HomeMy WebLinkAboutResolution - 2011-R0257 - Contract - LD Kemp Excavating - Caliche Canyon Landfill Development - 06/09/2011Resolution No. 2011—RO257
June. 9, 2011
Item No. 5.22
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 10084 for Caliche Canyon
Landfill Development of Cell VI Phase 3 Expansion & Installation of Leachate
Evaporation Pond and Force Main, by and between the City of Lubbock and LD Kemp
Excavating of Fort Worth, Texas, and related documents. Said Contract is attached
hereto and incorporated in this resolution as if fully set forth herein and shall be included
in the minutes of the City Council.
Passed by the City Council on
ATTEST:
5x-
Rebec Garza, City Secret
Community Services
Manager
APPROVED AS TO FORM:
��
19
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-LD Kemp Excavating
May 19, 2011
June 9, 2011
�lrss' I�
TOM MARTIN, MAYOR
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE
CITY OF LUBBOCK
SPECIFICATIONS FOR
Caliche Canyon Landfill
Development of Cell VI Phase 3 Expansion & Installation of
Leachate Evaporation Pond & Force Main
ITB 11-10084-MA
CONTRACT: 10084
PROJECT NUMBER: 92246.8302.30000
92208.8302.30000
Plans & Specifications may be download from
THE BIDSYNC.COM or Call 806-775-2171 for more details
Ikki ty of
lubbock'
TEXAS
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
Contractor Checklist
Before submitting your bid, please ensure you have completed and included the following documents in the
order they are listed. The contractor is only to submit (1) one original copy of every item listed.
1. Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds
himself on acceptance of his bid to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time
stated and for the prices stated below. In case of a discrepancy between the Unit Price and the
Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and
Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID
number or Owner's SOCIAL SECURITY number.
2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
4. Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late bids will not be accepted.
6. Complete and submit the CONTRACTORS STATEMENT OF QUALIFICATIONS.
7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAXID number or Owner's SOCIAL SECURITYnumber.
9. Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED
NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
(Type or Print Company Name)
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL — (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-3. CONTRACTORS STATEMENT OF QUALIFICATIONS
3-4. SAFETY RECORD QUESTIONNAIRE
3-5. SUSPENSION AND DEBARMENT CERTIFICATION
4. LIST OF SUB -CONTRACTORS
5. PAYMENT BOND
6. PERFORMANCE BOND
7. CERTIFICATE OF INSURANCE
8. CONTRACT
9. GENERAL CONDITIONS OF THE AGREEMENT
10. DAVIS BACON WAGE DETERMINATIONS
11. SPECIAL CONDITIONS (IF APPLICABLE)
12. SPECIFICATIONS
3
NOTICE TO BIDDERS
ITB 11-10084-MA
Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on May 19, 2011 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:
Caliche Canyon Landfill
Development of Cell VI Phase 3 Expansion & Installation of Leachate Evaporation Pond & Force
Main
After the expiration of the time and date above first written, said sealed bids will be opened in the City
Hall, Council Chambers 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 and Contract Management Office for the City of Lubbock,
before the expiration of the date above first written.
Bids are due at 3:00 P.M. on May 19, 2011 and the City of Lubbock City Council will consider the
bids on June 9, 2011 1 at the City Hall, 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 $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of
"A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND
MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract
to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL
SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF
THE BID SUBMITTAL. THE ESTIMATED BUDGET FOR THE CONSTRUCTION OF THIS
PROJECT IS $ 1.3 MILLION.
It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that all
such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There
will be a non -mandatory pre -bid conference on May 11, 2011 at 11:00 A.M. in the City Hall, Council
Chambers, 1625-13th Street, Lubbock, Texas.
A site visit is scheduled for May 11, 2011 for Bidders attending the pre -bid conference. This will begin
immediately after the 11:00 a.m. pre bid conference.
4
Site visits for the purpose of bid preparation will be allowed with a minimum of 24 hours notification.
Site visits will only be conducted during normal business hours which are defined as Monday through
Friday from 8:00 am to 5:00 pm. A staff member from the City of Lubbock Solid Waste Department will
be present during all site visits. Site visits can be scheduled by contacting Marta Alvarez (806) 775-2572 or
by email Malvarez(amylubbock.us . Site visits will not be allowed after May 13, 2011.
Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost.
In the event of a large file size, please a patient when downloading or viewing. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries. Copies of plans and specifications
may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office.
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 and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each
bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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 bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises shall 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 require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
M"Cal Alvarer3
PURCHASING AND CONTRACT MANAGEMENT OFFICE
5
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Caliche Canyon Landfill
Development of Cell VI Phase 3 Expansion & Installation of Leachate Evaporation Pond & Force
Main per the attached specifications and contract documents. Sealed bids will be received no later than
3:00 P.M. on May 19, 2011 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 11-10084-
MA, Caliche Canyon Landfill Development of Cell VI Phase 3 Expansion & Installation of
Leachate Evaporation Pond & Force Main" 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:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management
Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder
does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid
meeting will be held at May 11, 2011 at 11:00 A.M. in the City Hall, Council Chambers, 1625-13th
Street, 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.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of
forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
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 and Contract Management Office. At the request of
the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be
substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract
Management Office. Such addenda issued by the Purchasing and Contract Management Office will be
available over the Internet at www.bidsync.com and will become part of the bid package having the same
binding effect as provisions of the original ITB. 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 and
Contract Management Office no later than five (5) calendar days before the bid closing date.
6
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB
should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt
of this ITB with any individuals, employees, or representatives of the City and any information that may
have been read in any news media or seen or heard in any communication facility regarding this bid
should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Purchasing and Contract Management Office and a clarification obtained before the
bids are received, and if no such notice is received by the Purchasing and Contract Management
Office 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 and Contract
Management Office 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 bid closing date.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
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.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of
discretion concerning this bid.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing and Contract Management Office 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 and Contract Management Office no later than five (5) calendar days before
the bid closing date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
Purchasing and Contract Management
1625 13' Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: malvarez@mylubbock.us
Bidsync: www.bidsync.com
13
TIME AND ORDER FOR COMPLETION
14
15
17
13.1 The construction covered by the contract documents shall be substantially completed within (120) ONE
HUNDRED TWENTY CALENDAR DAYS and a total of (150) ONE HUNDRED FIFTY
CALENDAR DAYS for final completion thereafter as stipulated in the specifications and other contract
documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $634.00
(SIX HUNDRED THIRTY-FOUR DOLLARS) for each 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.
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.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
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.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related
contract documents for use during construction. Plans and specifications for use during construction will only be
furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to
suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the
Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades,
signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the
project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
10
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN
THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE
CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE
ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW,
OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM
THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR
PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE
FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT
SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
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 Texas Government Code, Chapter 2258,
Prevailing Wage Rates 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 the contract documents does not release the Contractor from compliance with any wage law that
may be applicable. Construction work under the contract requiring an inspector shall not be performed on
weekends or holidays unless the following conditions exist:
11
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 Sunday 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 Sunday 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 shall keep a
record showing the name and occupation of each worker employed by the Contractor or subcontractor
in the construction of the public work and the actual per diem wages paid to each worker. This record
shall be open at all reasonable hours to inspection by the officers and agents of the City. 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, sixty dollars for each laborer,
workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic
is paid less than the wages assigned to his particular classification as set forth in the schedule of general
prevailing rate of per diem wages included in these contract documents
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be
correctly filled in, stating the price in 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 unit price and the extended total for a bid item, the unit price will be
taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid
price.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
29.3.1 Bidder's name
12
29.3.2 Bid for ITB 11-10084-MA, Caliche Canyon Landfill Cell VI Construction & Leachate
Collection System
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
30 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
31 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar
municipal and similar non -municipal current and completed projects for the past three (3) years for review. This
list shall include the names of supervisors and type of equipment used to perform work on these projects. In
addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work
on this project in compliance with City of Lubbock specifications herein.
13
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 29 plus the sum of any Alternate Bids or Options the City may select.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
32.7 The estimated budget for the construction of this project is $ 1.3 million.
33 ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN BID SUBMISSION DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL
NOT DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK
CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF
LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED
INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. The policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the ITB
process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and
materials at the lowest practicable price, for the best interests and benefit of the taxpayers and
property owners. Violation of this provision may result in rejection of the bidder's proposal.
34 PREVAILING WAGE RATES
34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project
14
34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
hLtp://www.gpo.gov/davisbacon/allstates.html
34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
15
BID SUBMITTAL FORM
No Text
BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: ITB 11-10084-MA, Caliche Canyon Landfill Development of Cell VI Phase 3 Expansion &
Installation of Leachate Evaporation Pond & Force Main
Bid of
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of CALICHE CANYON LANDFILL CELL
VI EXCAVATION & LINER CONSTRUCTION AND LEACHATE EVAPORATION POND & FORCE MAIN,
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time
set forth therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated below.
BASE BID 1— CELL VI EXCAVATION & LINER CONSTRUCTION:
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
EXTENDED
AMOUNT
1
Mobilization/Demobilization
LS
1
2
Excavation
CY
149,800
3
Embankment Fill
CY
25,000
4
Subgrade Preparation (Floor)
SF
148,150
5
Subgrade Preparation (Slopes)
SF
338,900
6
Smooth Geomembrane Liner (Floor)
SF
137,700
7
Textured Geomembrane Liner (Slopes)
SF
358,300
8
Protective Soil Cover (Floor)
SF
148,150
9
Protective Soil Cover (Slopes)
SF
338,900
10
Site Signage
LS
1
11
Seeding
LS
1
12
Erosion Control
LS
1
TOTAL BASE BID 1— CELL VI EXCAVATION & LINER CONSTRUCTION, ITEMS #1 - #12:
MATERIALS:
SERVICES:
($
TOTAL BID
ITEMS #1 -#12: ($ )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall govern.)
