete may start without special protection when the ambient temperature is and rising, but shall be suspended when the ambient temperature is and falling. Placement of shotcrete when the ambient temperature is below 35°F and rising, or below 40°F and falling, shall be considered cold weather shotcreting and shall not be allowed unless specifically authorized by the Owner's Representative. Shotcrete shall not be placed on frozen surfaces. C. Hot -weather shotcreting shall be in accordance with the requirements of ACI 305R. Shotcrete shall not be placed when shotcrete temperature exceeds 95°F. D. Placement of shotcrete during periods of low humidity or high winds shall meet the requirements of ACI 301 and recommendations of ACI 305R, PS #10 RESERVOIR 13200-13 8/27/2003 particularly when large surface areas are to be placed. Wall surfaces exposed to drying wind shall be water cured continuously in accordance with the requirements of ACI 308 from the time the shotcrete has taken initial set. Curing compounds may be used to assist in curing, but shall not be used in lieu of water curing, or on surfaces that are to receive additional shotcrete coatings. E. Each layer of circumferential prestressing shall be protected by a thickness not less than 1/4-inch shotcrete wire coat. Each prestressing wire shall be individually encased in mortar. Subsequent layers of circumferential prestressing and shotcrete wire or cover coats may be applied as soon as the underlying coat has developed sufficient bond and compressive strength to avoid damage. The wire coat plus two or more additional coats of shotcrete, totaling at least 1 inch in thickness over the outer layer of wire, shall protect the outer wire layer. F. Dust, efflorescence, oil and other foreign material shall be removed from surfaces to be shotcreted. The nozzle distance from the prestressing wires shall be such that shotcrete does not build up or cover the front face of the wire until the spaces between the prestressing elements are filled. G. Vertical shooting wires shall be installed under tension and spaced no more than 3 feet apart to maintain a uniform and correct coating thickness. Wires of 18 or 20 gage high tensile steel shall be used. H. All exposed shotcrete coatings shall be kept moist for at least seven days. Moist curing shall be started as soon as possible without damaging the shotcrete. Curing shall be by fog spraying or sprinkling. Curing may be interrupted for subsequent application of prestressing and shotcreting. I. Exterior shotcrete shall have a natural gun finish. 3.08 NONPRESTRESSED STEEL REINFORCEMENT A. Steel reinforcement shall be placed to proper tolerances. B. The minimum concrete or shotcrete cover over the steel diaphragm and nonprestressed steel reinforcement shall be 1 inch. Shotcrete cover over prestressing wires shall be counted as part of the cover. C. If seismic cables are required, they shall be installed between base of wall and footing. Sleeves of rubber or other suitable material shall surround the strands at the joint to permit unimpeded radial wall movements. PS #10 RESERVOIR 13200-14 8/27/2003 shall be paid to the filling and sealing of the joint between the bearing pad and the water stop. 3.11 FLAT SLAB ROOF A. Prior to construction, the contractor shall submit for review the proposed placement details and procedures, including the location and type of construction joints. B. The roof shall conform to the applicable requirements of ACI 35OR with special attention to crack control. The design shall provide a weather tight roof to prevent leakage and the design shall take into consideration severe exposure conditions and condensation on the underside of the roof. C. The roof shall have a minimum 3/a" per foot slope as per current TCEQ regulations. D. Construction joints shall contain horizontal waterstop. E. Roof forms shall be designed to resist imposed loads and shall not be removed until the concrete has attained sufficient strength. F. The exterior roof surface shall be given a broom finish. The underside of the roof shall be given a form finish. G. The exterior roof surface shall receive a coat of curing compound immediately upon completion of the final finishing operation. 3.12 COLUMNS A. Columns shall conform to the requirements of ACI 301 or ACI 304 and ACI 318, including supplements thereto. Minimum concrete cover over principal reinforcement shall be 2 in. B. Cast in place columns shall be placed before initial set has occurred as recommended by AWWA D100-95. Each column shall be placed in a single continuous operation without horizontal joints. An enriched fine - aggregate mix shall be used at the base of columns to improve embedment of the horizontal base waterstop and the reinforcement and bottom anchorages of vertical prestressing units. Care should be taken to assure subsequently placed concrete is vibrated into the enriched mixture. PS #10 RESERVOIR 13200-17 8/27/2003 3.13 WALL TOLERANCES A. The maximum out of round tolerances for shotcrete and precast -concrete panel walls shall be based on the ratio of +/- %2 inch; -0 per 100-foot diameter circle and the circumferences shall be a smooth curve. B. Tolerance in wall thickness shall be + %2 inch, -0. Wall thickness shall not be less than specified. All transitions shall be gradual and smooth. C. Walls shall be plumb within a tolerance not exceeding 3/8 inch per 10-foot vertical dimension. 3.14 WATER STOPS A. Waterstops shall be centered in the joints and secured by split forms or other acceptable means to ensure positive positioning. Horizontal waterstops that are accessible during concreting shall be secured in a manner that allows them to be bent up while concrete is placed and compacted underneath, after which the waterstop shall be allowed to return to position and concrete immediately placed over the waterstop. Waterstops that are not accessible during concreting shall be positively tied in such a manner that bending in either direction is prevented. Judicious use of nails or" hog-ties" driven through the edges of waterstops to facilitate placing and tying may be permitted. All waterstops shall be spliced by heat welding in a manner that ensures complete continuity as a water barrier. 3.15 ELASTOMERIC BEARING PADS A. Bearing pads shall be positively positioned prior to wall placement and secured with an approved adhesive to prevent their being uplifted during concrete or shotcrete placement. Nailing of pads shall not be permitted unless the pads are specifically designed for such anchorage and nailing does not restrict lateral deformation. Where bearing pads are used the tank wall shall be free of all obstructions that would prevent free radial movement at the joint. The remaining voids between cast in place concrete or shotcrete wall and wall footing shall be filled with a suitable closed cell neoprene or rubber filler material and caulking compound to positively prevent mortar from entering the joint. 3.16 PRESTRESSING A. Circumferential prestressing shall be accomplished by the application of high tensile steel wire would under tension by machines, around cylindrical concrete walls or dome edge rings to place the concrete or PS #10 RESERVOIR 13200-18 8/27/2003 shotcrete in compression. An essential feature of the wire -wound stressing system is the proper application of tension to the prestressing element before it is placed on the wall. B. The stressing system shall be capable of consistently producing a stress at any point around the wall, within a + or -7 percent tolerance of the specified initial stress, allowable initial stress in prestressed reinforcement before losses (f si). A calibrated stress -measuring device that can be easily recalibrated shall be used to determine wire stress levels frequently throughout the wrapping process. At least one stress reading for every coil or foot of wall height shall be taken immediately after application on the wall, and all such readings shall be on straight lengths of wire. A written record of stress readings shall be maintained. C. If the measured wire stress falls below allowable initial stress in prestressed reinforcement before losses (f si) design f si, additional prestressed wire shall be applied. If the applied stress in the wire exceeds 1.07 f si, the wrapping operation shall be discontinued immediately upon discovery and satisfactory adjustment made to the stressing equipment before resuming. The total prestressed force measured on the wall per vertical foot of height shall not be less than the specified force, nor more than 5 percent greater. D. Each coil of prestressing wire shall be temporarily anchored. Ends of the individual coils shall be joined by suitable steel splicing devices capable of developing the full strength of the wire. E. The force diagram shall be prepared for minimum spacing between the prestressing elements of 3/8 inch, and the average minimum clear space between wires on the wall shall be 5/16 inch or 1.5 wire diameters, whichever is greater. Wires in areas adjacent to openings or inserts shall be uniformly spaced in accordance with the above. F. A properly designed stress plate shall be used at all permanent wall penetrations that are located above the final backfill elevation and are greater than 12 inches in height. The stress plate shall accommodate a portion of the prestressing wires normally required over the height of the penetration. The remaining prestressing wires normally required shall be relocated into circumferential bands immediately above and below the penetration. The effect of banded prestressing shall be taken into account in the design. 3.17 DECORATIVE COATING I A. The decorative coating shall be applied to all exposed wall and roof LA surfaces in accordance with the manufacturer's recommendations. ; PS #10 RESERVOIR 13200-19 8/27/2003 3.18 DISINFECTION A. Prior to disinfection, the interior of the tank shall be thoroughly cleaned. B. Sterilization of the completed tank shall be with a solution containing 200 ppm of chlorine, and shall follow the criteria found in ANSUAWWA C652. C. Prior to placing the tank in service, a bacteriological test shall be performed. 3.19 WATERTIGHTNESS TEST A. Upon completion of the tank, it shall be filled to overflowing with water furnished to the tank by the owner. The tank shall remain filled for a period of at least 48 hours to allow for absorption and initial settlement. B. Measure the drop in liquid level over the next 72 hours. Determine the liquid loss due to evaporation and deducted from the net liquid loss. The net drop in liquid level shall not exceed the maximum allowable of 0.05 of 1 percent per 24-hour period. C. If the net drop in liquid level exceeds the maximum allowable, the liquid level test shall be extended to a total of 5 days. If at the end of 5 days, the average net drop in liquid level does not exceed the maximum allowable, the test shall be considered satisfactory. If the net liquid loss exceeds the maximum allowable, the test shall be considered unsuccessful, the source of leakage shall be corrected, and the tank shall be retested. D. Damp spots on the exterior wall surface shall not be permitted. Damp spots are defined as spots where moisture can be picked up on a dry hand. The source of water movement through the wall shall be located and permanently sealed in an acceptable manner. No leakage that includes visible flow through the wall -floor joint shall be permitted. Damp spots on the footing are permissible. ' : 1: A. The contractor shall make all necessary repairs if the tank fails the water tightness test or is otherwise defective. The methods of repair shall meet AWWA D110 Sec 5.14 requirements and be subject to the Owner's Representative's approval. PS #10 RESERVOIR 13200-20 8/27/2003 3.21 TANK BACKFILL A. Backfill shall be initiated only after the tank has been satisfactorily tested and filled. B. Backfill material around the tank shall be placed in uniform layers and compacted as specified for the material and site conditions. Asymmetrical backfill placement, except as may be required by the design and site conditions, shall be avoided. 3.22 CLEAN-UP A. The premises shall be kept clean and orderly at all times during the work. Upon completion of construction, all rubbish and other unsightly material caused by the construction operations shall be removed. 3.23 INSPECTION A. During construction ACI SP-2 and the appropriate requirements of ACI 318 shall be followed. Owner's Representative shall confirm that all materials and construction techniques being used by the contractor meet AWWA D110-95 and approved specifications and submitted drawings. END OF SECTION PS #10 RESERVOIR 13200-21 8/27/2003 Geotechnical Solis Investigation For City of Lubbock Water Reservoir At 82"d and Memphis Avenue Lubbock, Texas June 7, 2002 Requested by: City of Lubbock Public Works Engineering % Terry Baker Dyess-Peterson Testing Laboratory, Inc. P.O. Box 30699 Amarillo, Texas 79120 (806) 372-4911 Fax (806) 372-5552 Report No. 1708 DEC 1.3 2002 EUNOM nv4.DC fow r[SU imanTnnu m TABLE OF CONTENTS EXECUTIVE SUMMARY 1.0 INTRODUCTION 1 1.1 Project Information 1 1.2 Purpose of Exploration 1 1.3 Scope of Exploration 1 2.0 INVESTIGATION PROCEDURES 2 2.1 Visual inspection 2 2.2 Scope of Field Exploration 2 2.3 Scope of Laboratory Testing 2 3.0 SITE AND SUBSURFACE CONDITIONS 3 3.1 Site Description 3 3.2 Subsurface Conditions 3 4.0 DESIGN RECOMMENDATIONS 5 4.1 Proposed Construction 5 4.2 General Conclusions 8 4.3 Recommended Minimum Sampling and Test Frequencies 8 5.0 CONSTRUCTION RECOMMENDATIONS g 5.1 Site Preparation g 5.2 Subgrade Preparation g 5.3 Foundation Preparation 10 6.0 GENERAL EXCAVATION SAFETY CONSIDERATIONS 10 7.0 QUALIFICATION OF RECOMMENDATIONS 11 nutgq.nrt[nsnn TMinr_ i nonnomou it vV�Vv � l�l�wui� �lv V�iU ti�VU1 V1�V1 WI nN. .� June 7, 2002 City of Lubbock Public Works Engineering Terry Baker P.O. BOX 2000 ( Lubbock, Texas 79457 Attn: Mr. Terry Baker t Subject: Geotechnical Exploration CITY OF LUBBOCK WATER RESERVOIR AT 82RD AND MEMPHIS AVENUE Lubbock, Texas DPTL Report No.1708 Dear Mr. Baker: Dyess-Peterson Testing Laboratory, Inc. (DPTL) has completed the authorized subsurface exploration and geotechnical engineering report for the above mentioned project as requested by yourself on May 1, 2002. The following report briefly presents our understanding of the project, reviews our exploration procedures, describes existing site and subsurface conditions, and summarizes our evaluations, conclusions, and recommendations relative to the geotechnical aspects of the project. �J The primary issue at this particular site Is the need to provide in -situ soil conditions to aid In the design of a foundation for the City of Lubbock Water Reservoir. The I most common methods of construction practices for a project of this nature are discussed in detail In the attached report. We have enjoyed working with you on this phase of the project and are prepared C to assist you with the required testing during construction of this facility. If you have any questions regarding this report or we can be of further service please do not hesitate to call us at (806) 372-4911. We look forward to working with you in l_ the future. Sincerely, Dyess-Peterson Testing Laboratory, Inc. A � icCo n Prim' s;e D. CO ELASID 72032 SFQI.S ate d=`� r MANOR iESiS MEN, R. — Lj Geotechnical Soils Investigation CITY OF LUBBOCK WATER RESERVOIR AT 82ND AND MEMPHIS AVENUE Lubbock, Texas DPTL Report No.1708 GENERAL SUMMARY The following is a brief summary of the information detailed in the following report. All issues summarized in this section are discussed In more detail in the report. This report must be read in its entirety prior to the Implementation Into design and construction of this project. 1. DPTL has performed 4 geotechnicai borings at this site. The site is located In the Northwest quadrant of the intersection of 82"d and Memphis Street In Lubbock, Texas. Three (3) of the borings were extended to a depth of 30 feet and one (1) was extended to a depth of 70 feet below existing ground surface which is believed to be approximately 32371 . 2. According to the United States Department of Agriculture the subsurface material encountered at this site should be an Estacado Urban Land Complex. Estacado soils have a surface layer of friable, moderately alkaline, brown clay loam about 16 Inches thick. The Urban land consists of residential and commercial buildings, driveways, streets and sidewalks. Surface runoff Is high because of the works covering the area. The potential is high for urban use. Corrosivity to uncoated steel and low strength are the most limiting factors but are easily overcome by good design and careful Installation. The majority of the soils in the top 2' of the borings possess plasticity index (PI) values below 15 therefore could be utilized for select fill if the PI is verified. 3. Groundwater was encountered at this site in all four (4) borings at the 20' depth. Groundwater at this depth or shallower Is not uncommon for this area due to the lake that exists to the North/Northwest. 4. Laboratory test results Indicate that the soils encountered in the upper 5' of the four (4) borings are moderate In Plasticity. A potential vertical rise (PVR) up to 3/a" in the top five (5) feet of existing soils has been estimated for the current conditions and anticipated for the proposed City of Lubbock Water Reservoir Project if no modifications are made to the existing soils. These and other design and construction recommendations are discussed In more detail in the attached report. nurN.nrrrngnn Tminr i nnnanTnu mr r GEOTECHNICAL EXPLORATION CITY OF LUBBOCK WATER RESERVOIR AT 82ND AND MEMPHIS AVENUE Lubbock, Texas 1.0 INTRODUCTION 1.1 Project Information This report presents the findings of our subsurface exploration and geotechnical engineering evaluation for the proposed water reservoir project. The structure will be constructed in the Northwest quadrant of the Intersection of 82"a and Memphis Avenue in Lubbock, Lubbock County, Texas. At this site exists an underground water reservoir that we believe Is approximately 24, below grade at approximately elevation 3213'. We believe this structure would be demolished and completely removed before the pit Is backfilled. At this time a wire wound concrete reservoir will be constructed on this site. It Is our understanding that the structure Will be an above ground water storage tank that has a 5-6 million gallon capacity. The structure Itself will be 200' in diameter. The side walls will be 30' tail with a 20' dome roof. 1.2 Purpose of Exploration The objective of this exploration was to explore the general subsurface conditions at the site and to evaluate and analyze these conditions as they relate to foundation construction. 1.3 Scope of Exploration The scope of work Included a site reconnaissance, soil test boring, sampling, laboratory testing, engineering evaluation of the field and laboratory data, and the preparation of this report. Specifically, this report addressed the following: 1. Description of the existing site conditions 2. A description of the area, site evaluation and subsurface conditions 3. Subsurface soil, rock stratigraphy and groundwater observations 4. Recommendations for foundation design including allowable bearing capacities, estimated bearing levels, and estimated potential vertical rise (PVR). Frost penetration depth is also provided. 5. Recommendations for structural support at or above grade. 6. Recommendations for site preparation, earthwork, groundwater, �t proof rolling control as required. This Includes a maximum plasticity index for fill materials and analysis of the effect of weather and construction equipment on soil during construction. �- 7. Analysis of soils to evaluate presence of potentially expansive or deleterious conditions. DyES5PEIE�S�� 1ES11�G IflBORR1�Ry. Ifs. — I _. 2.0 INVESTIGATION PROCEDURES 2.1 Visual inspection The site and surrounding areas were evaluated visually by a DPT employee. The observations were utilized during the determination of recommendations and in relating known geologic conditions in the area to site specific conditions. 2.2 Scope of Field investigation Four (4) geotechnical borings were advanced at the approximate location shown on the attached Borings Location Map (Figure 4 In Appendix A). The depths of the borings are 30 and 70 feet below existing ground surface. No exact sea -level elevations were given at the time of this report but it is our belief that the existing elevation is approximately 32371. All four borings were drilled at what we believe Is the outer edge of the circular proposed reservoir. The borings were located In the field by a DPT representative from a map provided by City of Lubbock personnel. There 'were no restrictions encountered by underground utilities as they were located before drilling began by Dig TESS as arranged by DPT personnel. Please note, the borings were advanced In the approximate locations they are shown on the Location of Borings Map as directed by City of Lubbock personnel. Representative soil samples of the subsurface materials were obtained utilizing a split -spoon sampling method as per ASTM D-1586. A standard 2- inch O.D. split -spoon sampler was driven 18-inches Into subsurface materials using a 140-pound hammer with a fail of 30-Inches to obtain relatively disturbed samples at selected depths during drilling procedures. The number of blows to drive the split -spoon sampler the final 12-inches of penetration, known as N-value, is recorded in the appropriate column on the logs. Unconfined compressive strength tests were performed on selected samples. The samples were removed from the sampler and placed In sealable plastic bags to prevent moisture loss or gain and to be used in further testing. The borings were backfilled with on -site materials upon completion. The soil classifications and descriptions are based on visual examination, as outlined in ASTM D-2487-92, the unified Soil Classification System in conjunction with Munsell Soil Color Charts, and should be considered approximate. Subsurface materials encountered are recorded on the Boring Log, which depict soil classifications, descriptions, and penetration resistance and are Included in Appendix B. 2.3 Scope of Laboratory Testing Minus #200 sieve analysis (ASTM D 1140-92), existing moisture content (ASTM D 2216), particle size distribution (ASTM D422) and Atterberg limit tests (ASTM D 4318-84) along with unconfined compressive strength tests (ASTM D2166) were performed on selected samples to assist in classification of subsurface materials and determination of engineering characteristics of the materials. All laboratory results are described on the Log of Borings located In Appendix B. .2- I (IUGSS.P[:1GASnn 1[Si nr I finnflnino ! Illr �-1 3.0 SITE AND SUBSURFACE CONDITIONS 3.1 Site Descriptions The site of this project is located in the Northwest quadrant of the intersection of 82"d Street and Memphis Avenue in Lubbock, Lubbock County, Texas. The proposed structure will be a water reservoir storage tank. Ground vegetation at the project site is abundant. The site Is a grassy landscaped area surrounding a tennis court that Is constructed on top of the existing underground reservoir that will be removed. The topographical conditions at the site consist of a relatively level area for approximately 20' outside of the tennis court. The ground is level from the East side of the tennis court and remains so all the way to Memphis Street. On the West side it is level for approximately 20, before a significant grade change occurs. This grade change results In a drainage canal that runs to the North to the lake. 3.2 Subsurface Conditions All data interpreted from the geotechnical borings are detailed In the Log Of Borings located In Appendix B. As previously mentioned, the location of the test borings are pictured on Figure 3 in Appendix A. The subsurface conditions discussed In the following paragraphs and those depicted in the Log of Borings are based solely on the information obtained from the geotechnical borings drilled at the site and represents an estimate of the subsurface conditions based on interpretation of the borings data using normally accepted geotechnical engineering judgments. The soil borings encountered Clayey Sand, Sandy Lean Clay and Silty Sand. These strata are discussed in the following paragraphs. Excessive moisture contents existed in all four borings at and below the 20' depth after water was encountered. 3.2.1 Clayey Sand Clayey Sand was encountered in boring #1 from the surface to the 7' depth and again from the 18 to 27' depth, in boring #2 from the surface to the 5' depth and again from the 20 to 27' depth, in boring #3 from the surface to the 10' depth and again from 20 to 27' depth and in boring #4 from the surface to the 15 depth and again from the 19 to 27' depth. The color of this soil is Pinkish White with Rock, Pink, Reddish Brown, Light Brown, Brown and Pinkish Gray. The plasticity index (PI) of the Clayey Sand ranges from 12 to 19 which results in a degree of plasticity of moderate, the moisture contents range from 7.6 to 27.9 percent, and the density varied from medium dense to very dense. -3- num.nCipw ifennr i nnnnninnu inr UVI.VU I LI-QUIP ILUIIIIV UIUVIU11VIW. IIIU. The Standard Penetration Test values (blow counts) for the Clayey sand existing In the borings ranges from 11 blows for 12 Inches of penetration to 90 blows for 9 inches of penetration. 3.2.2 Sandy Lean Clay Sandy Lean Clay was encountered in boring #1 from the 7 to 18' depth, In boring #2 from the 5' to 20' depth, in boring #3 from the 10' to 29 depth and in boring #4 from the 15' to the 19' depth. The color of this soil ranges from Light Brown with Rock, Pink, Pinkish White, Light Reddish Brown and Very Pale Brown. The plasticity index (PI) of the Sandy Lean Clay ranges from 11 to 18 which results in a degree of plasticity of moderate, the moisture contents range from 10.3 to 20.0 percent, and the consistency varied from stiff to hard. The Standard Penetration Test values (blow counts) for the Sandy Lean Clay existing in the boring ranges from 9 blows for 12 inches of penetration to 36 blows for 12 inches of penetration. 3.2.3 Silty Sand Silty Sand was encountered in boring #1 from the 27 to 70' depth and in borings #2,3 and 4 from the 27 to 30' depth. The color of this soil is Very Pale Brown. The plasticity index (PO of the Silty Sand ranges from NP to 3 which results in a degree of plasticity of none, the moisture contents range from 18.1 to 34.8 percent, and the density was very dense. 3.2.4 Groundwater As mentioned previously, groundwater was encountered at the 20' depth In the four (4) borings. Groundwater at this depth is not uncharacteristic for this area since a lake exists to the North/Northwest of the site. It is unlikely though that groundwater would be encountered during the construction of a mat or ring foundation at approximately elevation 3237. The amount of groundwater is expected to vary with seasonal rainfall, other climatic conditions, surface runoff, permeability of on -site soils, continuity of pervious soils, irrigation practices, and other factors. These observations do not constitute a groundwater study nor was such a study authorized as a part of the scope of investigation only as monitored during and after drilling. 3.2.4 Frost Depth The design frost depth for Lubbock County, Texas is 18 inches. 3.2.5 Seismic zone The location of this project is in a Zone "0" area which is an area of no damage. E,t num.OrT[DSnn iminr I nnnnowu In(' UJL+1J I LIL11JU11 Il.JI111U LIIUUIl111UI10. II1U. I L 3.2.6 Shrink/Swell Potential The tendency for a soil to shrink and swell with changes In soil moisture content is a function of the clay content and the type of clay material. These are reflected in soil consistency as Indicated by the liquid limit and plasticity index of the Atterberg Limits Tests. A generalized relationship between shrink/swell potential and the soil plasticity index (P.l.) is shown as follows: General Relationship Between P.I. and Shrink/Swell Potential P.I. Range Shrink/Swell Potential 0 t01 s Low 15 to 25 Medium 25 to 35 High >35 Very High The soils at this site possess a low to medium shrink/swell potential. 4.0 DESIGN RECOMMENDATIONS The following design recommendations have been developed on the basis of the previously described project characteristics and subsurface conditions encountered. If there are any changes In the project criteria, this office should be notified immediately and a review made by DPTI to determine if any modifications in our recommendations would be required. The following conclusions and recommendations are based on our observations at the site, interpretation of the field data obtained during this exploration, and our experience with subsurface conditions. Subsurface conditions in unexplored locations may vary somewhat from those encountered in our Investigation. If the structure location, Is changed from the above understanding, we request that we be notified immediately so that we may reevaluate our recommendations. 