BASE BID 2 — LEACHATE EVAPORATION POND & FORCE MAIN:
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
EXTENDED
AMOUNT
13
Mobilization/Demobilization
LS
1
14
Excavation
CY
110
15
Embankment Fill
CY
1,720
16
Reinforced Geosynthetic Clay Liner
SF
11,080
17
Textured Geomembrane Liner
SF
11,080
18
Sacrificial Textured Geomembrane Liner
SF
11,080
19
Sand Tube
EA
6
20
Booted Pipe Penetration and Influent Structure
LS
1
21
Reinforced Concrete Pond Access Ramp
SY
140
22
Leachate Force Main Piping
LF
3,000
23
Sump Access Structure
EA
2
24
Compressed Air Line
LF
320
25
Skid -Mounted Centrifugal Pump
EA
1
26
Gas Condensate Piping
LF
550
27
Electrical Improvements
LS
1
28
Seeding
LS
1
29
Erosion Control
LS
1
TOTAL BASE BID 2 — LEACHATE EVAPORATION POND & FORCE MAIN, ITEMS #13 - #29:
MATERIALS:
SERVICES:
($
TOTAL BID
ITEMS #13 429: ($ )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall govern.)
ALTERNATE 1 — (ADDITIVE) LANDFILL MARKERS:
ITEM
NO.
DESCRIPTION
UNIT ESTIMATED UNIT EXTENDED
QUANTITY PRICE AMOUNT
Al-1
Landfill Markers
LS 1
TOTAL ALTERNATE 1, ITEM Al-1:
MATERIALS
LABOR
TOTAL BID
ITEM Al-1:
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will betaken.)
Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within (120) ONE HUNDRED TWENTY
CALENDAR DAYS and a total of (150) ONE HUNDRED FIFTY CALENDAR DAYS for final completion
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to
Owner as liquidated damages the sum of $634.00 (SIX HUNDRED THIRTY-FOUR DOLLARS) for each
calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in
the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SEVENTY (70)
calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the
total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance
policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the
contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of
Dollars ($ ), which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond
(if any) with the Owner within ten (10) business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code
252.043(a), a competitive sealed bid that has
been opened may not be changed for the
purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE
BID PRICE MUST BE MADE ON THE BID
(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 Zip Code
Telephone: -
Fax: -
FEDERAL TAX ID or SOCIAL
SECURITY No.
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder and Agent
Must be submitted with Bid
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able
to, within ten (10) business 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.
Contractor (Original Signature) Contractor (Print)
(Print or Type)
CONTRACTOR'S FIRM ADDRESS:
Name of Agent/Broker:
Agent / Broker (Signature)
Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone Number: (
Date
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid and award the contract
to another contractor. If you have any questions concerning these requirements, please contact the Purchasing
and Contract Management Office for the City of Lubbock at (806) 775-3150.
BID 11-10084-MA, Caliche Canyon Landfill Development of Cell VI Phase 3 Expansion & Installation of Leachate
Evaporation Pond & Force Main
No Text
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The
City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it
related or caused by environmental, mechanical, operational, supervision or any other cause or factor.
Specifically, the City may consider, among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Bidder's Initials
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO,
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted from serious bodily injury or death?
YES NO
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire shall be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Signature
Title
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $50,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY N
FEDERAL TAX ID or SOCIAL SECURITY No.
Signature of Company Official:
Printed name of company official signing above:
Date Signed:
No Text
LIST OF SUB -CONTRACTORS
No Text
BID 11-10084-MA, Caliche Canyon Landfill Development of Cell VI Phase 3 Expansion & Installation of
Leachate Evaporation Pond & Force Main
LIST OF SUB CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes No
1.
El 11
2.
El 7
3.
El 0
4.
El 11
5.
El El
6.
El 0
7.
El
8.
El El
9.
El 0
10.
El 11
11.
El El
12.
El 0
13.
El 11
14.
El El
15.
El 0
16.
El 11
Company
Address
City,
State
Telephone: -
Fax: -
County
Zip Code
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
2
No Text
BID 11-10084-MA, Caliche Canyon Landfill Development of Cell VI Phase 3 Expansion & Installation of
Leachate Evaporation Pond & Force Main
FINAL LIST OF SUB CONTRACTORS
Minority Owned
Company Name Location Services Provided
Yes
No
1.
El
0
2.
El
F1
3.
El
El
4.
El
0
5.
El
El
6.
El
El
7.
El
0
8.
El
El
9.
El
El
10.
El
0
11.
El
El
12.
El
El
13.
El
0
14.
El
E]
15.
El
16.
El
El
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
3
No Text
PAYMENT BOND
No Text
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that
Principal(s), as Principal(s), and
(hereinafter called the
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of
Dollars ($ ) 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
of , 2011, to
day
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 day of 2011.
Surety
*By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
Surety
By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an Office 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.
PERFORMANCE BOND
No Text
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that
as Principal(s), and
(hereinafter called the Principal(s),
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Dollars
($ ) 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 day of
, 2011, to
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.
Surety
* By:
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of 2011.
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an Office 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.
CERTIFICATE OF INSURANCE
No Text
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for
the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
C Commercial General Liability
General Aggregate $
C Claims Made
Products-Comp/Op AGG $
C Occurrence
Personal & Adv. Injury $
C Owner's & Contractors Protective
Each Occurrence $
F
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
C Any Auto
Combined Single Limit $
C All Owned Autos
Bodily Injury (Per Person) $
C Scheduled Autos
Bodily Injury (Per Accident) $
C Hired Autos
Property Damage $
C Non -Owned Autos
C
GARAGE LIABILITY
C Any Auto
Auto Only - Each Accident $
C
Other than Auto Only:
Each Accident $
Aggregate $
C BUILDER'S RISK
C 100% of the Total Contract Price
$
C INSTALLATION FLOATER
$
EXCESS LIABILITY
C Umbrella Form
Each Occurrence $
Aggregate $
C Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ C Included
Statutory Limits
Partners/Executive C Excluded
Each Accident $
Offices are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
No Text
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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
No Text
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
No Text
CONTRACT
No Text
CONTRACT 10084
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this day of , 2011, 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 of the City of ,
County of and the State of hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID 11-10084-MA, Caliche Canyon Landfill Development of Cell VI Phase 3 Expansion & Installation of Leachate
Evaporation Pond & Force Main
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Conditions of Agreement. bid dated 2011
is incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
BY:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Company
Address
City, State, Zip
ATTEST:
Corporate Secretary
By:
MAYOR
ATTEST:
City Secretary
APPROVED AS TO CONTENT:
Owner's Representative
Scott Snider, Assistant City Manager
APPROVED AS TO FORM:
City Attorney
No Text
GENERAL CONDITIONS OF THE AGREEMENT
No Text
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 I 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 Catrennia Williams , Solid Waste Managing Director, so
designated who shall 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 shall act for the Owner under the direction of Owner's Representative, but shall not
directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the parry who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
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.
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 shall
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor shall 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 shall 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 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 shall 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 are needed. All stakes, marks, etc.,
shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its
Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at
Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment are 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 shall be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
4
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance with
these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
such an extent as to give reasonable assurance of compliance with the schedule of progress.
6
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 Offices, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED TO INCLUDE PRODUCT-COMP/OP 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. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Products & Completed Operations AGG
Contractual Liability
Personal & Adv. Injury
WITH HEAVY EQUIPMENT & XCU (Explosion, Collapse, Underground) ENDORSEMENT
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, - NOT REQUIRED.
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED.
E. Umbrella Liability Insurance - NOT REQUIRED.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000
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 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
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 foodibeverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity shall 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.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
M
(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
shall provide services on the project shall be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
10
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tdi.state.tx.us) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage, " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
11
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
12
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
13
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $634 (SIX HUNDRED &THIRTY
FOUR) PER CALENDER DAY, not as a penalty, but as liquidated damages for the breach of the contract as
herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided
and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
14
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
15
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
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.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
16
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of -
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
17
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
18
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
19
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
20
DAVIS BACON WAGE DETERMINATIONS
No Text
EXHIBIT A
GENERAL DECISION: TX20100028 03/12/2010 TX28
Date: March 12, 2010
General Decision Number: TX20100028 03/12/2010
Superseded General Decision Number: TX20080028
State: Texas
Construction Types: Heavy and Highway
Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor
and Tom Green Counties in Texas.
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 03/12/2010
* SUTX2004-001 11/09/2004
Rates
Fringes
Asphalt Distributor Operator ...
$ 9.25
0.00
Asphalt Heater Operator ........
$ 11.21
0.00
Asphalt paving machine operator$
11.16
0.00
Asphalt Raker ..................$
9.51
0.00
Broom or Sweeper Operator ......
$ 8.57
0.00
Bulldozer operator ...........$
9.76
0.00
Carpenter ......................$
12.61
0.00
Concrete Finisher, Paving ......
$ 13.26
0.00
Concrete Finisher, Structures..$
11.20
0.00
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel
Operator .......................$
11.00
0.00
Electrician ....................$
17.00
0.00
Form Builder/Setter, Structures$
9.26
0.00
Form Setter, Paving & Curb .....