4.1 Proposed Construction Our understanding and knowledge of this project is based on conversations with Mr. Terry Baker Of City of Lubbock Public Works Engineering. We were Issued a small portion of the site plan of this project before drilling was started. It is our understanding that the existing water reservoir will be demolished, removed and the excavation backfilled. it is our belief that the proposed reservoir will only cover half or less of the backfilled area in the North -South direction. In the East-West direction we believe the proposed reservoir will extend past the backfilled edge on the West side but inside the backfilled edge on the East side. It is recommended that any area under the proposed reservoir location that is not already part of the backfill process be over excavated a minimum of fourteen (14) feet and be backfilled as part of the original backfill process. This is recommended In order to provide uniformity under the foundation. This backfill process should be performed as described In sections 5.2 and 5.3 (Subgrade and Foundation Preparation) of this report. Information concerning structural loads was not provided at the time this report was prepared but are assumed to be heavy. -5- nurm.nrTrncnn Train i nnnnnTmi im VVLVV I LILINlVII Iw1111V LIIUUfIIOVIk\ll nlu. i Swelling Characteristics: An estimate of the magnitude of the possible ground surface movement caused by shrinking and swelling of the clay containing soils has been made through the use of the potential vertical rise (PVR) procedure. As previously mentioned PVR expected for this site Is of the magnitude of up to W. The anticipated ground movements due to the swelling of the underlying soils at the site were estimated assuming dry moisture conditions. The remove and replace scenario will help reduce the PVR by means of the compactive effort. Any additional select fill material placed above elevation 3237' will also help in reduction of the PVR. we estimate PVR values will be reduced by about 1/4" for each 1 foot of select fill placed above the 3237' elevation. This method utilizes correlations between Atterberg Limits (PI) test data to estimate the swell potential and as such, the result must be considered as giving approximate values of the shrink -swell potential. The moderate clays In the borings have a medium potential for volume change with changes in the soils moisture content. The volume change Is normally evidenced by the heaving and cracking of concrete slabs. The Potential Vertical Rise (PVR) at this site is on the order of %" assuming the soils re allowed to increase In moisture content from a relatively dry condition to a relatively wet condition over a depth of 10 feet. It is not uncommon to assume differential movement as half of the PVR. Due to the moderately plastic nature of on -site soils some of which may be left in place (perimeter of the foundation) consideration should be given to these soils to reduce their shrink/swell potential if the estimated PVR is too high for design. Controlling the moisture content variation of a soil will therefore reduce its variation in volume. A number of measures may be Increased to attain a reduction in subsoil moisture content variations, thus reducing the shrink/swell potential. Some of the measures are listed below: 1) During construction, a positive surface drainage scheme should be implemented to prevent ponding of water on the subgrade. 2) The foundation subgrade should not be allowed to dry out; foundation backfili should proceed as soon as possible after construction to minimize changes In the soils natural moisture. 3) Positive surface drainage should be maintained around the foundation to transmit water away from the foundation perimeter. Proper grading and drainage in the foundation area to prevent ponding of water Is essential. In no Instance should water be allowed to pond in the foundation vicinity either during or after construction. The final ground surface should be sloped down and away from the edge of the foundation at a minimum of five percent (SM slope (six inches drop in ten feet of run) to make sure water drains away from the foundation area during the life of the project. The slope should extend at least ten feet from the foundation perimeter. 4) Utility trenches should be backfilled with on -site materials to reduce the potential of the trenches acting as aqueducts and transmitting water beneath the structure due to excessive surface water Infiltration. -6- nurcc.nrTr9Qnn Kum i nnnnm ou mr 1-4 5) Trees or other vegetation whose root systems have the ability to remove excessive moisture from the subgrade and foundation soils should not be planted next to the structure. Planted and landscaped areas adjacent to the structure should not be covered with an Impermeable sheeting, commonly used to reduce weed growth. Trees and shrubbery should be kept away from the exterior edge of the foundation element a distance of at least equal to 1.5 times their expected mature height. Trees can remove soil moisture through their root system, therefore creating significant soil moisture differences between the structure and consequently aggravating expansive soil activity. Root growth beneath a foundation can also cause damage by Pushing against a foundation element. '6) Differential movements should be expected between the foundation and adjoining structures, such as sidewalks. Flexible joints should be used which account for such movement without adversely affecting the aesthetics and integrity of the joint and without allowing stress transfer. 7) Sloping of the surface of the fill or backfill during construction to promtote run-off of rain water to drainage features until final lift is placed. 8) Utilities which project through slab -on -grade or slab -on -fill slabs should be designed with either some degree of flexibility or with sleeves to help reduce the risk of damage to the utility lines as vertical movements might occur. It should be noted that these PVR estimates are indicative of the relative magnitude of probable movement under seasonal moisture changes In the soil moisture content. Movements in excess of these values may be expected if increases In soil moisture occur as the result of excessive lawn or shrubbery irrigation, broken water lines, or Improper drainage of surface water. The client is cautioned that the strength of clay soils can vary significantly with moisture content. When clays are dry the strength can be relatively high while the clays can lose their strength when they are wet. With the above mentioned Information in mind we provide the following options for design: We assume the finish floor elevation is still going to be at least 3237' since we were not presented any other elevation value. Assuming this the first option is that the backfill be placed up to elevation 32361. At this time a minimum two (2) feet thick mat foundation could be constructed bringing the finish floor elevation to 3238'. This would elevate the foundation and provide positive slope away from the foundation. The backfill against the mat foundation should be placed such that It does provide the necessary drainage slope. The In -place bearing capacity value for design at elevation 3236' should be 2000 psf. The second option would be the backfill process be continued until elevation 3237' Is reached. At the time select fill material should be placed as described in section 5.3 of this report until elevation 3238' is achieved. The next step would be to trench a ring footing a minimum of two (2) feet deep. once again the In -place bearing capacity value at elevation 3236' is 2000 psf. -7- IL�i�'�I�i�1!j�ITlj(��iflTlli!T!TIT!T!T(IT�I►�IIT� 4.2 General Conclusions The most significant soil related factors for design of the heavily loaded structure at this site are the bearing capacities of the soil layers and their expansion. The soils present at the site are moderate in plasticity and foundations supported on these clays could be subject to movements due to moisture fluctuations in these soils. The most positive means to reduce the potential for foundation movement would be to support the proposed structures on a foundation system bearing below the freeze/thaw zone which for this area Is considered 18-inches and in the backfiiled material. It is recommended that the minimum depth for a foundation bearing depth be 24-inches below the finished exterior grade to protect against freeze/thaw only. Regardless of the foundation system used to support the proposed structure, in order to minimize the damaging effects of soil volume change caused by ponding of water, resulting In a change in moisture content, adequate grading and drainage around the structure to prevent ponding of water Is essential. All areas around the structure should be designed to prevent migration of water into the clay soils beneath the structures, and other fiatwork sensitive to movement. Irrigation of lawn around the structure should be of low quantity, with no excessive saturation or drying of soils around the foundation allowed to occur. 4.3 Recommended minimum Sampling and Testing Frequencies It is recommended that the site preparation, foundation construction and slab construction be monitored by the Geotechnical engineer or his representative. Following are recommended minimum sampling and testing frequencies. Earthwork Concrete At least one moisture -density (Proctor) test, Atterberg limits test and percent finer than #200 sieve test should be performed per each soil type such as subgrade, backfill, fill and base materials In the structure area, at least 1 density and moisture content test per 2500 square feet of surface area should be performed on the subgrade soils, and at least 1 density and moisture content test per 2500 square feet of surface area should be performed for each compacted 6-inch thick layers of fill and backfill. Testing backfill trenches should be at least 1 density and moisture content test per 100 linear feet of trench per 6-inch compacted fill thickness. A minimum of at least three density and moisture content tests should be performed in the structure area on the subgrade soils, and a minimum of at least three density and moisture content tests should be performed per 6-inch compacted thickness of fill or backfill in the building area. At least 1 slump, air content and temperature test should be performed per 50 cubic yards of each type of concrete placed each day including when concrete test cylinders are molded. -8- nu«c.onimnn iminr i nnnaamau mr F i • At least 1 set of 4 concrete test cylinders should be molded for each type of concrete per 50 cubic yards or fraction thereof placed In a day. • Each set of cylinders should be tested for compressive strength with 2 of the cylinders tested at 7 days and 2 of the cylinders tested at 28 days. • Reinforcing steel should be checked for size of placement prior to concrete placement. Foundations • The dimensions of each foundation including reinforcing steel size and placement should be checked. • The bearing material at each foundation should be checked to verify that the materials are suitable for foundation support. 5.0 CONSTRUCTION RECOMMENDATIONS All areas around the structure. should be designed to prevent migration of water into the clay soils beneath the structures, and other flatwork sensitive to movement. Irrigation of lawn around the structure should be moderate, with no excessive saturation or drying of soils around the foundation allowed to occur. 5.1 Site Preparation A. This site should be prepared by removing and clearing any existing foundations, paved areas, grass, trees, tree roots, and organic topsoils. B. The Subgrade should be proof rolled to detect local weak areas which should be excavated, processed, and recompacted in loose lifts of approximately fl- inch thickness and compacted to 95% of Standard Proctor Density (ASTM D-698- 91) and tested in accordance with ASTM Designation D 2922-91. 5.2 Subgrade Preparation A The top 9-inches of in -Place soil should be plowed or scarified, processed to near optimum moisture (+J-2%), and compacted to at least 95% of maximum dry density as determined by (ASTM Designation: D 698-91) and tested in accordance with ASTM Designation D2922-91. B. The site should be proof roiled to detect soft areas which should be removed and properly replaced. C. Subgrade should be tested by a qualified laboratory Technician under the supervision of a Registered Professional Engineer specializing in geotechnical studies. .9- nu«q.DiTiognn Tminr 1 DDnDnTnou inr 1 5.3 Foundation Preparation (Backfill and Fill) A. All select fill material should have a Plasticity Index of 4-15 and should be placed In 6-Inch maximum compacted lifts. All soil for fill should be free of large rock (larger than 21or other deleterious material and should be processed to near optimum moisture (+/-2%) and compacted to a minimum of 95% of maximum dry density as determined by ASTM Designation D698 and when tested in accordance with ASTM Designation: D 2922-91 prior to placing the next lift. The plasticity Index and liquid limit of material used as select, non -expansive fill Should be routinely verified during fill placement using laboratory tests. Visual observation and classification should not be relied upon to confirm the material to _be used as select, non -expansive fill satisfies the above Atterberg- limit criteria. B. The site should be proof rolled to detect soft areas which should be removed and properly replaced. C. Each lift should be tested by a qualified Laboratory Technician under the supervision of a Registered Professional Engineer specializing In geotechnical studies. D. The top 2-inches of fill should be sand, or other free draining soil, in the area beneath all slabs and sidewalks. The sand cushion or other free draining soil, should be damp and compacted prior to placing the fresh concrete, and should have a Plasticity Index of 8 or less. E. Structural concrete should be placed as soon as possible when the soil preparation is completed. 6.0 EXCAVATION SAFETY CONSIDERATIONS If utility trenches or other excavations extend to or below a depth of 5-foot below construction grade, the contractor or others shall be required to develop a trench safety plan to protect personnel entering the trench or trench vicinity. The. collection of specific geotechnical and the develop of such a plan which could Include designs for sloping, benching or various types of temporary shoring, is beyond the scope of the current study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable Industry standards. The soils at the depths needed for excavation are classified as cohesive, The maximum allowable slope for excavations less than 20-feet are 1H:1V for a short term. it is Important for the design geotechnical engineer to be allowed to observe the excavations to make a determination as to the quality and competency of the soil materials. if sandy or clayey material is observed not to be stable at a 1 horizontal to 1 vertical slope or if large pockets of non -cohesive soils are encountered, the excavations may require being sloped even more gentle. If any sloughing subsidence or tension cracks are observed in the soil, the contractor should stop all work and notify the design geotechnical engineer. -10- nu[SS aragnn Tcunr IAnnnaTnnu mr 7.0 QUALIFICATION OF RECOMMENDATIONS The recommendations in this report were developed from the information obtained from the test boring which give subsurface conditions only at the specified depths and at the specified times on the boring log that there are no pre-existing deep excavated areas that have been backfilled on this site other than the backfilled reservoir area. It Is also assumed that the moisture levels encountered at this site will not be permitted to materially Increase over those shown on the tests. in addition, the laboratory test results for selected soil and. rock samples relate only to the samples tested. Rock and soil conditions at other locations may vary from the Indicated conditions and the nature and extent of the variations may not become noticeable until the course of construction. if variations do appear, it will be necessary to re-evaluate the recommendations of this report after making notes of all the variations. Also, if any changes occur in the proposed construction, including site location, this office should be notified so a review can be made. It Is important that a geotechnical engineer be retained to review the specifications and plans and also for testing and observations during the foundation construction and earthwork phases of the proposed construction to help confirm the design requirements are fulfilled. Our professional geotechnical services have been performed, our findings logged and our report prepared In accordance with generally accepted geotechnical engineering practices. This warranty is in lieu of all other written warranties either expressed or Implied. This report shall not be reproduced except in its entirety and with the express written permission of Dyess-Peterson Testing Laboratory, Inc. num.nrtrneno iryinc i nonnntnnu mr UJLJJI LiLIWUII ILJIIIIU UIUMMIUIIJ, IIIU. APPENDICES APPENDIX A — TEXT FIGURES Figure 1 Site Location Map Figure 2 Site Vicinity and Topographic Map Figure 3 Boring Location Map APPENDIX B - FIELD RESULTS Records of Subsurface Exploration Sheets Key to Symbols and Classifications - Soil and Rock Laboratory Analysis nuCSS.DCT[nSnn Tminr I nnn0nmu inr U-1-1-1 1Lo1111V L11VU1-1VIWI 111U. APPENDIX A - TEXT FIGURES Figure 1 Site Location Map Figure 2 Site vicinity and Topographic Map Figure 3 Boring Location Map nurgq.nrT[ncnn Trunr i nnnnnTnnu ire vVwV I uOWUlf nonnu UIUUlV-VLLV, ll�, I Figure 1 Site location Map Project: City of Lubbock Water Reservoir @ 82nd and Memphis Lubbock, Texas DPTL NO.: 1708 nurmortr M rrcrnr i nnnnmmnu nr _....... _.... UAW I LILIIJUII IWIOIU LnUURNURJ, AIb. •�'�jlr a s!i>iw,4,•'k:�f.�-=1-+"b�".�" sf f ,� � r.• +�l�Y�+� Lp lk c� RKI 4l i r 'F f 3•xIvY ► s ; s }r^ - .4w 46 . -...~ »w .'�i .•-.ft�1 N.. --•+44-'"*• _:.....�,�r,.n.y+.++r..ti.•cr.,....tiiM�fY.p4!!r i_l �Ui�� ,j_.�,�,�•1•r'er :'3t�t3l=P��irSt DJetp�.•r•1'� � � Y �; r.. BORING NO. 1 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Water Reservoir @ 82nd & Memphis LOCATION: Lubbock, Texas CLIENT: City of Lubbock Public Works Eng. %Terry Baker LOGGED BY: L. Peterson DRILLED DATE: 05/23/02 DRILLED BY: R. Wedell DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger ELEVATION: 3237' Sample soil Log Description SIFT Blows/Ft Moisture Percent Dry Density LL PL PI Unconfined Compressive Paseing 200 Dtpdt PC f Strength TSF Sieve F ff Silly Sand: Very Pale Brown with Rock (SM) 8/2/10YR (Cemented, Very Hard) 45 18.1 29 -- NP 15.9 50 19.6 27 - NP 13.3 55 19.9 29 — NP 14.0 60 25.7 24 21 3 20.1 65 18.1 27 - NP 15.2 70 •T.D.-70't 75 80 BORING NO. 2 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Water Reservoir @ 82nd & Memphis LOCATION: Lubbock, Texas CLIENT: City of Lubbock Public Works Eng. %Terry Baker LOGGED BY: L. Peterson DRILLED DATE: 05/23/02 DRILLED BY: R. Wedell DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger ELEVATION: 3237' Sample Boll Loll Description SPT Blows/Ft PT Moisture Percent Dry Denalty LL PL PI Unconfined Compressive Paaeing 200 Depth pof Strength TSP Sieve Feet 0 Cl2ygy Sand: Pinkish Grayy with Rock (SC) 8.1 29 15 14 46.3 7/2/SYR 4 - 6' 5 - 12' 12.4 30 IS 15 42.7 C�ysy Sand, Reddish Brown (SCE 5/4/5YR 6 - 18" 6 - 6" 11.9 29 14 15 1.10 43.0 5 10 - 12" Sandy Lean Clav: Verryy Pale Brown (CL) 4 - 18' 11.5 33 IS 18 61.2 B / 2 / lOYR 8 - 6' 11.8 34 16 18 63.4 9 - 12' Shy Lean Ciav: Light Reddish Brown (CL) 10 - 18' 11.5 30 15 15 54.9 6/4/SYR 6 - 6' 12.1 31 14 17 57.2 11 - 12" 9 - 18" 10 8 - 6' 16.3 30 14 16 1.35 56.6 11 - 12" 15 - 18" 15 8 - 6' 11.5 28 15 13 3.60 57.0 13 - 12" 16 - 18" 20 Claycy Sand: Pinkish White with Rock (SC) 13 - 6' 13 12' 23.2 24 12 12 0.54 45.1 8/2J7.5YR - 20 - 18" 25 26.1 28 15 13 44.0 29.0 24 NP 12.5 Silty Sand: Very Pale Brown with Rock (SM) (Cemented, Very Hard) 8/2/ 10YR 30 25.1 22 NP 14.2 • T.D. - 30' s 35 40 E! BORING NO. 3 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Water Reservoir @ 82nd & Memphis LOCATION: Lubbock, Texas CLIENT: City of Lubbock Public Works Eng. %Terry Baker LOGGED BY: L. Peterson DRILLED DATE: 05/23/02 DRILLED BY: R. Wedell DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger ELEVATION: 3237' Sample Soli Log Description SPT Blo PT Moisture Percent Dry Density LL PL PI Unconfined Compressive Passing 200 Depth pcf Strength TSF Sieve Feet 0 CCl ,yqy Sand: Pinkish Gray (SC) 6.6 29 13 16 46.1 7/2/7.5YR 6 - 6" 11.2 25 13 12 1.10 45.9 5 - 12" 6 - 18' 5 - 6' 10.2 26 11 15 42.4 5 6 - 12" 7 - 18' 7 - 6' 10.7 27 13 14 46.0 10 - 12" Clayey Sand: Pinkish White with Rock (SC) 11 - 18" 10.1 28 12 16 40.8 8 / 2 / 7.5YR 7 - 6" 10.4 29 13 16 1.95 41.9 12 - 12" 16 - 18' L0 - Z" 15 11.2 28 13 15 54.0 SWWXCtav:- Pink (�) 73 / f.SYR 19 - 18" 15 10 - 6" 12.1 27 12 15 2.22 51.3 15 - 12" 21 - 18" a 20 Clayey Sand: Pinkish White with Rock (SC) 9 - 6" 21.7 26 12 14 42.5 8/2/7.5YR 13 - 12' 13 - 18" 25 Sj1y Ste: Very Pale Brown with Rock (SK (Cemented; Very Hard) 8/2/10YR 30 T.D. - 30' f 35 40 BORING NO. 4 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Water Reservoir @ 82nd & Memphis LOCATION: Lubbock, Texas CLIENT: City of Lubbock Public Works Eng. %Terry Baker LOGGED BY: L. Peterson DRILLED DATE: 05/23/02 DRILLED BY: R. Wedell DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger ELEVATION: 3237' Sample soil Log Description SIFT Blows/Ft Moisture Percent Density LL PL PI Compressive Unconfined Passing 200 pef Strength TSF Sleve Depth Feet 0 Clsve.},San& Light Brown with Rock (SC) 7.4 30 14 16 44.2 6/4/7.5YR 9 - 6" 8.7 27 13 14 1.40 46.1 7 - 12" 7 - 18" 6 - 6" 8.2 28 14 14 41.8 5 9 12" 9 - 18" 7 - 6" 8.7 29 14 15 43.6 6 12" 8 6" 9.7 26 14 12 1.70 41.4 6 - 12" 11 - 18" 10.3 29 13 16 40.3 rlAyM Sand: Brown (SC) 10 5 / 4 / 7.5YR 8 - 6" 11.9 28 14 14 2.20 45.9 10 - 12" 12 - 18" 15 3 - 6" 4 - 12" 17.0 27 14 13 0.33 50.9 Swudv Lean Clay: Light Brown with Rock (CL) 6/4/7.5YR 5 - 18" 19.2 29 14 15 41.2 Clayty Sand: Pinkish White with Rock (SC) U 20 8 / 2 / 7.5YR 7 - 6" 22.8 28 14 14 1.08 44.0 9 - 12" 7 - 19" 25 25.1 27 15 12 46.1 23.6 24 - NP 17.9 silly Sand, Very Pale Brown with Rock (SIv) (Cemented, Very Hard) 8/2/10ry 30 25.0 22 -- NP 13.6 • T.D. - 30' s 35 40 L11 10 ■�IIII III�jIIN\I N��"�IIIIIII��NII� Test % +3" % GRAVEL % SAND % SILT = CLAY 14 0.0 0.0 68.3 10.5 21.2 LL PI D85 D60 D50 D30 D15 28 13 1.12 1 0.398 1 0.248 10.0617 D10 I `'c �I C. MATERIAL DESCRIPTION USCS AASHTO 10 Pinkish Gray Clayey Sand �— SC _ Project t No .: 2064 '"'fir'- j �� Remarks: Project: City of Lubbock Public Works E eeri d 9Materiat from 1' Depth • Location: Water Reservoir at 82nd & M °'°�' °�� t„ EL D. COPEUM � f Boril # 1 oseesw�cwwoew 3 1 Date: 6-6-2002 GRAIN SIZE DISTRIBUTION TEST REPORI��'�� tD,�Aa DYESS-PETERSON TESTING LABORATORIES, INC. Figure No. 1A GRAIN SIZE DISTRIBUTION TEST DATA Test No.. 14 .---------------------------------------------------------------------------- )ate: 6-6-2002 project No.: 2064 .?roject: City of Lubbock Public Works Engineering F." ----------------------------------- Sample ------ ---- Data---------------------------------- ------------------------------------------------------------------------------- �9j.,ocation of Sample: Water Reservoir at 82nd & Memphis 1.aample Description: Pinkish Gray Clayey Sand TSCS Class: SC Liquid limit: 28 #ASHTO Class: Plasticity index: 13 ------------------------------------------------------------------------- Notes .------------------------------------------------------------------------------- ":emarks: Material from 1' Depth of Boring #1 fig. No.: lA ------------------------------------------------------------------------------- Mechanical Analysis Data ------------------------------------------------------------------------------- aieve Size, mm Percent finer "F 10 2.000 100.0 ------------------------------------------------------------------------------- Hydrometer Analysis Data .------------------------------------------------------------------------------ `;eparation sieve is number 10 ?ercent -# 10 based on complete sample= 100.0 ;Weight of hydrometer sample: 100 .tygroscopic moisture correction: Moist weight & tare = 510.20 Dry weight & tare = 479.90 Tare = 129.90 Hygroscopic moisture= 8.7 k :alculated biased weight= 92.03 ' ;automatic temperature correction Composite correction at 20 deg C = 5 y Aeniscus correction only= 0 ''pecific gravity of solids= 2.66 1pecific gravity correction factor= 0.998 Idrometer type: 152H Effective depth L= 16.294964 - 0.164 x Rm Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 2.0 20.0 20.0 .25.0 0.0136 20.0 13.0 0.0347 27.1 5.0 20.0 20.0 25.0 0.0136 20.0 13.0 0.0219 27.1 15.0 20.0 20.0 25.0 0.0136 20.0 13.0 0.0127 27.1 30.0 20.0 19.0 24.0 0.0136 19.0 13.2 0.0090 26.0 60.0 20.0 16.0 21.0 0.0136 16.0 13.7 0.0065 22.7 250.0 20.0 14.0 19.0 0.0136 14.0 14.0 0.0032 20.6 Elapsed Temp, Actual Corrected K Rm. Eff. Diameter Percent time, min deg C reading reading depth mm finer 1440.0 20.0 11.0 16.0 0.0136 11.0 14.5 0.0014 17.3 ------------------------------------------------------------------------------- Fractional Components __________ --------------------------------------------------- ,ravel/Sand based on#4 sieve .Sand/Fines based on #200 sieve -i + 3 in. = 0.0 GRAVEL = 0.0 %- SAND = 68.3 > SILT = 10.5 V CLAY = 21.2 'W 5= 1.12 D60= 0.398 D50= 0.248 )30= 0.0617 3 (. r- f s 10 100 90 80 70 w H 60 w z 50 w U w 40 30 20 10 0 GRAIN SIZE DISTRIBUTION TEST REPORT �iuiiiiiii��ii�� �nii�n���■iiiii�i� ■�i0im��m i ■ii��iu�■�ii umm �IIIIIIII�uIIII�III,H�I�Ar1�1��1�1■ ■�IIIII���NIIII■IIIIIIII�II ■NIIII�� 200 100 10.0 1.0 0.1 0.01 0.0011 GRAIN SIZE - mm Test % +3" % GRAVEL % SAND % SILT % CLAY 17 0.0 0.0 64.5 1 13.3 1 22.2 ram® • . � • • • • : • ---- ' MATERIAL DESCRIPTION USCS I AASHTO I ♦ Pink Sandy Clayey Sand SC Project No.: 2064 stQ����' rrB Remarks: Project: City of Lubbock Public Works Eng y° i `19 aterial from Boring #1 • Location: Water Reservoir at 82nd and Mis.# 5' De h W93CHAEL D. COPE D � 72032 Date: 6-6-2002 GRAIN SIZE DISTRIBUTION TEST REPOR DYESS—PETERSON TESTING LABORATORIES, INC. Figure No. 1B -----------------------GRAIN-SIZE-DISTRIBUTION-TEST-DATA---------Test-No.: 17-- Date: 6-6-2002 Project No.: 2064 ?roject: City of Lubbock Public Works Engineering -------------------------- - - - - -- ----------------------------------- Sample Data .------------------------------------------------------------------------------- -Tiocation of Sample: Water Reservoir at 82nd and Memphis -3ample Description: Pink Sandy Clayey Sand 7SCS Class: SC Liquid limit: 29 .'WHTO Class: Plasticity index: 15 _ Notes ------------------------------------------- iflemarks: Material from Boring #1 at 5' Depth •Fig. No.: 1B f=------------------------------------------------------------------------------ MechanicalAnalysisData --------------------------------------------------------- .-Sieve Size, mm Percent finer 10 2.000 100.0 ---------------------------Hydrometer-Analysis-Data ------- I ------------------- ------------------------------------------------------------------------------- ;eparation sieve is number 10 Percent -# 10 based on complete sample= 100.0 j Weight of hydrometer sample: 100 ..Hgroscopic moisture correction: Moist weight & tare = 642.70 Dry weight & tare = 600.50 Tare = 129.90 Hygroscopic moisture= 9.0 Calculated biased weight= 91.77 iNutomatic temperature correction Composite correction at 20 deg C = 5 -,iAeniscus correction only= 0 '.specific gravity of solids= 2.65 specific gravity correction factor= 1.000 ,3ydrometer type: 152H Effective depth L= 16.294964 - 0.164 x Rm Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 2.0 20.0 22.0 27.0 0.0136 22.0 12.7 0.0344 29.4 5.0 20.0 21.0 26.0 0.0136 21.0 12.9 0.0219 28.3 15.0 20.0 20.0 25.0 0.0136 20.0 13.0 0.0127 27.2 30.0 20.0 18.0 23.0 0.0136 18.0 13.3 0.0091 25.0 60.0 20.0 17.0 22.0 0.0136 17.0 13.5 0.0065 23.9 250.0 20.0 12.0 17.0 0.0136 12.0 14.3 0.0033 18.5 i Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 1440.0 20.0 10.0 15.0 0.0136 10.0 14.7 0.0014 16.3 ------------------------------------------------------------------------------- Fractional Components •-------------------------------------------------- iravel/Sand based on #4 sieve 3and/Fines based on #200 sieve + 3 in. = 0.0 GRAVEL = 0.0 k SAND = 64.5 SILT = 13.3 CLAY = 22.2 D85= 1.06 D60= 0.343 D50= 0.202 )30= 0.0389 1• 100 90 80 70 W 60 w50 U d40 30 20 10 0 GRAIN SIZE DISTRIBUTION TEST REPORT <� C - _ g s w N CO O O O O •IIIIIIII:IIIIIII„li�ll IHIII101� •III 1� 200 100 10.0 1.0 0.1 0.01 0.0011 GRAIN SIZE - mm Test % +3" % GRAVEL % SAND 7 SILT 7 CLAY 13 0.0 0.0 68.7 9.8 21.5 LL ' PI D85 I D60 I D50 I D30 I D15 D10 Cc 29 14 1.12 1 0.407 1 0.254 10.0638 MATERIAL DESCRIPTION I USCS I AASNTO I I• Pinkish Gray Clayey Sand with Rock SC Project No.: 2064 Project: City of Lubbock Public Works Engin • Location: Water Reservoir at 82nd and Mere Date: 6-6-2002 `p GRAIN SIZE DISTRIBUTION TEST REPOF2'ej DYESS-PETERSON TESTING LABORATORIES. '§j��� Remarks: "°'°�� 11v terial from Boring #2 1 ' Depth ;t Gp 4PC MD 32 Fiure No. 2A GRAIN SIZE DISTRIBUTION TEST DATA Test No.. 13 g------------------------------------------------------------------------------- Date: 6-6-2002 ;Project No.: 2064 Project: City of Lubbock Public Works Engineering ----------------------------------Sample Data---------------------------------- ------------------------------------------------------------------------------- T.,ocation of Sample: Water Reservoir at 82nd and Memphis '3ample Description: Pinkish Gray Clayey Sand with Rock 'USCS Class: SC Liquid limit: 29 AASHTO Class: Plasticity index: 14 F"i ------------------------------------`Notes ------------------------------------- ------------------------------------------------------------------------------- Zemarks: Material from Boring #2 at 11 Depth Fig. No.: 2A .------------------------------------------------------------------------------- Mechanical Analysis Data =------------------------------------------------------------------------------ .Sieve Size, mm Percent finer 10 2.000 100.0 ------------------------------------------------------- Hydrometer Analysis Data ------------------------------------------------------------------------------- 3eparation sieve is number 10 'percent -# 10 based on complete sample= 100.0 sample: Weight of hydrometer le: 100 g Y P . 1ygroscopic moisture correction: Moist weight & tare = 495.30 Dry weight & tare = 467.30 Tare = 131.30 Hygroscopic moisture= 8.3 calculated biased weight= 92.31 N.utomatic temperature correction Composite correction at 20 deg C = 5 `•.Meniscus correction only= 0 ..specific gravity of solids= 2.66 'pecific gravity correction factor= 0.998 ._iydrometer type: 152H Effective depth L= 16.294964 - 0.164 x Rm Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 2.0 20.0 20.0 25.0 0.0136 20.0 13.0 0.0347 27.0 5.0 20.0 20.0 25.0 0.0136 20.0 13.0 0.0219 27.0 -, 15.0 20.0 19.0 24.0 0.0136 19.0 13.2 0.0128 25.9 30.0 20.0 18.0 23.0 0.0136 18.0 13.3 0.0091 24.8 -. 60.0 20.0 16.0 21.0 0.0136 16.0 13.7 0.0065 22.7 250.0 20.0 14.0 19.0 0.0136 14.0 14.0 0.0032 20.5 L Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 1440.0 20.0 10.0 15.0 0.0136 10.0 14.7 0.0014 16.2 ------------------------------------------------------------------------------- rn Fractional Components ----------------------------------- -------------------------------------------- ravel/Sand based on #4 sieve Sand/Fines based on #200 sieve + 3 in. = 0.0 t GRAVEL = 0.0 % SAND = 68.7 k SILT = 9.8 t CLAY = 21.5 085= 1.12 D60= 0.407 D50= 0.254 030= 0.0638 1• 100 90 80 70 W H 60 LL z 50 W U w40 30 20 10 0 GRAIN SIZE DISTRIBUTION TEST REPORT �iiiiiiniimi �qj�i �e■�i�m�im■i���n�� iii� Giimi�■mnNniiii���iimnu■ 200 100 10.0 1.0 0.1 0.01 0.0011 GRAIN SIZE - mm Test% +3" % GRAVEL % SAND % SILT % CLAY 18 0.0 0.0 60.7 10.0 29.3 LL PI D85 D60 D50 D30 D15 30 15 1.02 1 0.302 1 0.168 10.0058 D10 I Cc I Cu MATERIAL DESCRIPTION USCS AASHTO (• Reddish Brown Clayey Sand SC Project No.. 2064 �1."