$ 9.82
0.00
Front End Loader Operator ......
$ 10.52
0.00
Laborer, common ................$
8.51
0.00
Laborer, Utility ...............$
10.46
0.00
Mechanic .......................$
16.85
0.00
Motor Grader Operator Rough ....
$ 11.75
0.00
Motor Grader Operator, Fine
Grade ..........................$
13.50
0.00
Planer Operator ................$
13.36
0.00
Roller Operator, Pneumatic,
Self -Propelled .................$
7.67
0.00
Roller Operator, Steel Wheel,
Flat Wheel/Tamping.............$
8.06
0.00
Roller Operator, Steel Wheel,
Plant Mix Pavement .............$
7.50
0.00
Scraper Operator ...............$
8.50
0.00
Servicer .......................$
8.98
0.00
Slip Form Machine Operator .....
$ 13.64
0.00
Tractor operator, Pneumatic ....
$ 12.00
0.00
Traveling Mixer Operator .......
$ 12.00
0.00
Truck driver, lowboy -Float .....
$ 12.67
0.00
Truck driver, Single Axle,
Heavy ..........................$
8.50
0.00
Truck driver, Single Axle,
Light ..........................$
8.08
0.00
Truck Driver, Tandem Axle,
Semi -Trailer ...................$
8.66
0.00
Welder .........................$
15.25
0.00
Work Zone Barricade Servicer...
----------------------------------------------------------------
$ 8.28
0.00
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be.
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
No Text
SPECIFICATIONS
No Text
Specifications
lubbck�`o
TCEQ MSW Permit No. 69
City of Lubbock, Texas
Caliche Canyon Landfill
Cell VI Excavation & Liner Construction
Leachate Evaporation Pond & Force Main
April 2011
PSC Project # 01449010
PARKH ILLSMITH &COOPER
in
Specifications
lubbock/'
IFX4S
TCEQ MSW Permit No. 69
City of Lubbock, Texas
Caliche Canyon Landfill
Cell VI Excavation & Liner Construction
Leachate Evaporation Pond & Force Main
4 % R;ZRT MOLLY HOLDER
;< 59052
10,
oz
April 2011 PARKHILLSMITH&COOPER
PSC Project # 01449010 111
TABLE OF CONTENTS
DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION
00805 Supplementary General Conditions........................................................................................... 6
DIVISION 1 - GENERAL REQUIREMENTS
01010
Summary of Work..................................................................................................................... 2
01019
Contract Considerations.............................................................................................................
2
01025
Measurement and Payment........................................................................................................
6
01039
Coordination and Meetings........................................................................................................
2
01090
Reference Standards..................................................................................................................
2
01300
Submittals..................................................................................................................................3
01356
Storm Water Pollution Prevention Measures.............................................................................
2
01400
Quality Control..........................................................................................................................
2
01500
Construction Facilities and Temporary Controls
....................................................................... 3
01600
Material and Equipment............................................................................................................
3
01700
Contract Closeout......................................................................................................................
4
DIVISION 2 - SITE WORK
02200
Excavation and Earthwork......................................................................................................... 7
02240
Geosynthetic Clay Liner............................................................................................................
9
02245
Geomembrane Liner................................................................................................................
16
02260
Protective Soil Cover.................................................................................................................
3
02665
Piping, Valves, and Miscellaneous Items
.................................................................................. 6
02900
Seeding......................................................................................................................................
5
DIVISION 3 - CONCRETE
03300 Cast -In -Place Concrete............................................................................................................ 14
DIVISIONS 4 —14
Not Used
DIVISION 15 - MECHANICAL
15130 Wheeled Sump Pumps............................................................................................................... 4
15211 Compressed -Air Piping.............................................................................................................. 6
15441 Centrifugal Gas Condensate Pumps........................................................................................... 4
01449010 TABLE OF CONTENTS TOC - 1
04/ 1 1
DIVISION 16 — ELECTRICAL
16000
Electrical General Provisions..................................................................................................... 5
16111
Conduit......................................................................................................................................
3
16120
Wire and Cable..........................................................................................................................
3
16130
Boxes.........................................................................................................................................
3
16170
Grounding and Bonding............................................................................................................
3
16190
Supporting Devices....................................................................................................................
2
16441
Enclosed Switches.....................................................................................................................
2
16670
Surge Protection Device............................................................................................................
4
16990
Electrical System Testing and Start-up......................................................................................
3
APPENDIX A
Soil and Liner Quality Control Plan
APPENDIX B
Leachate and Contaminated Water Control Plan
APPENDIX C
Soil Boring Logs
01449010 TABLE OF CONTENTS TOC - 2
04/ 1 1
DESIGN PROFESSIONAL RESPONSIBILITY
The specifications sections authenticated by my seal and signature are limited to the following:
MA 11W040 WR :4 Y Is LA"11 i7 �1
02200
Excavation and Earthwork
02240
Geosynthetic Clay Liner
02245
Geomembrane Liner
02665
Piping, Valves, and Miscellaneous Items
02900
Seeding
DIVISION 3 - CONCRETE
03300 Cast -In -Place Concrete
COOP
C OF
I- 1 C
a •••••• R. hlATf PY ER
04/01 / 11
01449010 DESIGN PROFESSIONAL RESPONSIBILITY RMD-1
04/11
DESIGN PROFESSIONAL RESPONSIBILITY
The specifications sections authenticated by my seal and signature are limited to the following:
DIVISION 15 - MECHANICAL
15130 Wheeled Sump Pumps
15211 Compressed -Air Piping
15441 Centrifugal Gas Condensate Pumps
...A 8. COOP,
01449010 DESIGN PROFESSIONAL RESPONSIBILITY y�pyl_1
04/11
DESIGN PROFESSIONAL RESPONSIBILITY
The specifications sections authenticated by my seal and signature are limited to the following:
DIVISION 16 — ELECTRICAL
16000
Electrical General Provisions
16111
Conduit
16120
Wire and Cable
16170
Grounding and Bonding
16190
Supporting Devices
16441
Enclosed Switches
16670 Surge Protection Device
16990 Electrical System Testing and Start-up
& coo,
i ■s�i*Frrf Frr.......... Fri*bbw CM
SHAUN R. TIMVELL
�p �ariitrai trri trri tariitriittir�
f 106911
I �o
04/01/11
01449010 DESIGN PROFESSIONAL RESPONSIBILITY SRT-1
04/11
SECTION 00805
SUPPLEMENTARY GENERAL CONDITIONS
PART 1 - GENERAL
The following paragraphs identify and describe changes to specific paragraphs in the General Conditions.
1.1 ADDITIONS, DELETIONS, AND REVISIONS
1.1.1 General Conditions "13. LINES AND GRADES", add a second paragraph as follows:
All lines and grades (field surveys) furnished by the Owner's Representative are for initial
construction layout and final construction verification. If a portion of the work fails and
requires additional work by the Contractor, additional surveys will be provided by the
Owner's Representative at Contractor's expense. The Contractor shall be billed directly for
additional surveys by the surveyor at the rates being paid by the Owner. Failure of the
Contractor to pay for additional surveys will result in a reduction of that amount from the final
payment.
1.1.2 General Conditions "21. OBSERVATION AND TESTING", add a fourth paragraph as
follows:
The Contractor shall pay all costs for pre -construction testing called for in the Technical
Specifications and for all failing tests during construction. The Owner shall pay for all
construction testing expect for failed tests. The Contractor shall be billed directly for failed
tests by the testing laboratory at the rate per test being paid by the Owner. Failure of
Contractor to pay for failed tests will result in a reduction of that amount from final payment.
1.1.3 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND
EQUIPMENT", delete the first paragraph of this section.
1.1.4 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND
THE PUBLIC", modify as follows:
Delete the fourth sentence of the first paragraph, i.e., "The Contractor, his sureties... including
attorneys fees." and replace it with the following: "The Contractor, his sureties and insurance
carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents,
including Engineer, and employees from all suits, actions, or claims of any character
whatsoever, brought for or on account of any injuries or damages received or sustained by any
person or persons or property, on account of any negligent act or fault of the Contractor or any
subcontractor, their agents or employees, in the execution and supervision of said contract,
and project which is the subject matter of this contract, on account of the failure of the
Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and
will be required to pay any judgment with costs which maybe obtained against the Owner or
any of its officers, agents, including Engineer, or employees including attorney's fees."
01449010 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 1
04/ 1 1
1.1.5 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows:
A. Add the following paragraph after the first paragraph: "All insurance, as hereafter
specified, shall include a waiver of subrogation against the Owner, the Owner's agents,
and the Owner's Engineer."
B. In addition to the City, the Engineer is to be named as an additional insured on the
Comprehensive General Liability Insurance, the Owner's Protective or Contingent
Public Liability and Property Damage Liability Insurance, the Comprehensive
Automobile Liability Insurance and the Excess or Umbrella Liability Insurance
policies, and a copy of the endorsement doing the foregoing is to be attached to the
Certificates of Insurance for such policies.
C. The Engineer is to be named as an additional insured on the Builder's Risk Insurance
Policy, as its interests may appear.
1.1.6 General Conditions "39. PROTECTION OF ADJOINING PROPERTY", modify as follows:
Delete the last sentence of the paragraph, i.e., "without limiting, in any way, manner and form, the
indemnity provided ... out of the performance of this contract." and replace it with the
following: "The Contractor agrees to indemnify, save and hold harmless the Owner and the
Engineer against any claim or claims for damages due to any adjacent or adjoining property
arising or growing out of the performance of this contract, but such indemnity shall not apply
to any claim of any kind arising out of the existence or character of the work."