• ;;�,s ,1r 1JRemorks: Project: City of Lubbock Public Works Engire.fingt terial from Boring #2 �� • Location: Water Reservoir at 82nd and Me�i�i s 0� "' �2 Dept f� �s 9. °. V.,.UHAEL p Date: 6-6-2002 Z p4kFg�ure GRAIN SIZE DISTRIBUTION TEST REPORT°t�®®` DnSS-PETERSON TESTING LABORATORIES, INC_ No. 2B _______________________GRAIN_SIZE_DISTRIBUTION_TEST_DATA_-^'^_--_Test-No_18 _r__ Date: 6-6-2002 Project No.: 2064 Project: City of Lubbock Public Works Engineering -----------------------------------Sample-Data ---------------------------------- ampleData---------------------------------- ------------------------------------------------------------------------------- Location of Sample: Water Reservoir at 82nd and Memphis Sample Description: Reddish Brown Clayey Sand JSCS Class: SC Liquid limit: 30 AASHTO Class: Plasticity index: 15 -------------------------------------------------------------------------- Notes ------------------------------------------------------------------------------- 'Remarks: Material from Boring #2 at 21 Depth Pig. No.: 2B ------------------------------------------------------------------------------- Mechanical.Analysis Data ------------------------------------------------------------------------------- Sieve Size, mm Percent finer .--10000 100.0 -------------2_--------------------------------------------------------- Hydrometer Analysis Data ------------------------------------------------------------------------------- 3eparation sieve is number 10 percent -# 10 based on complete sample= 100.0 _r ,igeight of hydrometer sample: 100 .3ygroscopic moisture correction: Moist weight & tare = 500.60 Dry weight & tare = 459.90 Tare = 133.60 Hygroscopic moisture= 12.5 k Calculated biased weight= 88.91 'kutomatic temperature correction ' Composite correction at 20 deg C = 5 .Meniscus correction only= 0 specific gravity of solids= 2.65. Specific gravity correction factor= 1.000 3ydrometer type: 152H Effective depth L= 16.294964 - 0.164 x Rm Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer t 2.0 20.0 25.0 30.0 0.0136 25.0 12.2 0.0337 33.7 5.0 20.0 24.0 29.0 0.0136 24.0 12.4 0.0215 32.6 15.0 20.0 23.0 28.0 0.0136 23.0 12.5 0.0125 31.4 30.0 20.0 23.0 28.0 0.0136 23.0 12.5 0.0088. 31.4 -- 60.0 20.0 22.0 27.0 0.0136 22.0 12.7 0.0063 30.3 250.0 20.0 19.0 24.0 0.0136 19.0 13.2 0.0031 26.9 Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 1440.0 20.0 14.0 19.0 0.0136 14.0 14.0 0.0013 21.3 ------------------------------------------------------------------------------- Fractional Components ------------------------------------------------------------------------------- Gravel/Sand based on #4 sieve Sand/Fines basedon#200 sieve + 3 in. = 0.0 GRAVEL = 0.0 k SAND = 60.7 SILT = 10.0 CLAY = 29.3 7)85= 1.02 D60= 0.302 D50= 0.168 .330= 0.0058 f f srt Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 1440.0 20.0 11.0 16.0 0.0136 11.0 14.5 0.0014 17.0 ------------------------------------------------------------------------------- Fractional Components ------------------------------------------------------- Gravel/Sand based on #4 sieve Sand/Fines based on #200 sieve 'k + 3 in. = 0.0 % GRAVEL = 0.0 SAND = 64.4 % SILT = 14.0 % CLAY = 21.6 i)85= 1.06 D60= 0.343 D50= 0.202 .D30= 0.0359 r Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer �tl 1440.0 20.0 15.0 20.0 0.0136 15.0 13.8 0.0013 22.1 ------------------------------------------------------------------------------- Fractional Components ----------------------------------------------------- 3ravel/Sand based on #4 sieve Sand/Fines based on #200 sieve lk + 3 in. = 0.0 t GRAVEL = 0.0 t SAND = 57.4 a SILT = 10.8 t CLAY = 31.8 085= 0.97 D60= 0.260 D50= 0.136 :D30= 0.0040 E y • GRAIN SIZE DISTRIBUTION TEST REPORT r N O O 100 90 80 70 W H 60 IL Z 50 W U w 40 a 30 20 10 0 �iiin�■iimIImp■ :u�mn,�niiui�u��innu ■IIIIII�1■Ihl illfll N�INII�■ �iiin��m��ii�iiinn►���uuimn� IIII�NII■ II�III�■If�lllll e�iAul�lnllll °���^�iiui�■�iiiiN■iimi Gui� 200 100 10.0 1.0 0.1 0.01 0.0011 GRAIN SIZE - mm Test % +3'' % GRAVEL % SAND % SILT % CLAY 16 1 0.0 0.0 64.4 12.0 23.6 LL 4 PI D85 D60 D50 D30 D15 30 16 1.07 0.346 1 0.204 10.0338 D10 I Cc I Cu MATERIAL DESCRIPTION USCS AASHTO • Light Brown Clayey Sand with Rock SC Project No.: 2064 ®` Project: C i ty of Lubbock Pub I i c Works Eng i new J-KK. • Location: Water Reservoir at 82nd and Me OF Date: 6-6-2002 �i"; ba 702 GRAIN SIZE DISTRIBUTION TEST REPORa;';`0-�'' DYESS—PETERSON TESTING LABORATORIES, INa Remarks: Nl terial from Boring #4 r�g1 ' Depth ND Figure No. 4A 1• 100 90 80 70 W H 60. LL w 50 U W 40 a 30 20 10 0 GRAIN ,SIZE DISTRIBUTION TEST REPORT C C C\ Cn n ��I�I I■IIIIA IIIII■B�, ■IIIIII 200 100 10.0 1.0 0.1 0.01 0.0011 GRAIN SIZE - mm Test % +3" % GRAVEL % SAND % SILT % CLAY 20 0.0 0.0 64.9 13.1 22.0 LL PI29 16 ( 1.07 10.355 1 0.2101 10.0367 5 1 1310 1 Cc Cu MATERIAL DESCRIPTION USCS AASHTO • Brown Clayey Sand Sc Project No.: 2064r'4 �')� �•„ Remarks: Project: City of Lubbock Public Works Engin�gf..�,-- " terial from Boring #4 • Location: Water Reservoir at 82nd and Me rr s 9� r g9 Depth [ Y'.vt,E Date: 6-6-2002; I 72032 �. GRAIN SIZE DISTRIBUTION TEST REPORI� ,,% i�� DYESS-PETERSON TESTING LABORATORIES. INC�� Fi ure No. 4B GRAIN SIZE DISTRIBUTION TEST DATA Test No.: 20 ----------------------------------------------------------------------- -------- Date: 6-6-2002 Project No.: 2064 Project: City of Lubbock Public Works Engineering t--------------------------------------------------------------------------------- Sample Data ------------------------------------------------------------------------ -Location of Sample: Water Reservoir at 82nd and Memphis �:Sample Description: Brown Clayey Sand 'USCS Class: SC Liquid limit: 29 AASHTO Class: Plasticity index: 16 Notes ------------------------------------------ :'Remarks: Material from Boring #4 at 91 Depth Fig. No.: 4B -------------------------------------------------------------------------------- Mechanical Analysis Data ------------------------------------------------------------------------------- Sieve Size, mm Percent finer 10 2.000 100.0 ------------------------------------------------------------------------------- Hydrometer Analysis Data ------------------------------------------------------------------------------- 3eparation sieve is number 10 Percent -# 10 based on complete sample= 100.0 Weight of hydrometer sample: 100 ilygroscopic moisture correction: Moist weight &.tare = 600.60 Dry weight & tare = 555.50 Tare = 129.70 Hygroscopic moisture= 10.6 t Calculated biased weight= 90.42 Automatic temperature correction Composite correction at 20 deg C = 5 .,-Meniscus correction only= 0 :.3pecific gravity of solids= 2.66 Specific gravity correction factor= 0.998 j Hydrometer type: 152H Effective depth L= 16.294964 - 0.164 x Rm, Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 2.0 20.0 22.0 27.0 0.0136 22.0 12.7 0.0343 29.7 5.0 20.0 21.0 26.0 0.0136 21.0 12.9 0.0218 28.6 15*0 20*0 19*0 24*0 0,0136 19*0 13,2 0.0128 26.4 30.0 20.0 19.0 24.0 0.0136 19.0 13.2 0.0090 26.4 60.0 20.0 17.0 22.0 0.0136 17.0 13.5 0.0065 24.2 250.0 20.0 12.0 17.0 0.0136 12.0 14.3 0.0033 18.7 L'.- Elapsed Temp, Actual Corrected K Rm Eff. Diameter Percent time, min deg C reading reading depth mm finer 1440.0 20.0 10.0 15.0 0.0136 10.0 14.7 0.0014 16.5 ------------------------------------------------------------------------------- �� Fractional Components - ------------- # ------------------------------------- Gravel/Sand based on #4 sieve Sand/Fines based on #200 sieve r`% + 3 in. = 0.0 % GRAVEL = 0.0 SAND = 64.9 % SILT = 13.1 % CLAY = 22.0 ,D85 = 1.07 D60= 0.355 D50= 0.211 D30= 0.0367 f City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX:(806) 775-2164 http://purchasing.ci.lubbock.tx.us ITB #163-03/BM, Addendum #1 ADDENDUM #9 ITB #163-03 / BM Pump Station #10 7-Million Gallon Reservoir MAILED TO VENDOR: September 2, 2003 CLOSE DATE: October 2, 2003 @ 1:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Geotechnical Soils Investigation report is attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@maii.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shalt be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language requirements etc or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a sin-ete source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#163-03/BMAd1 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.tubbock.tx.us ITB #163-03/BM, Addendum #2 ADDENDUM #2 ITB #163-03 / BM Pump Station #10 7-Million Galion Reservoir MAILED TO VENDOR: September 5, 2003 CLOSE DATE: October 2, 2003 @ 1:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In SPECIFICATIONS, Section 01410, paragraph 1.02, C, Tank Manufacturer Qualifications, DELETE THE SENTENCE: "The employees used for such fabrication and erection shalt be employees of the manufacture." 2. In SPECIFICATIONS, Section 01410, paragraph 1.02, C, subparagraph 1, Acceptable Tank Manufacturers: is DELETED. 3. In SPECIFICATIONS, Section 13200, paragraph 1.04, A, Prequalification: is CHANGED TO READ AS FOLLOWS: "Bidder Qualifications: Bidders must submit the following supporting documents with their bid:" 4. In SPECIFICATIONS, Section 13200, paragraph 1.04, A, subparagraph 1, is CHANGED TO READ AS FOLLOWS: 'Typical design drawings for the prestressed concrete tank specified." 5. In SPECIFICATIONS, Section 13200, paragraph 1.04, A, subparagraph 4, is DELETED. 6. In SPECIFICATIONS, Section 13200, paragraph 1.04, B, Submittal Data for Approval: is CHANGED TO READ AS FOLLOWS: "After contract award, and prior to the start of construction, the tank contractor shall submit to the Owner's Representative for review and approval shop drawings and construction procedures. The Owner's Representative's review and approval shall not relieve the tank contractor of its design responsibility." 7. in SPECIFICATIONS, Section 13200, paragraph 1.05, QUALITY ASSURANCE: subparagraph A, Qualification of Bidders, is CHANGED TO READ AS FOLLOWS: Each tank contractor bidding this work shall be a specialist in the design and construction of precast, wire -wound, Prestressed concrete tanks and shalt have constructed (in the company's own name) a minimum of 15 such structures which have been in successful service over the previous five (5) years. 8. In SPECIFICATIONS, Section 13200, paragraph 1.05, QUALITY ASSURANCE: subparagraph B, Prequalified Bidders, is DELETED. 9. In SPECIFICATIONS, Section 13200, paragraph 1.05, QUALITY ASSURANCE: subparagraph D is ADDED AS FOLLOWS: "Compliance with the most recent requirements of the Texas Engineering Practice Act." 10. The Plan holder's List is attached. IT13#163-03/13M Ad2 1 ITB #163-03/BM, Addendum #2 -} Alt requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Questions may be faxed to (806) 775-2164 or Email to Bmacnair@maii.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK v� s_. Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shalt be the bidder's resaonsibility to advise the Citv of Lubbock Purchasing Manager if anv language. reauirements, etc.. or anv combinations thereof, inadvertently restricts or limits the reauirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#163-03/BM Ad2 2 q C) CD O. K) w RID # %3-03/RM TITLE: )r(W?STATION #10,SEVEN-MLLIONGALLON Rk=VOIR ,.o ... - , - -, - , -e"-, I'V' - 3 Q1, CHES CARTHEL PUBLIC WORKS N' ll'�lrl.'- TERRY ELLERBROOK PUBLIC WORKS TERRY BAKER PUBILC WORKS BRUCE BIALACK WATER TREATMENT i"T ANNETTE BETJEMANN VOIGT PRELOAD INC 60 COMMERCE DR HAUPPAUGE NY 11788 SHERROD J WAITES PRELOAD INC 800 EAST CAMPBELL RD STE# 221 A.. RICHARDSON TX 75081 , -,.. , - I., - , - -- - - , , , FRI Cf) L-1 lv4X 9 Oh Sit 1-d-) L-e- I or 7 1-b �4� 7,tv;).Vj0 too! mm; Spy, Owc AnUm ......................... b J P-9 L, 1 -01wi 10,b") *)G "OM-h)5 (plan Tq (AGIP gt7 goes �f vat � Doi' w SO I., AS 1c, �\,Jq QQ' �'S FIVD A5 Mm BMWs Em .0"POP (10P-00-1 point As Nr r-7-i r—7 F -,-, I 1---1 I r-777 F'--- 7 F I I (A BID # 163-0"M TITLE: PUMP STATION #10 SEVEN -MILLION GALLON RESERV kPp s n 4 "v vg- -'r, 'ia X -V cof "'4 -Y"; auw-) Nual w .. •,.. •x �^.`7}.:1' .., AIRAOW� 7 7 W, 1 f ,f-5 y'^ C'� s' V 4'h G {'�V.t �2 ro 5. �p,a �. a 1, 1, .11 ll�� -L-03" I'l rn City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http: //purchasing. cl. lubbock. tx.us MAILED TO VENDOR: CLOSE DATE: ITB #163-03/BM, Addendum #3 ADDENDUM #3 ITB # 163-03/BM Pump Station #10 7-Million Gallon Reservoir September 23, 2003 October 2, 2003 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Updated plan holders list and pre -bid meeting attendance list are attached. 2. SPECIFICATIONS, Section 13200, paragraph 1.05, QUALITY ASSURANCE: subparagraph A, Qualification of Bidders, and item # 7 in Addendum # 2 are CHANGED TO READ AS FOLLOWS: "Each tank contractor bidding this work shall be a specialist in the design and construction of precast, wire -wound, Prestressed concrete tanks and shall have corporate experience or experience of the contractor's principals and staff in the design and construction of a minimum 15 tanks that have been in service for a minimum of the previous 5 years." 3. Bidder's attention is invited to the following Questions/Concerns and their respective responses: QUESTION: In General Instructions to Bidders, Article 7, Permits and Specifications, Section 01110-2, paragraph 1.05A mentions a City of Lubbock building permit for which the City will waive the fee. Are there any other known -to -be -required permits, and if so, their associated costs to be included in our bid? ANSWER: Please refer to existing specifications Section 01410, paragraph 1.01, subparagraph C. CONCERN: In General Instructions to Bidders, Article 8, Utilization of Local Business Resources, indicates that a list of local resources should be submitted with the bid. We assume - that this would be a generalized list of materials that we would obtain locally as we would not have finalized agreements with the local vendors at the time of the bid. Please clarify. RESPONSE: This paragraph is only strongly encouraging bidders to took into using local resources and, if so, list the intended utilization. CONCERN: In Bid Submittal, please clarify if the 270 days is substantially or fully complete. RESPONSE: The BID SUBMITTAL, LUMP SUM BID CONTRACT is CHANGED TO READ: "...substantially complete the project within 270 consecutive calendar days...." Bidders must submit the *** REVISED *** BID SUBMITTAL, LUMP SUM BID CONTRACT, attached. ITB#163-03/BMAd3 ITB #163-03/BM, Addendum #3 CONCERN: The attached List of Subcontractors asks whether they are minority -owned; yet we find no requirement on the use of MBE subcontractors. Please confirm that the use of MBE contractors is not required. RESPONSE: The use of MBE subcontractors is not required. QUESTION: In Specifications, 01310-1, paragraph 1.01, subparagraph 1, Does the dewatering refer to dewatering the tank or dewatering of the site? Also, when the reservoir is turned over to the contractor will it be full of water, or partially empted? ANSWER: This refers to dewatering the sight. There will be water inside the tank (the level of water inside the tank will match the ground water level). CONCERN: SPECIFICATIONS, Section 13200, paragraph 1.04,13 and Addendum #2, item A, removal of requirement for drawings and calculations to be stamped by a Texas Professional Engineer, we recommend they be stamped by a licensed professional engineer in the state of Texas. RESPONSE: Please refer to existing specifications Section 13200, paragraph 1.05, subparagraph D, added as shown on Addendum #2, item 9. CONCERN: The specification requires the tank demolition contractor to have five years experience. We assume the five years experience is in demolition and not just tank demolition. Please clarify. RESPONSE: Please refer to existing specifications Section 01410, paragraph 1.02, subparagraph B, the demolition company does not have to specialize in the demolition of water storage reservoirs. QUESTION: Is a temporary fence required around the construction site during construction? ANSWER: Yes, please refer to existing specifications Section 01510, paragraph 1.08, A. QUESTION: Will the contractor be responsible for replacing the 12 trees that will need to be removed for construction/demolition? ANSWER: Please refer to existing specifications Section 01510, paragraph 1.19, A, we are trying to save the trees. CONCERN: There is conflict between Specifications, Section 13200, paragraph 103, D, subparagraph 5, and the NOTE on Plans sheet 14; please clarify the overflow rate. RESPONSE: The overflow rate shall be set to 43 MGD as stated in the specifications. CONCERN: There is no indication of freeboard. Please confirm if a minimum of one -foot of freeboard is acceptable. RESPONSE: Freeboard is not mentioned in these drawings or specifications because this is an element of the tank design. The City of Lubbock Public Works Department will accept one -foot of freeboard if suggested by the tank manufacturer engineering staff. ITB#163-03/BMAd3 ITB #163-03/BM, Addendum #3 CONCERN: We understand from local gravel suppliers that the specified Brady Rock may not be Cost effective; nor may it be of the proper gradation to provide a stable working surface for the construction of the floor stab. RESPONSE: Section 13200- 7, paragraph 2.02, A, UNDERDRAIN GRAVEL, is CHANGED TO READ: "The under drain gravel shall meet the same criteria as the granular sub base specified in Section 13200-7, paragraph 2.01, A. QUESTION: The specifications require consideration for vandalism on the vent. We can provide a standard vandal -proof vent. Should this be forwarded to the City? ANSWER: Please refer to AWWA D110-95 and to existing specifications for vent requirements. CONCERN: Specifications, Section 13200, paragraph 3.05, B reflects a 6" thick granular sub base which conflicts with the under drain detail on Plan Sheet #10, which reflects 1'-0". RESPONSE: Specifications, Section 13200-12, paragraph 3.05, B states the !OR of the backfitt shall be a minimum 6-inch thick layer of granular material. The actual depth shall be up to the design engineer of the tank. The City of Lubbock Public Works Department will accept any depth of granular fill above 6-inches as the specifications state and the tank manufacturer engineering staff feels is adequate. QUESTION: Reference, Specifications, Section 13200-15, paragraph 3.09, G, would Fresno or Bull Float finish be acceptable? ANSWER: Section 13200-15, paragraph 3.09, G requires the tank floor to have a mechanical steel float finish. We will accept a mechanical steel float or bull float finish. CONCERN: The drawings do not indicate construction limits for this project. Please clarify. RESPONSE: Sheet 2 shows the dimensions of our lot. This is the construction limit for this project. CONCERN: On Sheet 5, the requirement to backfill under the tank to elevation 3215 is inconsistent with elevation 3214.67 as shown in the Under drain Detail on Sheet 10. RESPONSE: Elevations shown on plans are approximate. The tank floor elevation of 3216 is set; any other elevation shall be based on the tank Engineers plans. CONCERN: On Plans sheets 4, 6, and 7, in the notes it is stated that the Bypass line must be in place and operational by December 15, 2003. Please consider revising the schedule. RESPONSE: On Plans Sheets 4, 6, and 7 the required date of completion for the bypass tine shall be CHANGED from December 15, 2003 to January 15, 2004. CONCERN: On Plans Sheet 6, a proposed curtain wall and raised planting beds are indicated which are not indicated in any other drawing or in the specifications. Please confirm what is required for these items. RESPONSE: Sheet 6 shows the location of a proposed curtain wall. This line on the drawings is for location purposes only. A second construction project will begin upon completion of the tank. This contract does not include the curtain wall and planting beds. ITB#163-03/BMAd3 ITB #163-03/BM, Addendum #3 CONCERN: On Plans Sheet 6 please confirm the dimensions of the outlet tine. The outlet line entering the tank shows a 42-inch Class 150 pipe while the other drawings indicate this is a 48-inch Class 150 pipe. RESPONSE: Sheet 6 tines "c" is CHANGED to read 48-inch CL 150. QUESTION: On Plans Sheet 10, please clarify if we are to include the sump pump in this bid. If so, should it be a permanent installation that automatically lowers the ground water table? RESPONSE: Sheet 10, Sump Detail does not ask for a pump. The note says, "Manual override required to pump below elevation 3219." Note is CHANGED to read, "Manual override required to pump reservoir below elevation 3219." CONCERN: On Plans Sheet 10, we cannot find where the filter fabric is specified. Please clarify. RESPONSE: On Plans, Sheet 10, filter fabric shall be Mirafi 140n or equal. Filter fabric shalt be required under all granular sub base. CONCERN: In Addendum #1, Geotechnical, please clarify which is intended; 6" compacted lifts or 6" loose lifts as called for in Specification, Section 02315-5, paragraph 3.03, C, 1. RESPONSE: Section 02315 page 5, paragraph 3.03, C, subparagraph 1, is CHANGED to read, "not more than 6 inch compacted lifts for material compacted by heavy compaction equipment." This matches the recommendations from the geotechnical report. Additionally, Section 02315-4, paragraph 3.02, B, where it reads, "ASTM D-698 (Standard Proctor) is CHANGED to read, "ASTM D-1557 (Modified Proctor)." CONCERN: Specifications page 02315-1 indicates that the geotechnicat report overrides the specification. The report was prepared for a tank to be constructed at elevation 3257 with a bearing capacity of 2000psf. The new design indicates the tank is to be constructed at elevation 3215 with a bearing capacity of 4000psf. Suggest a revised report for a Prestressed concrete tank based on the current specification and design be supplied. RESPONSE: The tank shall be designed and built as specified. CONCERN: Regarding the geotechnical data, the ground surface elevation shown on the boring logs (3237 ft.) is approximately 5 to 8 ft. higher than the existing grade elevations shown on Sheet 4, after estimating the boring locations. Please confirm whether the ground surface elevation shown on the boring tog is correct. RESPONSE: Ground elevation at the existing reservoir is 3231.8 at the northeast corner, center of sidewalk. Dyess Peterson did not survey the elevation they took the elevation shown on their report off of an existing map. All references in the geotechnical report to 3237' elevation should be read as 3232' elevation and all other elevations shown in the report should reflect the change. 4. On Plans, Sheet 5 of 14 (referring to Specifications, Section 02315, Earthwork Requirements) please make the following changes: A. The NOTE that reads, "Apply approved backfill material as specified (02315 section B paragraph 1)" CHANGE TO READ, "Apply approved backfill material as specified (section 02315 paragraph 3.02, B, subparagraph 1)." ITB#163-03/BMAd3 ITB #163-03/13M, Addendum #3 B. The NOTE that reads, "Apply approved backfill material to grade as specified (02315 section B paragraph 2)" CHANGE TO READ, "Apply approved backfill material to grade as specified (section 02315 paragraph 3.02, B subparagraph 2) All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to BmacnairCmail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK C Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#163-03/BMAd3 ITB #163-03/BM, Addendum #3 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ J, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: - Fax: - Zip Code MtWBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) ITB#163-03/BMAd3 DID 4 163-03MM TITLE: PUMP STATION #10 SEVEN-&MLION GALLON RESERVOIR ON cHES CARTHFI PUBLIC WORKS z� TERRY ELLERBROOK PUBLIC WORKS .1, n! TERRY BAKER PUIBILC WORKS F4MI BRUCE BLALACK WATER TREATMENT ANNETTE BETJEMANN VOIGT PRELOAD INC 60 COMMERCE DR HAUPPAUGE NY 11788 cz; SHERROD J WAITES PRELOAD NC 800 EAST CAMPBELL RD STEM 221 RICHARDSON TX 75081 n �g 2 El .0 CG 6pizi xi;w"n MESA% N .4 , js' O N MON, Ro '51A "q ad IMP., 9161 '"Yyd C?Tvt)lv jtq, 5Po �1,b ad (T-my rr�,- it Q. A 01 MQ WOAUgM XMIW) NOYMN-NIRAIS OW NOUVIS JV" :TIUI Nwivul--# (lia I Cl) C> A (D U-7 F , itola B Aft Ru-, o i i ,4sk'l3r A. wo��.f�i.�: g3gs 4�✓30. 7?3CZ.._ yd w4 77 �16 bcc 19i'7 7X9568 am —t (o5—re72(I x5 5'3 I ?79 J g ate. • �cf5a, � -�? (g'77) 1a-)- 8255 W. pit) (291) 9/, 1 fle 5 $r401f gm-qw 1 �`t w 0 ca a n FL c 3 rn CL BID # 163-031BM TITLE: PUMP STATION #10 SEVEN -MILLION GALLON RESERVOIR gm CA cyl I ru V /* WV PC 30L:3 1 a,) a&-J-b-el , ITX -79W- Pa,,L IzLY- IV 61a; 41 tj n MM V, A �qwlkc, Pla,,- PUL -tx <ggqr Aor -E Jx, LZ" � lo-7 I 9 P 7777777 7 1A 7* cyl� rL '05�,fl VL T.g W- Is UIOAMS" M(-Yrl" NOITUWWJASS 010 NOUVIS aWla :31.LLt ma PREBID #163-03/BM PUMP STATION #10 - 7 N111.IAON GALLON RESERVOIR September 16, 2003 @ 9:00 AM ENGINEERING CONFERENCE ROOM 107 Dr VAcr, uvrrM' COMPANY UPRESENTATIVE MAILING ADDRESS TELEPHONE NUMBER FAX Nt,KSER E-MAIL ADDRESS City of Lubbock BRUCEM4CKIAIR P.O. Box 2000 City:Lubbock Siatc, Zip Code: 'Texas 79457 (806)775-2163 (806)77S-2164 BMacnairumaii.ci.tubbock.txus .�; �,C.l, %t cS!"v^"�t �'!�'jh/` kl k Addres • Q4' 97, �i? v�7` �� /2-3z��J�� TJ�LLEfc t,+0£eG3 al�f .ate, Zip Code. 7 fi S tQ�tf s T� c'-0a , Address: 4-1.3 '3,2' 5twd City: G 4zs±S__ __ _ State Zip Code: -7,9 7�l!'tJ�JD 741 15 -r-T.Lenja ltO 4,*. !/+,�,,,,�j �4?6ACKl'• t Adyd�ress:_ _.-�5•..•:•.'f'�3�"��E'� ^`j�(�{ )'`�((y f iJ' t �yy!_7) 7 / C IS 7 ..�• �,, '/� S_&W ''eve AU&1"�'y'rt0r. City.",, z L':mA ! �C' %(� tr t /it 7 f' C on3>it u - )LL-. Address: }o� City i[ fvc� t 170 State. 7ap Code: LA 70 // Aaaress: f?i7r 3 U City:stagy. 06 74Wi-ij C. _�%4_.) Aq 44FI z c d I— IvjA el? c }c. { tyC fr 2. Address: _ia__-r _t ek, t City: _I_ vtVa.,: t, 71, "l "i 82 �• '7F, 7- ? l!�'L State,Zi Code: �skttlsl-f '�/ sy r� /Ex fi' Address:.. Z) City: OL x <30co< 57 f f a__)- ' fr jtla r f ___..___....... __.........._.... State, Zip Code: 0 f Address City: State, Zip Code , � �" � � + � )� ~ �} � �, �t �,� t f •l1) Address: City: State, Zip Code: Address: City: _ State, Zip Code: Address: City: State, Zip Code: M co 4 m r <„ r is i r" .._, _ ( ... _. � � �" 1 €_ �' i � _ � � � ) PRI;BID #I63-03/BM PUMP STATION #10 - 7 MILLION GALLON RESERVOIR September 16, 2003 0 9:00 Alf ENGINEERING CONFERENCE ROOM 107 Pi,F.ARF. PRINT TELEPHONE FAR E-MAIL COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NU VIB:ER ADDRESS P.O. Box 2000 City of Lubbock BRUCIi MACNAIR City: Lubbock (806)775-2163 (806)775-2164 BMamiair(asmail.ci.lubbock.tx.us State, Zi2 Code: Texas 79457 � QR C, l S4Y,-t Wat`6..S Address: E City: �1C%t_�rdSo.r { �. -� +�ts55v ( 1 ) ©$t( j cs D �+ , cor" State, Zip Code: Jv$ t /r ,� 11 40,00X t.or►II, / ,(/ Address: /t/ i �'ry .. t d 0Ai!lAW 1 Qlanl• ail ,i9(!%!�/1� State, Zi Code: d . Address: F.Gs..,,�,n .31.,3�.. {� %'�,� �.SFS,SI-Wr44- CeW51" - State, Zip Code: 7Y$<:5.Z -Z A Fi N PA U I iJ G & L E ` P. 0 0 Address:_ GS tkLN Qk.._— city. State, Zi Code: p { Soto 7� r5 �? (Q 71 BL16Z 1LE Address: City- AtL� D m%ccsw N ON `� i "� State. Zip Code: r V 'to k-5 Address: 4o1.5 Weyoi k;tm4 Pg (2t1) { 1 `l ff ii i t rA % :) a State, ZipCo,"�. ^ry,. 'tlsaKl2 rl �J.' t �-� �� T' Address City: �+LL� State Zin Code: 7 Address: State, Zip Code: Address: City State, 7ip Code: Address: �._ (} {__._______) City: State, 7i p Code: Address: City: State, Zip Code: City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513TH STREET LUBBOCK, TEXAS 79401 PH:(806) 775.2167 FAX: (806)775-2164 http://purchasing.ci.tubbock.tx.us ITB #163-03/13M, Addendum #4 ADDENDUM #4 ITB #163-03/BM Pump Station #10 7-Million Gallon Reservoir MAILED TO VENDOR: September 24, 2003 CLOSE DATE: October 2, 2003 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Test Pumping Data is attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@maiLci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any lan¢uage requirements etc or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#163-03/BMAd4 — MONITOR WELL 4 --i 21 ROOUCTION WELL 5�—� \\ jl i ► I / it ' ---------------3232---- — _ , 11 l ��\ 20' I rl• \ I 11 I MONITOR WELL i 20 II I o t I I r 1 I i 1* I 1 1 MONITOR WELL 2 I I I I 1 l 1 1 I I I I I l 0 o \ I I I 1 MONITOR WELL 3 I \ 1 I I I I I 1 I I EXISTING I� I I ( 1 I I 10 MILLION GALLON RESERVOIR I I I I 1 Lo I I I 1 i 1 I I 1 1 j I I I I I 1 I ---- _____ -- I t EXISTING CHLORINATION- ! 