1.1.7 General Conditions "51. SPECIAL CONDITIONS", modify as follows:
Delete the paragraph and replace it with the following: "In the event any special or supplementary
general conditions that are a part of the contract documents conflict with any of the general
conditions contained in this contract, then in such event the special or supplementary general
conditions shall control."
1.2 ADDITIONAL PARAGRAPHS
1.2.1 General Conditions 58. CONSTRUCTION PROCEDURES AND SAFETY:"
Owner's Representative and the Engineer shall not specify construction or service -related procedures
and shall not manage, control or have charge of construction, nor shall Owner's
Representative or Engineer implement or be responsible for health or safety procedures.
Owner's Representative and Engineer shall not be responsible for the acts or omissions of
Contractor or other parties on the project and shall not be responsible for construction means,
methods, techniques, sequences, or procedures, nor for precautions or programs. All of these
matters shall be responsibility of the Contractor. Owner's Representative's and Engineer's
monitoring or review of portions of the work performed under any construction contracts shall
not relieve the Contractor from its responsibility for performing the work in accordance with
the applicable contract documents." Contractor shall defend, indemnify and hold harmless
Owner, Engineer, their officials, officers, directors, consultants, agents and employees from
and against all claims, damages, whether direct, indirect or consequential, losses and expenses
(including but not limited to attorney's fees and court costs) connected with any illness, injury
or loss to the person or property of Contractor, its subcontractors, suppliers, their employees
01449010 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 2
04/ 1 1
and agents, or any other person, arising out of or resulting from Contractor's responsibilities
under this paragraph; the foregoing shall apply notwithstanding the negligence of any person
or entity indemnified hereunder.
Not withstanding the above, the Contractor will not be required to indemnify the Owner's
Representative or the Engineer to causes arising out of the Engineer's negligent acts, errors, or
omissions.
1.2.2 General Conditions 59. RESIDENT PROJECT REPRESENTATIVE
General: RPR is Engineer's agent at the site, will act as directed by and under the supervision of
Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters
pertaining to the on -site work shall in general be with Engineer and Contractor keeping
Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with
the full knowledge and approval of Contractor. RPR shall generally communicate with Owner
with the knowledge of and under the direction of Engineer.
A. Duties and Responsibilities of RPR:
1. Schedules: Review the progress schedule, schedule of Shop Drawing submittals
and schedule of values prepared by Contractor and consult with Engineer
concerning acceptability.
2. Conferences and Meetings: Attend meetings with Contractor, such as
preconstruction conferences, progress meetings, job conferences and other
project -related meetings, and prepare and circulate copies of minutes thereof.
3. Liaison:
a. Serve as Engineer's liaison with Contractor, working principally through
Contractor's superintendent and assist in understanding the intent of the
Contract Documents, and assist Engineer in serving as Owner's liaison
with Contractor when Contractor's operations affect Owner's on -site
operations.
b. Assist in obtaining from Owner additional details or information, when
required for proper execution of the Work.
B. Shop Drawings and Samples:
Record date of receipt of Shop Drawings and samples.
2. Receive samples which are furnished at the site by Contractor, and notify
Engineer of availability of samples for examination.
Advise Engineer and Contractor of the commencement of any Work requiring a
Shop Drawing or sample if the submittal has not been approved by the Engineer.
01449010 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 3
04/ 1 1
C. Review of Work, Rejection of Defective Work, Inspections and Tests:
Conduct on -site observations of the Work in progress to assist Engineer in
determining if the Work is in general proceeding in accordance with the Contract
Documents.
2. Report to Engineer whenever RPR believes that any Work is unsatisfactory,
faulty or defective or does not conform to the Contract Documents, or has been
damaged, or does not meet the requirements of any inspection, test or approval
required to be made; and advise Engineer of Work that RPR believes should be
corrected or rejected or should be uncovered for observation, or requires special
testing, inspection or approval.
Verify that tests, equipment and systems startups and operating and maintenance
training are conducted in the presence of appropriate personnel, and that
Contractor maintains adequate records thereof, and observe, record and report to
Engineer appropriate details relative to the test procedures and startups.
4. Accompany visiting inspectors representing public or other agencies having
jurisdiction over the Project, record the results of these inspections and report to
Engineer.
D. Interpretation of Contract Documents: Report to Engineer when clarifications and
interpretations of the Contract Documents are needed and transmit to Engineer.
Transmit to Contractor decisions as issued by Engineer.
E. Modifications: Consider and evaluate Contractor's suggestions for modifications in
Drawings or Specifications and report with RPR's recommendations to Engineer.
Transmit to Contractor decisions as issued by Engineer.
F. Records:
Maintain at the job site orderly files for correspondence, reports of job
conferences, Shop Drawings and samples, reproductions of original Contract
Documents including all Work Directive Changes, Addenda, Change Orders,
Field Orders, additional Drawings issued subsequent to the execution of the
Contract, Engineer's clarifications and interpretations of the Contract Documents,
progress reports, and other Project related documents.
2. Keep a diary or log book, recording Contractor hours on the job site, weather
conditions, data relative to questions of Work Directive Changes, Change Orders
or changed conditions, list of job site visitors, daily activities, decisions,
observations in general, and specific observations in more detail as in the case of
observing test procedures; and send copies to Engineer.
Record names, addresses and telephone numbers of all Contractors,
subcontractors and major suppliers of materials and equipment.
01449010 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 4
04/ 1 1
G. Reports:
Furnish Engineer periodic reports as required of progress of the Work and of
Contractor's compliance with the progress schedule and schedule of Shop
Drawing and sample submittals.
2. Consult with Engineer in advance of scheduled major tests, inspections or start
of important phases of the Work.
Draft proposed Change Orders and Work Directive Changes, obtaining backup
material from Contractor and recommend to Engineer Change Orders, Work
Directive Changes, and Field Orders.
4. Report immediately to Engineer and Owner upon the occurrence of any accident.
H. Payment Requests: Review applications for payment with Contractor for compliance
with the established procedure for their submission and forward with recommendations
to Engineer, noting particularly the relationship of the payment requested to the
schedule of values. Work completed and materials and equipment delivered at the site
but not incorporated in the Work.
I. Certificates, Maintenance and Operation Manuals: During the course of the Work,
verify that certificates, maintenance and operation manuals and other data required to
be assembled and furnished by Contractor are applicable to the items actually installed
and in accordance with the Contract Documents, and have this material delivered to
Engineer for review and forwarding to Owner prior to final payment for the Work.
J. Completion:
Before Engineer issues a Certificate of Substantial Completion, submit to
Contractor a list of observed items requiring completion or correction.
2. Conduct final inspection in the company of Engineer, Owner, and Contractor and
prepare a final list of items to be completed or corrected.
3. Observe that all items on final list have been completed or corrected and make
recommendations to Engineer concerning acceptance.
K. Limitations of Authority:
Resident Project Representative:
Shall not authorize any deviation from the Contract Documents or substitution of
materials or equipment, unless authorized by Engineer.
2. Shall not exceed limitations of Engineer's authority as set forth in the Agreement
or the Contract Documents.
Shall not undertake any of the responsibilities of Contractor, subcontractors or
Contractor's superintendent.
01449010 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 5
04/ 1 1
4. Shall not advise on, issue directions relative to or assume control over any aspect
of the means, methods, techniques, sequences or procedures of construction
unless such advice or directions are specifically required by the Contract
Documents.
5. Shall not advise on, issue directions regarding or assume control over safety
precautions and programs in connection with the Work.
6. Shall not accept Shop Drawing or sample submittals from anyone other than
Contractor.
7. Shall not authorize Owner to occupy the Project in whole or in part.
8. Shall not participate in specialized field or laboratory tests or inspections
conducted by others except as specifically authorized by Engineer.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 6
04/ 1 1
SECTION 01010
SUMMARY OF WORK
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Work covered by Contract Documents
B. Contractor use of site.
C. Owner occupancy.
1.3 RELATED SECTIONS
A. General Conditions of the Agreement.
1.4 WORK COVERED BY CONTRACT DOCUMENTS
A. Identification: City of Lubbock, Texas, Caliche Canyon Landfill, "Cell VI Excavation and
Liner Construction and Leachate Evaporation Pond and Force Main".
B. Location: Lubbock, Texas, Caliche Canyon Landfill, TCEQ MSW Permit No. 69.
C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief
description of the Project is as follows:
1. Base Bid A - Cell VI Excavation & Liner Construction.
a. Earthwork excavation, grading and filling as shown on plans.
b. Berm construction.
C. Subgrade preparation to the lines and grades shown on the plans.
d. 60 mil high density polyethylene liners, smooth and textured.
e. Construction Testing.
f. Protective Soil Cover placement.
g. Erosion protection.
2. Base Bid B - Leachate Evaporation Pond & Leachate Force Main.
a. Earthwork excavation, grading, and filling as shown on plans.
b. Subgrade preparation to the lines and grades shown on the plans.
C. Construction of the leachate evaporation pond, including installation of
non -reinforced geosynthetic clay liner, dual 60-mil high density polyethylene
textured geomembrane liner, soil berms.
d. Seeding of soil berm and areas disturbed by construction activities.
e. Relocation of compressed air line.
f. Trench excavation for leachate force main.
g. Construction of leachate force main, including polyethylene pipe, fittings, check
valves, trench excavation and gravel backfill.