3231— v ° / _ i I ASTING •/ TING PUMP � \ y-•-�-•- [::T:STA I \ TION\23p`��,V1 �\ — 8 2 n d S T. CITY OF LUBBOCK TEST PUMPING DATA VVELL# : P.S. 10 DATE: 9/19103 LOCATION: 82ND & MEMPHIS CASINO: 8" TD: 131' PUMP SETTING: 128' COLUMN SIZE: 4" MOTOR: 40HP STATIC: 18' MEASUREMENT: TAKEN FROM THE TOP OF THE BASE. ** 12 INCHES FROM THE GROUND TO THE TOP OF THE PUMP BASE. ** DATE TIME PUMPING LEVEL ELAPSED TIME GPM COMMENTS 19-Se 11:00 181-9" 0 350 PUMP STARTED-3913200 19-Se 11:15 63' 15 MIN 386 3919000 19-Se 11:30 581-5" 15 MIN 306 3923600 19-Se 11:46 674.5" 15 MIN 380 RISING-3929300 19-Se 12:00 57' 15 MIN 330 RISING-3934300 19-Se 12:15 67' 15 MIN 366 LEVEL-3939800 19-Se 12:30 58' 15 MIN 380 FALLING-3045500 19-Sep 12.45 67' 15 MIN 366 ROSE-3951000 19-Se 13:00 57' 15 MIN 360 LEVEL-3956400 19-Se 13:30 68' 30 MIN 460 13970200 19-Se 14:00 66' 30 MIN 283 LEVEL-3978700 19-$e 14:30 58' 30 MIN 493 3993500 19-Se 15:00 561-6" 30 MIN 236 4000600 19-Se 16:00 68'-6" 60 MIN 468 NEW STATIC GAGE-4026100 19-Se 17:00 57'-3.5" 60 MIN 328 RISING-4047800 19-Se 18:00 1 581-3" 80 MIN 286 FALLING-4065000 19-Se 19:00 58' 60 MIN 366 4087000 19-Se 20:00 57-7" 60 MIN 396 ROSE-4110800 19-Se 21:00 57'-10" 60 MIN 290 FALLING-4128200 19-Se 22:00 57'-7" 60 MIN 410 4152800 1 23:00 57'-7" 60 MIN 370 LEVEL-4176000 2 0:00 57'-3" 60 MIN 441 4201500 20-Se 1:00 57-7" 60 MIN 287 4218700 20-Se 2:00 58'-3" 60 MIN $88 FALLING-4242000 20-Se 4:00 64'-1" 120 MIN 406 FALLING-4290700 20-Se 5:00 63' 60 MIN 280 RISING-4308300 20-Se 6:00 62-11" 60 MIN 381 4329200 20-Se 7:00 52'-5" 60 MIN 385 14361100 20- 8:10 62'-11" 70 MIN 397 4378900 20-Se 9:00 62'-10.5" 50 MIN 442 4401000 20-Se 11:00 63'-T' 120 MIN 326 4440000 20-Se 11:60 'SHUT DOWN PUMP —TIED DISCHARGE: TO STORM SEWER." • d cnoco�.conn T un r i -%nrtnv-"j 11=1 i LIM TEST PUMPING DATA CONT. P.S.10 DATE TIME PUMPING LEVEL ELAPSED TIME GPM COMMENTS 20-Se 12:00 69'-9" 50 MIN 332 RESTARTED PUMP4469900 20-Se 13:00 69'-5" 80 MIN 386 4483000 20-Se 14:00 691-9" 60 MIN 340 4503800 20-Se 15:00 591-5" 80 MIN 345 4524500 20-Se 16:00 59'4, 60 MIN 346 4545300 20-Se 17:00 59'-5" 60 MIN 368 FALLING-4666800 20-Se 18:00 59'-T' 60 MIN 353 4586000 20-Sep 18:30 89'-9" 30 MIN 348 4698400 20-Se 19:00 59'-9" 30 MIN 350 LEVEL-4608900 20-Se 19:30 59'-9" 30 MIN 380 4620300 20-Sep 20.00 59'-9" 30 MIN 328 SHUT DOWN PUMP4630100 - - - - - - - • - - - - - - •- - - ----- - - - CITY OF LU13BOCK RECOVERY TEST WELL # P.S.10 TEST WELL DATE: 9120/03 LOCATION: 82ND & MEMPHIS STATIC: 18' (ORIG.) TD: 131' CASING: 8" MEASUREMENT LOCATION: TOP OF THE BASE. DATE TIME ELAPSED TIME WATER LEVEL COMMENTS 20-Se 20:00 0 59'-9" SHUT DOWN PUMP 20-Se 20:05- 5 MIN 24' RISING FAST 20-S 20:10 5 MIN 23'-10" RISING SLOWER 20- 20:16 5 MIN 23' 3" SLOW 20-5 20:20 5 MIN 23'-2" 20-Sep 20:25 5 MIN 22'-8" 20-Se 20:30 5 MIN 22`4" RISING SLOW 20-Se 20:45 15 MIN 22'-1.5" 20-Se 21:00 15 MIN 22' 20-Se 21:15 15 MIN 2114" 20-Se 21:30 15 MIN 21'46" 20-Se 21:45 15 MIN 2114" 20-Se 22:15 30 MIN 21'-1.5" 20-Se 23:15 60 MIN 20'-10" RISING SLOW 21-Se 0:15 60 MIN 20'-7" 21-Se 1:15 60 MIN 20`-6" 21-Se 2:15 60 MIN 20'-3.5" 214e 3:15 60 MIN 19'-10" 21-Se 4:15 60 MIN 19'-6" 21-Se 5:15 60 MIN 191-211 21-Se 6:16 60 MIN 18'-5" 21-Se 7:15 60 MIN 18' RECOVERY TEST COMPLETE 46 -OI Rngpg4aQnnT IInT 1 nnrtnwA m-A I um CITY OF LUBBOCK RECOVERY TEST WELL # MO WELL 01 (PS 10) DATE: 9119/03 LOCATION: PS 10 82ND 8 MEMPHIS. NORTH SIDE OF THE RESERVOIR CASING: 5" MEASUREMENT LOCATION: TOP OF THE CASING, 22' FROM THE GROUND TO THE TOP OF THE CASING. DATE TIME ELAPSED TIME WATER LEVEL COMMENTS 19-5 11:06 0 21'4.5" STARTED TEST ON M.O. WELLS 19-5 11:17 12 MIN 2V FALLING 1"ep 11:31 13 MIN 23-8.5" 19-Se 11:47 16 MIN 24' 19-Se 12:02 15 MIN 24'-1.5" 19-Se 12:16 14 MIN 24'-5" 19-5 12:31 15 MIN 24'-7.75" 19-Se 12:46 15 MIN 24-9.5" 19-Se 13:01 15 MIN 26' 19-Se 13:30 30 M 1 N 19-Se 14:00 30 MIN 19-Se 14:30 30 MIN 25'-8.5" 19-Se 15:00 30 MIN 26'-10" 19-Se 16:00 60 MIN 26141 19-Se 17:00 60 MIN 29'-7" 19-Se 18:00 60 MIN 26'-8.5" 19-Se 19:00 60 MIN 2T 19-Se 20:00 60 MIN 2T-3" FALLING 19-Se 21:00 60 MIN 2T-5" 19.5 22:00 60 MIN 27'-S" 19-Se 23:00 60 MIN 27'-10" 20-5 0:00 60 MIN 28'-3.75" 20-5 1:00 60 MIN 28'-1" 20-5 2:00 60 MIN 28'-1.5" 20-5 4:00 120 MIN 20-Se 6:00 60 MIN 28'-7.5" 20-Se 6:00 60 MIN 28'-9" 20-Se 7:00 60 MIN 20-Se 8:10 70 MIN 20-Se 9:00 50 MIN 28'-3° 20-Se 11:00 120 MIN 29'-6" 20-Se 12:00 60 MIN 29'-3" 20-Se 13:00 60 MIN 29'-6. 20-Se 14:00 SO MIN 29'-7° FALLlNO c-d cnoc4-6aana7 unTinnnnmA m,4ium DATE TIME ELAPSED TIME WATER LEVEL COMMENTS 20-Se 15:00 60 MIN 29'-8° 20-Se 16:00 60 MIN 29'-9.5" 2078e 17:00 60 MIN 29'-11" 2 18:00 60 MIN 30' 20-Se 18:30 30 MIN 30'-.5" FALLING 20-Se 19:00 30 MIN 30'-1% 20-Se 19:30 30 MIN 30'-2" 20-Se 20:00 30 MIN 3V-2,5" SHUT DOWN PUMP START RECOVERY TEST 20-Se 21:00 60 MIN 23'-9.5" RISING FAST 20-Se 21:16 15 MIN 2T-4.75" 20-Se 21:30 15 MIN 23'-3,5" RISING SLOW 20-Se 21:45:00 15 MIN 23'-1.5" 20-Se 22:16 30 MIN 22'-10.5" 20-Se 23:16 60 MIN 22'-6" 21-Se 0:15 60 MIN 22'-3" 21-Se 1:15 60 MIN 22' 21-Se 2:15 60 MIN 2V-10" 21-Se 3:15 60 MIN 211-6" 21-Se 4:15 60 MIN 211-4" 21-Se 5:15 60 MIN 21'4" -21-See 6.15 60 MIN 2V-1" 21-Se 7:15 60 MIN 21' RECOVERY TEST COMPLETE n -d onnow mono s un r c nnrtnyJ WM I UM CITY OF LUBBOCK RECOVERY TEST WELL O MO WELL #2 (PS 10) DATE: 9119/03 LOCATION: THE NORTH MO WELL ON THE EAST SIDE OF PS 10 RESERVOIR. CASING- 5" MEASUREMENT LOCATION: TOP OF THE CASING. 22" FROM THE GROUND TO THE TOP OF THE CASING. DATE TIME ELAPSED TIME WATER LEVEL COMMENTS 19-Se 11:10 0 20' PUMP STARTED 19-Se 11:20 10 MIN 21' 19-Se 11:33 13 MIN 21'-3.5" FALLING 19-Se 11:49 18 MIN 21'-6.W 19-Se 12:03 14 MIN 21'-7.5" 19-Se 12:17 15 MIN 21'-9.25" 19-Se 12:32 15 MIN 21'-11" 19-Se 12:47 15 MIN 22' 19-Se 13:02 15 MIN 22-2.5" 19Se 13:30 30 MIN 22'-3.5" 19Se 14.-00 30 MIN 22'-5" 19-Se 14:30 30 MIN 22'-8" FALLING 19-Se 16:00 30 MIN 22'-9" 19-Se 16:00 80 MIN 2T-11.5" 19-Se 17:00 60 MIN 23"-2" 1"e 18:00 60 MIN 23'-4" Is- Se 19:00 60 MIN 23'-6" 19-Se 20:00 80 MIN 23'-8.25" 19-Se 21:00 60 MIN 23'-9.5" FALLING 19-Sep 22:00 60 MIN 24' 19Se 23:00 60 MIN 24'-1" 20Se 0:00 60 MIN 24'-3.5" 20-Se 1:00 60 MIN 2V-3.5" LEVEL 20-Se 2:00 60 MIN 24-4.5" FALLING 20-Se 4:00 120 MIN 24'-7" 20-Se 5:00 60 MIN 24-7.5" 20-Se 6:00 60 MIN 24'-8.25" 20-Se 7:00 60 MIN 24'-9.25" 20-Se 8:10 70 MIN 25' FALLING 20-Se 9:00 50 MIN 26' LEVEL 20-5 11:00 120 MIN 26-1" 20-S 12:00 60 MIN 25-.5" 20-Se 13:00 60 MIN 25'-.2W . . -6 - - - - - - - - - - - DATE TIME ELAPSED TIME WATER LEVEL. COMMENTS 20Se 14:00 60 MIN 25'-7 20-5 15:00 60 MIN 251-3.5" 20-Se 16:00 60 MIN 25-4.5" FALLING SLOW 20-S 17:00 60 MIN 251-5" 20-Se 18:00 60 MIN 26-V 20Se 18:30 30 MIN 251-6" LEVEL 20-Se 19:00 30 MIN 25'-6.5" 20-Sep19:30 30 MIN 25'-7" FALLING 20-Se 20:00 30 MIN 25'-8' PUMP SHUT DOWN ;* START RECOVERY TEST *' 20-Se 21:00 60 MIN 2V-5' RISING FAST 20-Se 21:16 15 MIN' 23'-1.5' 20-Se 21:30 15 MIN 231 RISING SLOW 20-Se 21:45 15 MIN 221-10.61 20-Se 22:15 15 MIN 22'-8" 20-Se 23:16 60 MIN 221-4' 21-Sep 0115 60 MIN 221-111 21-Se 1:15 60 MIN 21'-10" 21-Se 2:15 60 MIN 21'-7" 21-Se 3:15 60 MIN 21'-4" 21-Se 4:15 60 MIN 21'-211 21-Se 6:15 60 MIN 211-1" 21-Se 6:15 60 MIN 21'-1t1 21-Se 7:15 60 MIN 21'-11' RECOVERY TEST COMPLETE i L. O •f1) [�f1�L�OLB�A�T LiAT 1 r1Rrtf117J 1171 lJ ili CITY OF LUBBOCK RECOVERY TEST WELL N MO WELL #3 (C'E10) DATE: 0/10/03 LOCATION: THE S,UOTH MO WELL ON THE EAST SIDE OF PS 10 RESERVOIR. CASING: 5" MEASUREMENT LOCATION: TOP OF THE CASING. 24" FROM THE GROUND TO THE TOP OF THE CASING. DATE TIME ELAPSED TIME WATER LEVEL COMMENTS 19-Se 11:13 0 18-6" 19-Se 11:20 7 MIN 19-2.5" FALLING 19-Se 11:34 14 MIN 19'-3.5" 19-Se 11:60 16 MIN 19'-5" 19-Se 12:04 14 MIN 19'-8.5" 19-Se 12:18 14 MIN 19'-8.5" LEVEL 19-Se 12:33 15 MIN 19'-10" FALLING 19-Se 12:48 15 MIN 19'-10" LEVEL 19-Se 13:03 15 MIN 19-10.75" 19- 13:34 30 MIN 20' FALLING 19-Se 14:00 30 MIN 20'-2" 19-S 14:30 30 MIN 20-2.25" 19-Se 15:00 30 MIN 20'-3.25" 19-Se 16:00 30 MIN 20'-5" 19-Se 17:00 60 MIN 20'-0.5" FALLING 19-Se 18:00 80 MIN 2V-8" 19-Se 19:00 60 MIN 20'-9.5" 19-Se 20:00 60 MIN 20'41" 19-Se 21:00 60 MIN 21' 19-Se 22:00 60 MIN 21'-1.5" 19-Se 23:00 60 MIN 21'-2.61 20-Se 0:00 60 MIN 21'-3.5" FALLING 1:00 80 MIN 21'-3.5" LEVEL V 2:00 60 MIN 21'-4.6" FALLING *00 120 MIN 21'-4.75" &00 60 MIN 21'-4.&1 20-Se 6:00 60 MIN 21'-5.25" 20-Se 7:00 60 MIN 21'-4.75" 20-Se 8:10 70 MIN 21145" 20-Se 9:00 50 MIN 21'-7" 20-Se 11:00 120 MIN 21'-9.5" FALLING 20-Se 12:00 60 MIN 21'-101: 2 13:00 60 MIN 21'-9.5" LEVEL 20-Se 14:00 80 MIN 22' FALLING A-d FnApq-bp9AnAl wnTinnanmA Haiwm DATE TIME ELAPSED TIME WATER LEVEL COMMENTS 20-Se 15:00 60 MIN 22' LEVEL 20-Se 16:00 60 MIN 22' 20-Se 17:00 60 MIN 22'-1" 20-Se 18:00 60 MIN 22'-1" 20-Se 18:30 30 MIN 22'-1.5" 20-Sep 19,100 30 MIN 22'-1.5" 20-Se 19:30 30 MIN 22'-2" 20-Se 20:00 30 MIN 22'-2" SHUT DOWN PUMP ** START RECOVERY TEST ' 20-Se 21:00 60 MIN 21' RISING SLOW 20-Se 21:16 15 MIN 2V-9.5" 20-Se 21:30 15 MIN 20'-8" 20-Sep 21:45 15 MIN 20'-7" 20-Se 22:16 30 MIN 20'-6" 20-Se 23:15 60 MIN 2V-5" 21-Se 0:15 60 MIN 20'-2.5" 21-Se 1:15 60 MIN 19'-9" RISING FASTER 21-Se 2:15 60 MIN 19'-T' 21-Se 3.15 60 MIN 21-Se 4:15 60 MIN 19'4" 21-,% 5:15 60 MIN 19'-2" 21-Se 6:15 60 MIN 19' 21-Se 7:15 60 MIN 19' RECOVERY TEST COMPLETE nt •d nnspa*a9nAl unr innrtnm.4 Ngiw+i CITY OF LUBBOCK RECOVERY TEST WELL # MO WELL#4 (PS10) DATE: 9119/03 LOCATION: ORIGINAL MO WELL ORIGINAL MO WELL CLOSEST TO THE LAKE. CASING: 5" MEASUREMENT LOCATION: TAKEN FROM THE TOP OF THE CASING. 19" FROM THE GROUND TO THE TOP OF THE CASING. DATE TIME ELAPSED TIME WATER LEVEL COMMENTS 19-Se 13:30 0 22' ASKED TO MONITOR WELL 19-Se 14:00 30 MIN 22'-1" FALLING SLOW 19-Se 14:30 30 MIN 22'-1.5" 19-Se 15:00 30 MIN 2214" 19-Se 16:00 60 MIN 22'-8.5" 19-Se 17:00 60 MIN 22'-T' 19-Se 18:00 60 MIN 2V-1VI 19-Se 19:00 60 MIN 23' FALLING 19-Se 20:00 60 MIN 23-1.5" 19-Se 21:00 60 MIN 23'-2" 19-Se 22:00 60 MIN 23'41 19-Se 23:00 60 MIN 23'-6" 20-Se 0:00 60 MIN 231-8" 20-Se 1:00 60 MIN 23'-1.5" RISING 20-Sep 2,00 60 MIN 23'-3.5" FALLING 20-Se 4:00 120 MIN 23'-3.5" LEVEL 20-Se 5:00 60 MIN 2T-4.76" FALLING 20-Se 8:00 60 MIN 23'-6.25" 20-Se 7:00 60 MIN 23'-T' 20-Se 8:10 70 MIN 23'-8.5" 20-Se 9:00 50 MIN 23'-8.5" LEVEL 20-S 11:00 120 MIN 23'-10" FALLING 20-Se 12:00 60 MIN 23'-8" RISING 20-Se 13:00 60 MIN 23'-9.5" FALLING 20-Se 14:00 60 MIN 2V-11" 20-Sep 1 1&00 60 MIN 23'-10.5" RISING 20-Se 16:00 60 MIN 2T-11" FALLING 20-8e 17:00 60 MIN 24' 20-Se 18:00 60 MIN 24' LEVEL 20-Se 18:30 30 MIN 24'-1" 20-8 19:00 30 MIN 24'-.76" 20-Sep 19:30 30 MIN 24'-2" 20-5 20:00 30 MIN 24'-2" ISHUT DOWN PUMP *' START RECOVERY TEST `" DATE TIME ELAPSED TIME WATER LEVEL COMMENTS ** START RECOVERY TEST 20-Se 21:00 60 MIN 18'-8.5" RISING VERY FAST 20-Se 21:15 15 MIN 18'-6.5" 20-Se 21:30 15 MIN 18'-5' RISING SLOW 20-S 21:45 15 MIN 1814.5" 20-Se 22:15 30 MIN 18'-2.5' 20-Se 23:15 60 MIN 18' 21-Se 0:15 60 MIN 17'-9.5" 21-Se 1:15 60 MIN 17'-VI 21-S 2:15 60 MIN 17'-5.5" 21-Se 3:15 60 MIN 17'-4" 21-Se 4:15 60 MIN 1714" 21-Se 5:15 60 MIN 17'-2.5" 21-Se 6:15 60 MIN 17'-2" 21-Se 7:15 60 MIN 17' 2" RECOVERY TEST COMPLETE aT •d cnoac4.amnnT UnT i nnnnmA m,4i um City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ITB #163-03/BM, Addendum #5 ADDENDUM #5 ITB #163-03 / BM Pump Station #10 7-Miltion Gallon Reservoir September 25, 2003 October 2, 2003 @ 1:00 P.M. October 9, 2003 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The Close Date is changed from October 2, 2003 @ 1:00 P.M. to October 9, 2003 @ 1:00 P.M. 2. SPECIFICATIONS, Section 13200, paragraph 1.05, QUALITY ASSURANCE: subparagraph A, Qualification of Bidders, item # 7 in Addendum # 2, and item #2 in Addendum #3 are CHANGED TO READ AS FOLLOWS: "The tank contractor or tank subcontractor used in the tank construction shall be a specialist in the design and construction of precast, wire -wound, Prestressed concrete tanks and shall have corporate experience or experience of the tank contractor's or tank subcontractor's principals and staff in the design and construction of a minimum 15 tanks that have been in service for a minimum of the previous 5 years. Principals and staff is intended to mean that the tank(s) of another manufacturer could be accepted as a reference only if the principal for the tank contractor or tank subcontractor had placed his engineer's stamp on the design and other principals and staff of the tank contractor or subcontractor were instrumental in the construction of the project(s)." Att requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shalt be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#163-03/BMAd5 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13�" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ITB #163-03/BM, Addendum #6 ADDENDUM #6 !TB #163-03/BM Pump Station #10 7-Million Gallon Reservoir MAILED TO VENDOR: September26, 2003 CLOSE DATE: October 9, 2003 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. _. 1. Please see the following questions and their respective answers: QUESTION: There is a parking lot at the NE corner of the property, which we do not see on the plans, nor find mentioned in the specs. Is the contractor to replace this. at the end of the project? We believe it would be impossible to protect it, since it is in the direct traffic area required for access and the demolition and the fill work in the hole. ANSWER: The parking lot will be removed under the separate, subsequent, Architectural Contract, which will begin after completion of the tank. The City does not expect it to be protected or replaced.under this contract. QUESTION: We ask for further clarification associated with the question, "Will the contractor be responsible for replacing the trees required to be removed for the work?" ANSWER: Parks, prior to the start of this project will remove the trees that are within the immediate construction area and can be moved. Any trees remaining on site inside the immediate construction area that are in the way of construction may be removed and not replaced. The Architectural Contract will be responsible for all landscape. No landscaping is included or expected in this Tank Contract. The City of Lubbock defines the immediate construction area as 40-feet outside the existing reservoir. Any trees located on the City of Lubbock's property but outside the 40-foot.. immediate construction area shall be saved under the conditions set forth in Section 01510 paragraph 1.19 QUESTION: During the prebid meeting we were told that in the dewatering operation water could be pumped into the lake, with a pipe to the take, but could not be flowed over the ground. We would like to be assured that we will have permission from TCEQ to do this. We noted from the pumping report that the pumping operation was shut down for a period, indicated "SHUT DOWN PUMP, TIED DISCHARGE TO STORM SEWER". We did not know that there was an underground storm sewer at the site. Please clarify? ANSWER: All ground water shall be pumped to the Andrews Lake Storm Sewer Inlet Structure. ITB#163-03/BMAd6 ITB #163-03/13M, Addendum #6 2. Latest additions to plan holder's list is attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any lanuuaee. reauirements. etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#163-03/BMAd6 R E /11 � q6t i Kk-bw I 1. F.Bftmmuo,-�� W WORE101, 311 AF, 4Al- Pill Wiz_-t!;, IL City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ITB #163-03/13M, Addendum #7 ADDENDUM #7 ITB #163-03 / BM Pump Station #10 7-Million Gallon Reservoir October 1, 2003 October 9, 2003 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please see the following questions and their respective answers: QUESTION: In Add #6, in your response to Question #2 about the pumping point, you replied that all ground water shalt be pumped to the "Andrews Lake Storm Sewer Inlet Structure". There are several points of inlet to Andrews Lake, and the only structure is an Outlet Structure, which is north of the project at 76th Street and Memphis. Is this the structure to which you had reference? ANSWER: The Storm Water Utility considers the structure located at the southwest corner of 76u' and Memphis an Inlet Structure. QUESTION: Can the pipe be laid on top of the ground down along Memphis Ave or should it be Buried? ANSWER: The pipe shall be laid on top of the ground. QUESTION: What was the water level that existed in the reservoir at the time of the test pumping? ANSWER: The following are the PS #10 Reservoir level readings from September 19th through the 21 St. This is raw data: 19th 7:00 A.M. 17.1 Ft. 7:00 P.M. 17.0 Ft. 20th 7:00 A.M. 19.4 Ft. 7:00 P.M. 16.4 Ft. 21st 7:00 A.M. 17.1 Ft. 7:00 P.M. 15.9 Ft. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCI Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc.. or any combinations thereof, inadvertently restricts or limits the reauirements stated in this ITB to a sinele source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#163-03/BMAd7 } ITB #163-03/BM, Addendum #8 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH:(806) 775-2167 FAX:(806) 775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ADDENDUM #8 ITB #163-03 / BM Pump Station #10 7-Million Gallon Reservoir October 3, 2003 October 9, 2003 @ 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please see the following questions and their respective answers: REQUEST: Please forward the construction reports (depths, size, drillers logs, well constructions) for the pumping well and Monitor wells. RESPONSE: Copies of the state well reports are attached. QUESTION: In reference to SPECIFICATIONS, Section 02220, Paragraph 1.03, Subparagraph G, Documentation of demolished concrete disposal, will private quarries be an acceptable alternative to public landfills for disposal of non -contaminated concrete (concrete only, no trash) as it can be re -used by the contractor, thus reducing cost? ANSWER: Disposal of concrete must be done in accordance with TCEQ regulations and at a TCEQ permitted or approved facility. QUESTION: What is the approximate lineal footage from the production well north to the discharge " point at 76th street? ANSWER: Approximately 1,100 feet. QUESTION: Does the drilling contractor provide electrical power to operate submersible pumps in the wells? ANSWER: In SPECIFICATIONS, Section 01510, Subparagraph 1.02, A reads: "The owner will pay for the cost of energy used." Is CHANGED TO READ: "The Contractor will pay for the cost of energy used." QUESTION: Will any special measures be required in the removal of the existing monitoring and production wells on the northeast part of the property? ANSWER: Special Measures shall be taken to protect the existing production and monitor wells. The wells shall not be removed or damaged. QUESTION: Concerning Specification 02315, Section 3.02 Paragraph B, what will the requirements of testing (densities per square foot) for fill compaction be? ANSWER: Please refer to Addendum #1, GEOTECHNICAL REPORT, Paragraph 4.3, which states that Recommended Minimum Sampling and Testing Frequencies shall be 2,500 square feet. In a separate letter provided by Dyess-Peterson, Specifications, Section 13200, Subparagraph 1.03, D, states that allowable soil bearing pressure shalt be 4,000 psf. ITB#163-03/BMAd8 ITB #163-03/BM, Addendum #8 REQUEST: Please confirm that the Dyes -Peterson Geotechnical Report overrides the specifications, and that a P.I. of 4 to 15 can be utilized in the backfill. RESPONSE: As stated in SPECIFICATIONS, Section 02315, paragraph 1.01, C, the Geotechnical Report does override the specifications. As stated in the geotechnical report a -' Plasticity Index of between 4 and 15 wilt be accepted. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mail.ci.lubbock.tx.us THANK YOU, CITY OFLY�W Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#163-03/BMAd8 ITB #163-03/BM, Addendum #8 Printable Well Report Page I of 2 TRACKINGa 25163 STATE OF TEXAS WELL REPORT OWNERt CfTYi?FLUBDOCK OWNER P.O. BOX2000 ADDRESS OFWELLIS LOCATION., ADDRESS: LUB➢OCK TX 79457 .TX COUNTY: Leibbordt LATffVVE: 3311IT LONGITUDE[ IM530 SraadlRioddofGPS. MAGELLAN OwiteswellNrraaktr: 2fxi3-50 ELEYATIONN—, CaidNamher. 21-23 -9 TYPE OF WORK: PROPOSED USE: r ,mrmhur weii r Pao, Soil Bring r writaitc r Teat wtu lr New Well [! Replacement W41 �" Industrial r- Irrigalwn r- Tnjccti4n l Gooshetmal Noar Loop Dte}+titiarg (" Recoadisitxring (" Do-wsiwing r- Public Supply r- Rig Supply (" Stock Itpablit Supply well, trert pleas srsbetitttd to lht-M-RCC7 r Ya r No WELL LOG: DIAMETER OF AOLEi DRILLING IsIETHOM DateDriUlug: €]aa..0u.) fmar(ft) To(fl.j r- Dtivmt rAir Hammer r-HcilawSlamAugar r- Bow Started 914003 973 E Surftta 25 r- Aa Rana y r- Cahia Tnui r Ravetae C&wtatwu Campkted WV M3 B 3t'4 23 13Z r Mud notary r— kited r cther ANNULAR SEAL DATAr BOREHOLE COMPLETIOYt Cemented iron +2 ft to 15 It. #Sacks & Material 34 YAt f— o"a Rok r"' tlau-nrned r Cldrar Ctoasrk4 feats rL to a. NUcks& Material r Straight Wall P' Gravel Packed Cemeated from ft to R, kMtks At Mattrial Crarel Paehcd fnletrai from l5 R to 132 fl. Mttb rd thud TREMIE Sixe GRADE Ctatau4 By DRILLER 6 'SS�'iiFAC1E COAiPI:ffiTIOik: Dltsitrx to Stptk Sysurn NONE A, r, Surface Slab I"Wied r- Piths Adapter Used Distance to Property 1.4" too D, r SnrLee$ke+elaaulttd r Alumilivie totaduti, MethatlofYerUkatfu� OWNER Apptwted his VariiutNo. WATER LEVtLe PLUGGED: Stack kvd It tt, belaw land surface r Wall Plugpcd widiia 48 bouts Artesian Floss to"Date WtW2003 Citing leltIswtlk Ceateaus"vowite6rftinwelit Prato (D.) To (11.) From ((L) To (ft.) Cemf@eat Sacks Uud: TYPE OF FUMP: rlTwbjm r" kt r- S,41tor able r Cylinder r Depth to pomp bowls, cylinder, let. e0e PACKERS: WELLTESTS; Tipr Depth Type of tesa r' Pump ]-- Bailtt r- ietled r Estimated View: gran with IL drawdowa afltr bra. WATER QUALITY Did Driller itneavialy peactratr wy strait which l- Yes Type of warn. coatsiaud andesirthte taasiltatats' 17 No Depth of Strata, ChranicalAaalysis msdtt r Yes F No COMPANY 1 AME SUBMERSMLE PtNi? SPECIALISTS WELL. DRILLEVS LICENSE YO. 54256 ADDRW $1w WNT INCH STRUT 6 DOWK Tx 7W7 NameasStgaatere LYNDALL COUCH KIllm tredDrillerApprenGre Drilitr Comm ;akt ncn�T7rrnrAv�tl Artin�-l9lentaJ:?RCS??o/ t}I' rtc%A ti1?4r`nl ITB#163-03/BMAd8 ITB #163-03/BM, Addendum #8 Printable Well Regon Page I of 2 TRACK Ni;Y 797 I STATE Or TEXAS WELL REPORT OWNER, CITY OF LUBBOCK OWNER PA. BOX iL)OR�r; L1188t7GK 7X i94S? ADDRESS OF WLWS LOCATION: COV.NT •: L+ubbwk LATITUDE; 333116 LONGITUDE; 10133418 Rrsad%Ledtlo(Gft MAGELLAN Owser'a Well Nuarbtr. 2003.494 ELEVATION. Grid Nstsbtr: 23 , 25 •9 -• 'TYPE OF WORK* PROPOSED USE: (w 11Loattor Well r Env. Sad aorieg r Dommic r Tatt threat r New W#I r Riplag'w"l Well r ladmrfal r Lrigacian r Lajection Gead esmal How Long r noerning r Reconditioning r DaKslenrg PAlic Supply r Rig Supply (- Stock LfPvbtkSupply well, xwreplaattubmittedto the 1I%LCC" ('yes (" No WELL LOGr DIAMETER OF LLOLEz DRIL:LLNG ?NPMOD: Datt Dr linuCt D•ia in, t } Fraaa �R.} Ta(h -) r Dtivoo r Air Natatner r Hallow Stem Aw r Eorar Started 9f4 CO 97.1 $afoot: 25 r A*YoL1ry r CiMe Tool r Rota" Cirt` hnion Completed '91dAM 83,14 25 132 f7 Mud Rotary r Jetted r oti er ANNULAR SPAL; DATA; BOREHOLE COMPLETION: Ctattattd £ram +2 tti � [S tt 11Satka & JtLattrtal 3tf YAl r om Nok r Un&rma ned r oon Cawtnted trap ft. to h Mtsstkt dr material r Saaight Waid r7 areve Patted Cemented from ft to a #S►<au l►faiar4i Gravel Packed Interval (em I3 tt. to 132 it. Method Cited TREMIF Sixt GRAVE Cemtsttd By DRILLER - d SURFACE COMPLETION: Pittance to septicsyutm WNR R rsurft9esub inetanad r PAmAdwW,}sod Distance aProperty Live 100 fc i� SorfaatSleavetnttalled r AimenatiraProoedomLdsad Methoda(Vtrintothm OVeNER Appruvtd by Varisvice NA WATER LEVEL, PLUGGED, Sttele level 1s A bclrw lard tarfact r Well Plusled w4it 48 hours Arteaias Flaw Date *L942003 Caa1sL We is wall' CemtatJRtatos{te I*R It Wilh Frm ((L) To(k) Rant (ft.) Ta (ft) CaottRtat Sacks L40i TYPE OF PLUMP. Frorbine r Jot r Subenenibic r cylinder r—Odw Depth to pump Locals, eyww0r; gtt. tit PAGt:ER:I: WEL. m"M. Type Depth Type of itstt r Pe" r hailer r #ttsd r Eflentim Y4001 Pan wilt IL drswdowo aRtr bm WATERQUALITY: ____ _.__.__ ..._........... .........._ _�.a_...... _...._.,.. �.. , . OW Driller kowR, aldy ptoetralt any Amu *lath ( Yes Type of rears taatsised aadetimbk tossfituestyi p Na Depth Of struts, Cb mittlAsslytlstaadt2 r Yea rNr COMPANY NAME SUBMERIIIILL? AMP SPi_CIALISTS WELL DRILLEWS L.ICI Nth 34154 ADDRESS $104 WEST IM STREET LUBBOCK TX 794DI 'iamt as 5dgtutsrt t YNDALL CL}LCI[ Rsghtered Driller Appresdet 1}t(llsr Camtaeed, https/l134.125.70.235/PrWablcDetailPavc.asD?Rccon3setl Action-- iltcr°la2g°fo22Yo28Trackc ... 9 24M ITB#163-03/BMAd8 ITB #163-03/BM, Addendum #8 Printable Well Report WELL PORT CnNPID&N"TIA1,M NOTICE Page 2 of 2 Tracking 0 :S87 t TEX. 0CC.CDDE Tick 12, ChavAr 190f.2S L auttsariser the awnwr (awn& of the psemofor wban the vmt wy dWlcd) to koop information in Wall Reports conGdoalmt, Tho Departmoni staall hold dig cowed" of the well log confPfentW and Pat it matrer of public re=M if it receive;, by cordfW mad a wricen requess to do so Muff tba waver, (thsatg uKIWo ft mpoWs Tracking number on virtu w►Om rrWtaest) Teats Deparweat of liteasfag A AtitWadoa Water Wen Drdleer Paeap Iattaoar Seeetor PA. Boat 12197 i1wWt4 TX 711711 (St2WJ-7M FAX(SIZ)"MF14 Ta free (goo)SO3A2o2 Retail adidrtar. tti ►>�llu lisslra�alltl fur Web addre w wmwJ sotrajwcALaat DESSCR P TION AND COLOR OF FORMATION MATERIAL From (fe.1 To (ft) Dtser4aioa TOP SOM 1.11 TAN CLAY AND CALICNE 17-46 FINE SAND AND SANDSTONE 4"3 SANDY CLAY AND SANDSTONE 93.127 SANDANDGR.AVEL 127.132 BLUE CLAY CASING, BLANK PIPE, AND WELL SCREEN DATA Dim New Type Setting Fromms, Gags Uteri 3 NEW BLANK PVC *2.20 F480 s NOW SLOTTED PVC 20.127 F-480 3 NEW BLANK PVC 127-132 F480 http,-11134.125,70.235IPrintableDetailFage.asp?i2.=rdst tl_Action=Filter'lo28*fn22°'o28Track'k,.. 9124103 ITB#163-03/BMAd8 ITB #163-03/BM, Addendum #8 Printable Well Report Pagel of 2 _ TRACIaNG0 25M STATE OF TEXAS WELL REPORT OWNER: CITY OF LUBBOCK OWNER S.O. BOX 2000 ADDRESS: LUf3Nt: TX T9aS9 ADDRESS OF WELL'S LOCATION: COUNW. Low* LATff'VbE—. 133115 L4ONGIT6'R& Ifit5344 IlriiadAitadNafGPSe MAGELLAH Owner's Wale Namberi 20001.20 f ,9VATIONS Crid Nvm6er. 23.2E -9 TYPE OF WORK: PROPOSED URE ly; Monitor Well r taw Sou ti-ming r Oameitic r Tau Weil r Niry well r Rotwtaetrt well r lodusirial r inigetioa r- la crAlYA r Ckoihacnai alai Loop (" fletpdii r Recondidoaing Dc.watming r Pahik Supply r Rag Supply, r SuKk _... ItPublic Supply vvelOnre plaausuLmitled to tteTNRCC? r Yes r NA, WELL LOG- DIAMETER OF RUL£r DRILLING METHOD, r Oliva rAl, nwoew r Hallow Stem Auger r Borst DatnDrUliagi Dia (ilk) Film (ft.) To(tt.) Started wwwj 9711 Swb = 25 r "Rolm r Cable Toot r %tvene Cimutation completed 014a(43 13A 23 133 l,? Mud Rniary r ktw r odter AKXLLAR SEAL DATA: BORC WLE COMPLETION. Cemoolvd trout +2 ft. to 1S fL a$stka&Matirial 3A YAI r Open Hole r Uodeereamad " Odwr {Cemented knew ti. to M #$arks & Malarial r Sataigta Wolf (r [cravat Patksd Cemented from ft. to ft, enacts & Material _. Gravd racked Interval from 15 fL to 132 rL Method Laid TREMM Sint GRADE Cemented By DRILLER 6 Dutnacr to Srptit Systtsir ?ZONE ft SURFACE COMPLETIONr r sof"Stab mewl Pittais Adepicr Used Distance to Property Line Iw f . ja Sudwo Slave installed r Aitetnative i'rncedvaad Method erVtrifirailou OWNER Approvtd by Variance Nir. WATER LEVEL- PLIX;GED: Statk level Ili It. below land tudw r Well Plugged within #S hours Daft 411 g 1; Arteuaa Flow wpm, Casing left to wtlti Cemramatoolte left ta went From (ft.) To (ft) From (FLF To {ft.) Cgmiatrt Socks Used: _ TYPE OF PVNV4 rTwbioa r dot r Submerribte r Cylinder rodw OWk tp pump bowie, tyllyder, jet, etr- PACKERS: - Type Dwk WELL TESTS. 'type of teat; r Panp r. Bout r Jetted r uimared Yirld, gum little A. drawde" after ln. WATERRUALf[Ya».m.,,�-_._.._._ ��afwacers�_..,. Did Dtlkr kaow#egly penetrate ANY strata hirk r leer wai►laed aatetirablt taoNttasalay r Na DWI; ofSitatai CbemiealAaatyikmade? r Yes rNo COh1PANY NA4M8 SUBMERSIBLE PUW SPECIALISTS *TU DRILLEWS LICENSE NO. *.4256 ADDRESS d 104 W&ST IMI STREET I.UBBOUK TX 1%07 NamrasSipatere LYNDALLCOUCH Rsgistt"dDriller Apprenutt Driller Comments. intableDeLailPage.asp?Rccard tl_ ction=Filtc&92&V*22%2$TfackA... WNW ITB#163-03/BMAd8 -Printable Well Report WELL REPORT CONFIDENTLtLITY N(MCE ITB #163-03/BM, Addendum #8 Page 2of2 Tt k ng 9 2$872 TUX, t)CC.CODE Title 12> Chapter 19f11 ESI, awtlesrrtit4~< kiu mrtmcr (owaerw the p fur whom the weld was drilled) to keep intwm>dioa in Well [6epotts contldeeaial. The Deparunene shall hoed the eontcnta otthe wtU tog conf demud sed one a rnyater ofpu ibe record if it roodves, by tord([ed toad a wrutca MROM to do so &am, tite owner. (Ptt"c watude the rermn Ttas wg number on your written regwest) 'fevas Depertatoat of i.iatustag & Rtgoleficn Water W41Dri trMemplomalter8ettiss P.M ken 32167 AusStR: TX 7971-1 (512)40 -7M FAX (Si2)463-g616 Tail fret (t10618i13.4202 E'ata11 address;1Y#t1Rc,RfNft— Web "drm. www,�tVix ul DESC:SIPliON AND COLOR OE FORMATION SIATERIAi, CAMG, IVLANK PIPE, AND WELLSMEE14 DATA From (M) Ta ((L) Vvieriptloa DhL 1+1ew1 Typt setfiag rwons/To Cate 161 1.11 TOP SOU. Vold TANCLAY AND CA1.ICH S NEW 13LANK PVC +2-20 F4g0 046 ME SAND AND SANDSTONE 3 NEW SLO TM PVC 3 NEW ULANKPVC 20.125 12g-133 F-480 V490 46.93 SANDY ClAY AND SANDSTONE 9342E SAND AND GRAVEL 128-133 BLUECLAY -Action=Fritters/6289422°1o28Track' .. 9/24/03 ITB#163-03/BMAd8 ITB #163-03/BM, Addendum #8 ?rintable Well Report Pagel of TRACVJNG# 25974 STATE OF TEXAS WELL REPORT OWNER: CITY Of LMOCK OWNER PAO. BOX 2000 ADDRESS OF WELL'S LOADDRESS. LUBBWKCATION: ,TX 79457 TX COUNTY., Lubbock LATITUDE; 333116 LONGITUDE: 1015348 Brandibladel efGPS-. MAGELLAN Oweer's Well Number; 2403 ELEVATION: Grid Numbers 23 - 25 - 9 TYPE OF WORK: PROPOSED USE: r Monitor Well r Eftv. Soil noting rDmostic, 7Te"well McwWell r ReplawneatWell ladustrial Irrigation r Injection Owtherraid Host Ump f— Doomnins r RecondiQuing m-w4orA& r PulAic supply r Fus suppiY stock It Pablic Supply wall, were pions, submitted to the TN'RCC1 i—Yes r T4n, WELL LOG. DIAMETER OVUOLE: DRILLING METHOD. Date DrUllsig- M. 60 Irrom (it,) To (ft-) hollow stem Auger Bom r , Duveri r Air Hararmar r Ho starttd WIWWI 14314 Surfacc 25 r- Air Rotary r cable Too, r- Reverse circulation CompicUd 9111n= 12114 25 132 F mud Rotary r ,tested r ouw AXNULARSFAL DATAa BOREHOLE COMPLETION: Comented tram -2 (L to 1$ (1. #9zdLs &INtaterial 2.5 YA1 r (*. uoic r- Uadanta"Wil r Other Cemented from IL to FL msatks & Material r susigm wait 17, GravtI packed Ceentated from it. to (L #SAC-kt. & Material Graytt Packed Interval from 15 (L to 132 ft method used TRYMIS Site GRADE Cemented By DRILLER SURFACE COMPLETION. 4 DtsUaeefaSepcfcSysttm NONE it, rwr Swrfitcc, Slab installed r7 Pillass Adapter Used Dbitance to Property List 100 (L Surface Sleeve lafiuUcd r Alternative, Procedure Used Method of rirKatwo oWNE R. Approved by Varhate, No. WATER LZVEIt FLUGGrb-. S11411C level It ft. below load surface r Well plugged within 43 hours Artesian Flow 9pW Date 91191,R143 Casing left in well: C'emenvIkoloalte left It well: From To From (IL) To(ft)Cem/Rent SukaUsed: TYPE OF PUMP. F.Turbime. r.- let r suwnulibl, r cylift&t r, Other Depth to pump bowls, cylinder. jet, etc, PACKERS1 WELL Ttm Type Depth Type of test. r Pump r Bailer r ititod, r Estimated YkId-. gpm with ft. drawdown after bra. WATER QUALR Yes Type etwater: Did DrWtr keowinglypeattralt say strata which r tostalmed uadtsirsble constituents? 17 No Depth 4fStfJt211 Chtreleal Analysis made? r Yes r No COMPANYNAME SUBMERSIBLE PUMP SPECIALISTS WELL DRlLfXR*SLJC1NSEN0. 54256 APPItESS 8104 WEST 19TH STREET LUBBOCK TX 79407 ITB#163-03/BMAd8 ITB #163-03/BM, Addendum #8 •Printable Well Report WELL REPORT CONFIDENTUL1TY ManCE Page 2 of 2 Twkin8 P 33874 TEX. OOP CODE Tine 12, Chepter 190t 2S 1, auMetiset tine e%M (od"na of the puUM for whom rbo well wee dtiitad) to keep in£omw6m in Well Ila — csar imml Tks i7cW m m *W WU tW coamnts ofdw wmU log wmfidcMd ud not a menu of pui,Ue Mwd if it Mciv", by cettitiod meet a wIkem mqueat to do w font lb* awntr. (Please ind"de the MvIt's Tracking number on yowr weitutt ragw#) Uno bapartmest st Umsia8 dt Ilagf"log Weser Well DrMcril svwpiastalkrSeeedao P.O., Sex 12,137 Ass" TX 78711 t81200.710 FAX (S12)Iii.861d TOO tree (M)8i3.9242 Basalt addrtm tvaferite( jttni 4lR Et p! Wqb addrm wmg tkZUCAAtt.UM DUCXiPTION AND COLON OF VOMMATiON MATERIAL CASING. BLANKPIPB.AND WRLLSCN1t934DATA Mrom(tt)To((Lj Dmriptlos Dh. Now T w setuagFtamma, Gags 0.1 TOP SOU, Mid t•17 TANCLAYANDCALICHE 8 NEW SLANKSTEEL t2-20 259 17-46 FM SAND AND SANDSTONE 8 NEW NULLSLOT 20-127 .M 46,01 SANDY CLAY AND SANDSTONE I NEW KLANKSTEEL 127132 ISO F2-127 SANDANDGE AVEL 127-132 MAMCLAY http;//134,125.70.235/PrintabicDotai[Page.asp?Recordseti AetionmPiiterG/,,28%22%2gTraekN.. 9/24103 ITB#163-03/BMAd8