01449010 SUMMARY OF WORK 01010 - 1
04/ 1 1
h. Construction of new sump access structure including reinforced concrete
structure, bollards, sump pump, level sensor and display, flow meter and display,
air release valve, ball valve, fittings, and other related items.
i. Installation of discharge pipe at leachate evaporation pond.
j. Electrical work including upgrade to existing 3 phase, 480/277 VAC electrical
service, installation of two new leachate pump control panels, disconnects,
conduit, and wire. The construction of electrical racks at three (3) locations will
also be required.
k. Construction testing.
1. Erosion control.
in. Installation of new centrifugal pump at existing condensate tank, new float switch
and interconnecting piping over to the new leachate force main system.
Additive Alternate I — Landfill Markers
a. Removal and replacement of landfill boundary, grid, buffer, easement, and
floodplain markers.
1.5 CONTRACTOR USE OF SITE
A. Limit use of site to allow Owner occupancy.
B. Construction Operations will be limited to areas adjacent to construction site as designated by
the Owner.
1.6 OWNER OCCUPANCY
A. The Owner will occupy the site during construction for the conduct of normal operations.
B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations.
C. Schedule the Work to accommodate this requirement.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 SUMMARY OF WORK 01010 - 2
04/ 1 1
SECTION 01019
CONTRACT CONSIDERATIONS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Application for Payment.
B. Change procedures.
1.3 RELATED SECTIONS
A. Section 01300 - Submittals: Schedule of Values.
B. Section 01600 - Material and Equipment: Product substitutions.
1.4 PROJECT DURATION
A. Definitions
1. Substantial Completion — The point at which the liner system has been satisfactorily
installed and all related work complete,
2. Final Completion — The point at which the Geomembrane Liner Evaluation Report
(GLER) is accepted as complete by the TCEQ.
B. Substantial Completion — Work associated with the project shall be substantially complete
within 120 days of Notice -to -Proceed for the liner system.
C. Final Completion — The duration of final completion of the base bid is dependent upon the
TCEQ's review of the GLER. The balance of retainage will be held until the GLER is accepted
by the TCEQ.
1.5 APPLICATIONS FOR PAYMENT
A. Submit four copies of each application to the Engineer.
B. Payment Period: As defined in Owner -Contractor agreement.
C. Waiver of liens from subcontractor.
1.6 CHANGE PROCEDURES
A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract
Sum/Price or Contract Time.
B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as
provided in the General Conditions of the Contract.
C. All Change Orders must be approved and signed by Owner. Do not commence with work
included in a Change Order until it has been approved and signed by the Owner.
01449010 CONTRACT CONSIDERATIONS 01019 - 1
04/ 1 1
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 CONTRACT CONSIDERATIONS 01019 - 2
04/ 1 1
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.1 REQUIREMENTS
A. The unit price or lump sum price bid on each item, as stated in the proposal, shall include
furnishing all labor, superintendence, machinery, equipment, and materials necessary or
incidental to complete the various items of work in accordance with the plans and
specifications.
B. All estimated quantities for unit price bid items stipulated in the bid proposal are approximate
and are to be used only (a) as a basis for estimating the cost of the work and (b) for the purpose
of comparing the bids submitted for the work. The actual amount of work done and materials
furnished under unit price items may differ from the estimated quantities. The basis of payment
for unit price work and materials will be the actual amount of work done and material furnished
as measured by the Engineer.
C. All measurements and payments will be based on completed and accepted work performed in
strict accordance with the Drawings and Specifications and in accordance with contract bid
prices. All incidental work and subsidiary items whether shown or not or listed for
measurement or payment will not be paid for separately, but will be included in the payment for
the bid items stated in the contract and shall be full compensation for all labor, equipment,
materials, testing and incidentals necessary to perform the work in accordance with the Contract
Documents.
D. Cost of work or materials shown on the Drawings, called for in the Specifications and on which
no separate payment is made, shall be included in the bid price for the various items for which
they are associated. A claim by the Contractor for extra compensation for an item required but
not shown on the Drawings or described in the Specifications will not be considered.
E. It is anticipated that the interconnections between the various items of equipment and the
control system will require coordination and in some cases interface devices such as, but not
limited to, couplings, flanges, reducers, converters, conduit, relays, contacts, wiring, etc., will
be required whether or not these items are shown on the Drawings. It is the General
Contractor's responsibility to provide the necessary coordination and interface devices at no
additional cost to the Owner.
1.2 BASE BID 1 - CELL VI EXCAVATION & LINER CONSTRUCTION
A. Mobilization/Demobilization (Bid Item 1)
1. Payment will be made for mobilizing and demobilizing all equipment, tools insurance,
bonds and all other job -related items to and from the job site. Price will be on a lump
sum basis and shall include all equipment, labor, materials, superintendence and all
incidentals necessary to become fully mobilized at the start of the project and
demobilized when work is complete. Mobilization related expenses include Contractor's
cost for the following: obtaining a construction staging area; obtaining storage areas for
equipment and construction office facilities; obtaining and setting up construction office
facilities; obtaining and paying for electric power required for construction; providing
sanitary facilities for construction personnel; obtaining and paying for water needed for
construction; providing and maintaining dust control over the project working area; and
01449010 MEASUREMENT AND PAYMENT 01025 - 1
04/ 1 1
all other incidentals required for Contractor to complete mobilization. This bid item
shall not exceed 3% of the contract price.
B. Excavation (Bid Item 2)
1. Payment will be made for providing all labor, equipment, materials, supplies, etc.,
necessary to excavate the cell to the elevations and grades shown on the plans and to
prepare the areas to receive the lining system. Payment will be made for the total
excavation on a per -cubic yard of excavation. CONTRACTOR must provide survey
control and surveyed measurements to verify amount of excavation for payment
purposes.
C. Embankment Fill (Bid Item 3)
1. Payment will be made for providing all labor, equipment, materials, supplies, etc.,
necessary to fill the areas shown to receive the lining system and to construct the berms
in accordance with the plans and specifications. Payment will be made for actual
measured cubic yardage of embankment fill.
D. Subgrade Preparation (Floor) (Bid Item 4)
1. Payment will be made for providing all labor, equipment, materials, supplies, etc.,
necessary to prepare the floor areas to receive the lining system including all excavation
and all fills associated with re-establishing the grades on areas with existing erosion rills
as shown on the plans. Payment will be made for total subgrade preparation on a per
square foot basis of floor subgrade preparation.
E. Subgrade Preparation (Slopes) (Bid Item 5)
1. Payment will be made for providing all labor, equipment, materials, supplies, etc.,
necessary to prepare the slope areas to receive the lining system as shown on the plans.
Payment will be made for total subgrade preparation on a per square foot basis of slope
subgrade preparation.
F. Smooth Geomembrane Liner (Bid Item 6)
1. Payment will be made for providing and installing a smooth, 60-mil, high density
polyethylene liner including all labor, equipment, materials, supplies, etc., for complete
installation. Payment will be made for the actual measured square footage of the liner
installed and in place up to the front edge of termination trench. No separate payment
will be made for the sacrificial membrane.
G. Textured Geomembrane Liner (Bid Item 7)
1. Payment will be made for providing and installing a textured 60-mil, high density
polyethylene liner including all labor, equipment, materials, supplies, etc., for complete
installation. Price should include cost of anchor trench construction and compaction of
backfill in anchor trench after liner installation. Payment will be made for the actual
measured square footage of the liner installed and in place up to the back edge of the
anchor trench and front edge of termination trench. No separate payment will be made
for the sacrificial membrane.
H. Protective Soil Cover (Floor) (Bid Item 8)
1. Contractor will place all protective soil on top of the floor liner system. Payment will be
made for installation of soil cover material that is available on site. Price will include all
labor, material, equipment and superintendence as necessary to install the soil. Payment
will be made for actual measured square footage of the 2-foot thick protective floor cover
installed up to the front edge of termination trench.
I. Protective Soil Cover (Slopes) (Bid Item 9)
1. Contractor will place all protective soil on top of the slope liner system including the soil
berm along the edge liner as shown on the plans. Payment will include all labor,
materials, equipment and superintendence as necessary to install the soil. Payment will
be made for actual measured square footage of the 2-foot thick protective slope cover
01449010 MEASUREMENT AND PAYMENT 01025 - 2
04/ 1 1
and soil berm up to the back edge of the anchor trench and front edge of termination
trench.
J. Site Signage (Bid Item 10)
1. Payment will be made for providing and installing site signage and markers as shown on
the plans. Price shall include all labor, materials, equipment and superintendence
necessary to completely install signs and markers. Payment will be made for satisfactory
completion on a lump sum basis.
K. Seeding (Bid Item 11)
1. Payment will be made for providing and installing seeding as specified. Seeding shall be
placed on all disturbed areas including berms, and construction staging areas. Payment
will include all labor, materials, equipment and superintendence as necessary to install
the seeding. Payment will be made on a lump sum basis of seeding used.
L. Erosion Control (Bid Item 12)
1. Payment will be made for preparing, implementing and maintaining a Storm Water
Pollution Prevention Plan (SWPPP) as required under National Pollution Discharge
Elimination System regulations. Price includes work related to preparation of all SWPPP
documentation, filing of the Notice of Intent (NOI) prior to construction, and Notice of
Termination (NOT) following establishment of vegetation. Price shall include all labor,
materials, equipment, and superintendence necessary to implement and maintain the
SWPPP. Payment will be made on a lump sum basis for work meeting the regulations.
M. Survey
1. No separate payment will be made for construction survey as required for this project.
This item shall be considered incidental to all other bid items.
N. Cleaning
1. The project shall be returned to pre -construction conditions. No additional payment will
be made for cleaning. This item shall be considered incidental to all other bid items.
1.3 BASE BID 2 - LEACHATE EVAPORATION POND & FORCE MAIN
A. Mobilization/Demobilization (Bid Item 13)
1. Payment will be made for mobilizing and demobilizing all equipment, tools, insurance,
bonds and all other job -related items to and from the job site. Price will be on a lump
sum basis and shall include all equipment, labor, materials, superintendence and all
incidentals necessary to become fully mobilized at the start of the project and
demobilized when work is complete. Mobilization related expenses include Contractor's
cost for the following: obtaining a construction staging area; obtaining storage areas for
equipment and construction office facilities; obtaining and setting up construction office
facilities; obtaining and paying for electric power required for construction; providing
sanitary facilities for construction personnel; obtaining and paying for water needed for
construction; providing and maintaining dust control over the project working area; and
all other incidentals required for Contractor to complete mobilization. This bid item shall
not exceed 3% of the contract price.
B. Excavation (Bid Item 14)
1. Payment will be made for providing all labor, equipment, materials, supplies, etc.,
necessary to excavate the areas shown to receive the lining system in accordance with the
plans and specifications. All other grading, smoothing, etc., will be considered
incidental. Payment will be made for the actual measured cubic yardage of excavation.
C. Embankment Fill (Bid Item 15)
1. Payment will be made for providing all labor, equipment, materials, supplies, etc.,
necessary to fill the areas shown to receive the lining system and to construct the pond in
01449010 MEASUREMENT AND PAYMENT 01025 - 3
04/ 1 1
accordance with the plans and specifications. Payment will be made for the actual
measured cubic yardage of embankment fill.
D. Reinforced Geosynthetic Clay Liner (Bid Item 16)
1. Payment will be made for providing and installing a geosynthetic clay liner (GCL)
including all labor, equipment, materials, supplies, etc., for complete installation in
accordance with the plans and specifications. Price should include cost of subgrade proof
rolling, trench construction, and compaction of backfill in anchor trench. Payment will
be made for the actual measured square footage of liner installed in place up to the back
edge of the anchor trench.
E. Textured Geomembrane Liner (Bid Item 17)
1. Payment will be made for providing and installing 60-mil thick, high density
polyethylene geomembrane liner (GM) including all labor, equipment, materials,
supplies, etc., for complete installation in accordance with the plans and specifications.
Price should include cost of anchor trench construction and compaction of backfill in
anchor trench after liner installation. Payment will be made for the actual measured
square footage of the liner installed and in place up to the back edge of the anchor
trench.
F. Sacrificial Textured Geomembrane Liner (Bid Item 18)
1. Payment will be made for providing and installing 60-mil thick, high density
polyethylene sacrificial textured geomembrane liner (GM) including all labor,
equipment, materials, supplies, etc., for complete installation in accordance with the
plans and specifications. Price should include cost of anchor trench construction and
compaction of backfill in anchor trench after liner installation. Payment will be made for
the actual measured square footage of the liner installed and in place up to the back edge
of the anchor trench.
G. Sand Tube (Bid Item 19)
1. Payment will be made for providing all labor, equipment, materials, supplies, etc. for
installation of the sand tubes on pond side slopes in accordance with the plans and
specifications. Payment will be made for each sand tube installed.
H. Booted Pipe Penetration and Influent Structure (Bid Item 20)
1. Payment will be made for providing all labor, equipment, materials, supplies, etc. for
installing the booted pipe penetration and influent structure in accordance with the plans
and specifications. Price shall include reinforced concrete apron, stainless steel banding,
and connection of HDPE Geomembrane Liner to reinforced concrete apron using
polylock. Payment will be made for satisfactory completion on a lump sum basis.
I. Reinforced Concrete Pond Access Ramp (Bid Item 21)
1. Payment will be made for providing and installing the reinforced concrete pond access
drive to the lines and grades in accordance with the plans and specifications. Price
should include connection of HDPE Geomembrane Liner to reinforced concrete
pavement using polylock, soil stabilization, and all labor, equipment, materials, supplies,
etc. for complete installation. Payment will be made for the actual measured square
yardage of reinforced concrete pavement installed.
J. Leachate Force Main Piping (Bid Item 22)
1. Payment will be made for providing and installing 3-Inch HDPE pipe, bends, tees, etc.,
including trench excavation, gravel backfill, connection to new pump and booted pipe
penetration, labor, equipment, superintendence, and testing. Payment will be made for
actual measured linear feet of the pipe installed. No payment will be made for vertical
deviations.
01449010 MEASUREMENT AND PAYMENT 01025 - 4
04/ 1 1
K. Sump Access Structure (Bid Item 23)
1. Payment will be made for constructing a sump access structure as shown on the plans.
Price shall include the concrete sump access structure, wheeled sump pump, motor,
control panel, level sensor and display, flow meter and display, flexible hose and
quick -disconnect, ball valves, all associated electrical work, all related appurtenances ,
and all labor, materials, equipment, and superintendence necessary to construct the sump
access structure. Payment will be made for satisfactory completion on a per each sump
access structure installed.
L. Compressed Air Line (Bid Item 24)
1. Payment will be made for installing the compressed air line as shown on the plans,
including locating and uncovering the existing pipe, trench excavation, gravel backfill,
and reconnection to existing line. Payment will include all fittings, labor, materials,
equipment and superintendence as necessary to install the compressed air line. Payment
will be made for actual measured linear feet of pipe installed. No payment will be made
for vertical deviations.
M. Skid -Mounted Centrifugal Pump (Bid Item 25)
1. Payment will be made for providing and installing, complete and in place, the skid -
mounted centrifugal pump and related motor on a per each basis. Price shall include float
switches and related appurtenances, PVC pipe, PVC fittings and valves, pipe supports,
pump support, mounting hardware, and all equipment, labor, materials, superintendence,
and all incidentals necessary to completely install the pump as shown on the plans and as
described in the specifications.
N. Gas Condensate Piping (Bid Item 26)
1. Payment will be made for providing and installing 1.5-inch HDPE pipe, bends, tees, etc.,
including trench excavation, gravel backfill, connection to new pump and leachate force
main, labor, equipment, materials, superintendence, testing, and all incidentals necessary
to completely install the piping as shown on the plans and as described in the
specifications. Payment will be made for actual measured linear feet ofpipe installed. No
payment will be made for vertical deviations.
O. Electrical Improvements (Bid Item 27)
1. Payment will be made for preparing areas to receive work, materials, labor, equipment
and tools for installation of electrical service, disconnects, wireway, electrical racks,
electrical wire and conduit, grounding/bonding, and electrical connections for new
pumps and associated controls. Payment will be made on a lump sum basis for work
meeting the requirements of the plans and specifications.
P. Seeding (Bid Item 28)
1. Payment will be made for providing and installing seeding as specified. Seeding shall be
placed on all disturbed areas including trenches, pond berms, and construction staging
areas. Payment will include all labor, materials, equipment and superintendence as
necessary to install the seeding. Payment will be made on a lump sum basis of seeding
used.
Q. Erosion Control (Bid Item 29)
1. Payment will be made for preparing, implementing and maintaining a Storm Water
Pollution Prevention Plan (SWPPP) as required under National Pollution Discharge
Elimination System regulations. Price includes work related to preparation of all SWPPP
documentation, filing of the Notice of Intent (NOI) prior to construction, and Notice of
Termination (NOT) following establishment of vegetation. Price shall include all labor,
materials, equipment, and superintendence necessary to implement and maintain the
SWPPP. Payment will be made on a lump sum basis for work meeting the regulations.
01449010 MEASUREMENT AND PAYMENT 01025 - 5
04/ 1 1
1.4 ADDITIVE ALTERNATE 1 — LANDFILL MARKERS
A. Site Signage (Bid Item Al-1)
1. Payment will be made for removing and salvaging existing signage and markers and
providing and installing new site signage and markers as shown on the plans. Price shall
include all labor, materials, equipment, and superintendence necessary to completely
install signs and markers. Payment will be made for satisfactory completion on a lump
sum basis.
1.5 SURVEY
A. No separate payment will be made for construction survey as required for the project. This item
shall be considered incidental to all other bid items.
1.6 CLEANING
A. The project shall be returned to pre -construction conditions. No additional payment will be
made for cleaning. This item shall be considered incidental to all other bid items.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 MEASUREMENT AND PAYMENT 01025 - 6
04/ 1 1
SECTION 01039
COORDINATION AND MEETINGS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Coordination.
B. Field engineering.
C. Site mobilization conference.
1.3 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure
efficient and orderly sequence of installation of interdependent construction elements, with
provisions for accommodating items installed later.
B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial
Completion and for portions of Work designated for Owner's occupancy.
1.4 FIELD ENGINEERING
A. Control datum for survey is shown on Drawings.
B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized
engineering survey practices.
1.5 SITE MOBILIZATION CONFERENCE
A. Engineer will schedule a conference at the Project site prior to Contractor occupancy.
B. Attendance Required: Engineer and Contractor's Project Manager and Jobsite Superintendent.
C. Agenda:
1. Use of premises by Owner and Contractor.
2. Owner's requirements.
3. Construction facilities and controls provided by Owner.
4. Temporary utilities provided by Owner.
5. Survey layout.
6. Security and housekeeping procedures.
7. Schedules and Coordination.
8. Procedures for testing.
9. Procedures for maintaining record documents.
D. Record minutes and distribute copies within three days after meeting to participants with two
copies to Engineer and those affected by decisions made.
01449010 COORDINATION AND MEETINGS 01039 - 1
04/ 1 1
1.6 BI-WEEKLY MEETINGS
A. Bi-weekly meetings will be held at the work area on a day agreeable to all parties. At minimum,
the meeting will be attended by the Contractor and the Engineer. The purpose of the meeting is
to:
1. Review the work activity and location for the week.
2. Discuss the Contractor's personnel assignment for the week.
3. Review the previous week's activity.
4. Review the work schedule.
5. Discuss the possible problem areas and situations.
6. Review of submittals schedule and status of submittals.
7. Maintenance of progress schedule.
8. Planned progress during succeeding work period.
9. Coordination of projected progress.
10. Maintenance of quality and work standards.
11. Review status of "as -built" drawings prepared by Contractor to ascertain that Contractor
is keeping "as -built" drawings CURRENT.
12. Other business relating to Work.
B. Record minutes, and distribute copies within three days to Engineer, participants, and those
affected by decisions made.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 COORDINATION AND MEETINGS 01039 - 2
04/ 1 1
SECTION 01090
REFERENCE STANDARDS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Quality assurance.
B. Schedule of references.
1.3 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
1.4 QUALITY ASSURANCE
A. For products or workmanship specified by association, trade, or Federal Standards, comply with
requirements of the standard, except when more rigid requirements are specified or are required
by applicable codes.
B. Conform to reference standard by date of issue current on date for receiving bids.
C. Obtain copies of standards when required by Contract Documents.
1.5 SCHEDULE OF REFERENCES
AASHTO American Association of State Highway and Transportation Officials
444 N. Capitol St. NW
Washington, DC 70001
ACI American Concrete Institute
Box 19150, Reford Station
Detroit, MI 48219
ASTM American Society for Testing and Materials
1916 Race Street
Philadelphia, PA 19103
CFR Code of Federal Regulations
U.S. Government Printing Office
Washington, DC 20402
01449010 REFERENCE STANDARDS 01090 - 1
04/ 1 1
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
CRSI Concrete Reinforcing Steel Institute
933 Plum Grove Road
Schaumburg, IL 60195
GRI Geosynthetic Research Institution
Drivel University
West Wing - Rush Bldg. #10
Philadelphia, PA 19104
NSF National Sanitation Foundation
3475 Plymouth Road
P.O. Box 130140
Ann Arbor, Michigan 48113-0140
NSWMA National Solid Wastes Management Association
1730 Rhode Island Ave., N.W.
Washington, DC 20036
TCEQ Texas Commission on Environmental Quality
Box 13087
Austin, Texas 78711-3087
USCOE U.S. Corps of Engineers
P.O. Box 17300
Fort Worth, Texas 76102-0300
END OF SECTION
01449010 REFERENCE STANDARDS 01090 - 2
04/ 1 1
SECTION 01300
SUBMITTALS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Submittal procedures.
B. Resubmittal requirements.
C. Construction progress schedules.
D. Proposed products list.
E. Proposed equipment list.
F. Shop drawings.
G. Product data.
H. Manufacturers' instructions.
I. Manufacturers' certificates.
1.3 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
C. Section 01400 - Quality Control: Manufacturers' field services and reports.
D. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout
submittals.
1.4 SUBMITTAL PROCEDURES
A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's
name, address and phone number.
B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail
number(s), and specification Section number, as appropriate.
C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products
required, field dimensions, adjacent construction Work, and coordination of information, is in
accordance with the requirements of the Work and Contract Documents.
D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address.
Coordinate submission of related items.
E. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
F. Provide space for Contractor and Engineer review stamps.
G. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report
any inability to comply with provisions.
01449010 SUBMITTALS 01300 - 1
04/ 1 1
H. Format
1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single
.PDF file including transmittal letter. Multiple files for the same submittal will not be
accepted.
2. Submittals in any other format, including .ZIP files, will be rejected.
3. Hard copies will not be accepted.
4. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a
hard copy. Where applicable, scale symbols should be provided to indicate scale.
Illegible submittals will be rejected.
5. Submittals will be uploaded to Architect's Info Exchange website.
1. The submittal procedures described in this Article applies to the Construction Progress
Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to be
submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's
Instructions and Field Reports, and any other type of submittal submitted to Engineer.
1.5 RESUBMITTAL REQUIREMENTS
A. Revise initial submittal as required identifying all changes made since previous submittal and
resubmit to meet requirements as specified.
B. Mark as RESUBMITTAL.
1.6 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to
Proceed for Engineer review.
B. Revise and resubmit as required.
C. Indicate submittal dates required for shop drawings, product data, samples, and product
delivery dates.
1.7 PROPOSED PRODUCTS LIST
A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed
for use, with name of manufacturer, trade name, and model number of each product.
B. For products specified only by reference standards, give manufacturer, trade name, model or
catalog designation, and reference standards.
1.8 SHOP DRAWINGS
A. Submit in a reproducible form.
B. Submit the number of reproductions which Contractor requires, plus three copies which will be
retained by Engineer.
C. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 24 x 36 inches.
1.9 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus three copies which will be
retained by the Engineer.
B. Mark each copy to identify applicable products, models, options, and other data.
C. Include recommendations for application and use, compliance with specified standards of trade
associations and testing agencies.
01449010 SUBMITTALS 01300 - 2
04/ 1 1
D. Include notation of special coordination requirements for interfacing with adjacent work.
E. After review, distribute in accordance with Article on Procedures above and provide copies for
Record Documents described in Section 01700 - Contract Closeout.
1.10 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit manufacturers' printed instructions
for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities
specified for Product Data.
B. Identify conflicts between manufacturers' instructions and Contract Documents.
1.11 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturers' certificate to
Engineer for review, in quantities specified for Product Data.
B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting
reference date, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to Engineer.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 SUBMITTALS 01300 - 3
04/ 1 1
SECTION 01356
STORM WATER POLLUTION PREVENTION MEASURES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Where required, the Contractor shall develop a Storm Water Pollution Prevention Plan
(SWPPP), file a Notice of Intent (NOI) and implement storm water pollution prevention
measures shown on the drawings. The Contractor shall be responsible for any fines or penalties
assessed by the appropriate regulatory agency for failure to make required inspections, failure to
properly document those inspections, and/or failure to adequately implement and adjust the
storm water pollution prevention measures where a SWPPP is implemented.
1.3 SUBMITTALS
A. Inspection Reports.
1.4 EROSION AND SEDIMENT CONTROLS
A. General
1. Structural measures shall be implemented to divert flows from exposed soils, temporarily
store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas
of the site. Structural practices shall be implemented in a timely manner during the
construction process to minimize erosion and sediment run-off.
B. Stabilized Ingress/Egress
1. Stabilized access to and from the construction site shall be installed as soon as practical
where a SWPPP is required.
2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing
roads, alleys, and any adjacent properties as soon as possible. The Contractor or other
responsible party shall check for any pollutants (mud, silt, sand, cement, construction
materials, etc.) tracked or washed off -site and perform necessary clean-up measures at
the end of each work day.
C. Silt Fences/Diversion Berms
1. Where necessary, the Contractor shall provide silt fences and/or diversion berms as a
temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or
diversion berms shall be properly installed to effectively retain sediment immediately
after completing each phase of work where erosion would occur in the form of sheet and
rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading).
D. Sand/Gravel Bags
1. The Contractor may provide sand/gravel bags as a temporary structural practice to
minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain
sediment immediately after completing each phase of work (e.g., clearing and grubbing,
01449010 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 1
04/ 1 1
excavation, embankment, and grading) in each independent runoff area (e.g., after
clearing and grubbing in an area between a ridge and drain, bags shall be placed as work
progresses, bags shall be removed/replaced/relocated as needed for work to progress in
the drainage area). Sand/gravel bags must remain in good condition, or they shall be
replaced.
E. Site Stabilization
1. Contractor shall disturb the least amount of site area as possible.
2. Stabilization measures may include any of the following measures:
a. temporary or permanent seeding or sodding,
b. mulching,
C. geotextiles,
d. vegetative buffer stips,
e. paving.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 STORM WATER POLLUTION PREVENTION PLAN
NOTE: The limits of disturbance for this project will exceed 1.0 AC in size. Contractor to prepare
and submit bid accordingly.
A. A SWPPP is only required if the limits of disturbance exceed 1.0 AC.
B. If limits of disturbance exceed 1 AC, the Contractor is responsible for meeting requirements of
TPDES. (Contractor shall develop SWPPP, file a NOI and implement SWPPP measures).
C. A completed Construction Site Notice form in accordance with the requirements of the State's
general permit for storm water discharges from construction sites will be prepared by the
Contractor (where a SWPPP is required).
D. The SWPPP (where required) shall be continually updated as necessary to reflect current and
changing conditions on site. Additional measures not specifically shown in the SWPPP maybe
used to control erosion from leaving the site.
END OF SECTION
01449010 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 2
04/ 1 1
SECTION 01400
QUALITY CONTROL
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Quality assurance and control of installation.
B. Inspection and testing laboratory services.
1.3 RELATED SECTIONS
A. Section 00805 - Supplementary General Conditions.
B. Section 01090 - Reference Standards.
C. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates.
D. Section 01600 - Material and Equipment: Requirements for material and product quality.
1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and
workmanship, to produce Work of specified quality.
B. Comply fully with manufacturers' instructions, including each step in sequence.
C. Should manufacturers' instructions conflict with Contract Documents, request clarification from
Engineer before proceeding.
D. Perform work by persons qualified to produce workmanship of specified quality.
1.5 INSPECTION AND TESTING LABORATORY SERVICES
A. Contractor will perform all testing services of geomembrane liner.
B. Owner will appoint, employ, and pay for services of an independent firm to perform inspection
and testing if deemed necessary.
C. The Contractor or the independent firm will perform inspections, tests, and other services
specified in individual specification Sections and as required by the Engineer.
D. Reports will be submitted by the Contractor or the independent firm to the Engineer, in
triplicate, indicating observations and results of tests and indicating compliance or
non-compliance with Contract Documents.
E. Retesting required because of non-conformance to specified requirements shall be performed by
the either the Contractor or the same independent firm on instructions by the Engineer. Payment
for retesting will be charged to the Contractor.
01449010 QUALITY CONTROL 01400 - 1
04/ 1 1
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 QUALITY CONTROL 01400 - 2
04/ 1 1
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Temporary Utilities: Electricity, water, and sanitary facilities.
B. Temporary Controls: Barriers, water control, protection of the Work, and security.
C. Construction Facilities: Progress cleaning and removal of utilities.
1.3 RELATED SECTIONS
A. Section 00805 - Supplementary General Conditions.
B. Section 01700 - Contract Closeout: Final cleaning.
1.4 CONSTRUCTION ENTRANCE
A. Use of landfill operations entrance is not permitted during construction.
B. Contractor to install construction entrances as directed by Owner. Size of construction entrance
is at the contractor's discretion.
C. Contractor shall remove gates and return construction entrances to original pre-existing
condition upon completion of the project.
1.5 TEMPORARY ELECTRICITY
A. Contractor shall contact electric company to provide service for temporary power.
B. Owner will not pay cost of energy used. Exercise measures to conserve energy.
C. Provide power outlets for construction operations, with branch wiring and distribution boxes
located as required by Contractor's operations. Provide flexible power cords as required.
D. Provide main service disconnect and overcurrent protection at convenient location in
conformance with National Electrical Code.
1.6 TEMPORARY WATER SERVICE
A. Contractor shall provide temporary water service for all purposes (potable and nonpotable).
B. Owner will not pay cost of water used. Exercise measures to conserve water.
C. Contractor must provide a means at Contractor's expense to pump the water from the source
and load water transport vehicles.
D. An adequate water supply for construction is not available on site.
01449010 CONSTRUCTION FACILITIES 01500 - 1
04/ 1 1 AND TEMPORARY CONTROLS
1.7 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities and enclosures.
B. Permanent building facilities shall not be used during construction operations. Maintain daily in
clean and sanitary condition.
1.8 BARRIERS/TRAFFIC CONTROL
A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of
site, and to protect existing facilities and adjacent properties from damage from construction
operations and demolition.
B. Furnish all necessary traffic control signs and flag personnel. The Contractor shall establish a
parking area in a location approved by the engineer and Owner.
1.9 STORM WATER CONTROL
A. Grade site to drain. Maintain excavations free of water.
B. Protect site from puddling or running water. Provide water barriers as required to protect site
from soil erosion.
C. Protect all lining materials from water before, during, and after installation.
1.10 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in individual
specification Sections.
B. Provide temporary and removable protection for installed Products. Control activity in
immediate work area to minimize damage.
1.11 SECURITY/WORKING HOURS
A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft.
Cost for security shall be included in bid price.
B. The normal hours of operation for the landfill are from 7:00 a.m. to 5:00 p.m. Monday — Friday,
and 8:00 a.m. to 12:00 p.m. Saturday. The Contractor will be allowed to work beyond the
landfill normal working hours of operation. The Contractor shall be responsible for securing the
site when doing so.
1.12 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly
condition.
B. Remove waste materials, debris, and rubbish from site and dispose on existing working face at
intervals as required to maintain clean site.
1.13 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified condition.
01449010 CONSTRUCTION FACILITIES 01500 - 2
04/ 1 1 AND TEMPORARY CONTROLS
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 CONSTRUCTION FACILITIES 01500 - 3
04/ 1 1 AND TEMPORARY CONTROLS
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Products.
B. Transportation and handling.
C. Storage and protection.
D. Product options.
1.3 RELATED SECTIONS
A. Section 00805 - Supplementary General Conditions.
B. Section 01400 - Quality Control: Product quality monitoring.
1.4 PRODUCTS
A. Products mean new material, components, and systems forming the Work. Does not include
machinery and equipment used for preparation, fabrication, conveying and erection of the
Work.
1.5 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery
1. Deliver materials, products and equipment to the project site in undamaged condition in
manufacturer's original, unopened containers or packaging, with identifying labels intact
and legible.
2. Promptly inspect shipments to assure that products comply with requirements, quantities
are correct, and products are undamaged.
3. Provide equipment and personnel to handle products by methods to prevent soiling,
disfigurement, or damage.
4. Arrange deliveries in accordance with the construction schedule and in ample time to
facilitate inspection prior to installation to avoid unnecessary delays in the construction
process.
B. Storage
1. Store and protect products in accordance with manufacturer's instructions, with seals and
labels intact and legible. Store sensitive products in weather -tight, climate controlled
enclosures.
2. For exterior storage of fabricated products, place on sloped supports, above ground.
01449010 MATERIAL AND EQUIPMENT 01600 - 1
04/ 1 1
3. Provide off -site storage and protection when site does not permit on -site storage or
protection.
4. Cover products subject to deterioration with impervious sheet covering. Provide
ventilation to avoid condensation.
5. Store loose granular materials on solid flat surfaces in a well -drained area. Provide cover
to stockpile to prevent windblown contaminants from mixing with the stockpile.
Granular materials shall not be stored on bare ground or asphalt surfaces.
C. Handling
1. Handle materials, products and equipment in a manner prescribed by manufacturer or
specified to protect from damage during storage and installation.
1.6 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only: Any product meeting those
standards or description.
1.7 EQUIPMENT LIST
A. Submit in accordance with Section 01300 Submittals.
1.8 SUBSTITUTIONS
A. Engineer will consider requests for substitutions only within 30 days after date established in
Notice to Proceed.
B. Substitutions may be considered when a product becomes unavailable through no fault of the
Contractor.
C. Document each request with complete data substantiating compliance ofproposed Substitution
with Contract Documents.
D. A request constitutes a representation that the Bidder:
1. Has investigated proposed product and determined that it meets or exceeds the quality
level of the specified product.
2. Will provide the same warranty for the Substitution as for the specified product.
3. Will coordinate installation and make changes to other Work which may be required or
the Work to be complete with no additional cost to Owner.
4. Waives claims for additional cost or time extension which may subsequently become
apparent.
5. Will reimburse Owner and Engineer for review or redesign services associated with re -
approval by authorities.
E. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals, without separate written request, or when acceptance will require
revision to the Contract Documents.
F. Substitution Submittal Procedure:
1. Submit four copies of request for Substitution for consideration. Limit each request to
one proposed Substitution.
2. Submit shop drawings, product data, and certified test results attesting to the proposed
product equivalence. Burden of proof is on proposer.
3. The Engineer will notify Contractor, in writing, of decision to accept or reject request.
01449010 MATERIAL AND EQUIPMENT 01600 - 2
04/ 1 1
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 MATERIAL AND EQUIPMENT 01600 - 3
04/ 1 1
SECTION 01700
CONTRACT CLOSEOUT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Closeout procedures.
B. Final cleaning.
C. Adjusting.
D. Hazardous materials affidavit.
E. Project record documents.
F. Operations and maintenance data.
G. Warranties.
H. Spare parts and maintenance materials.
1.3 RELATED SECTIONS
A. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning.
1.4 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
Engineer's inspection.
B. Provide submittals to Engineer that are required by governing or other authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
1.5 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains
and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft
surfaces.
C. Clean equipment and fixtures to a sanitary condition.
D. Replace filters of operating equipment.
E. Clean debris from roofs, gutters, downspouts, and drainage systems.
F. Clean site; sweep pave areas, rake clean landscaped surfaces.
G. Remove waste and surplus materials, rubbish, and construction facilities from the site.
H. Repair, patch and touch-up marred surfaces to match adjacent finishes.
01449010 CONTRACT CLOSEOUT 01700 - 1
04/ 1 1
I. Clean ducts, blowers and coils if air conditioning units were operated during construction.
J. Remove waste and surplus materials, rubbish, and construction facilities as directed by
Engineer.
1.6 ADJUSTING
A. Adjust operating products and equipment to ensure smooth and unhindered operation.
1.7 HAZARDOUS MATERIALS AFFIDAVITS
A. Contractor, each subcontractor, and each material/product supplier to provide a notarized
affidavit declaring that hazardous materials were not incorporated into construction of nor
delivered to the Project.
B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite
eradication chemicals or any substance of any proportion determined or suspected by an agency
of federal or state government to create a health hazard.
C. Provide table of contents listing all affidavits in alphabetical order and assemble with metal
prong binder in durable plastic presentation cover.
D. Prepare binder cover with printed title "AFFIDAVITS OF NON -INCORPORATED
HAZARDOUS MATERIALS", Title of Project, Project Address, Owner's Names, Address
and Phone and date of Construction Completion.
E. Provide two complete, identical binders of the aforementioned information in the prescribed
format.
F. Submit prior to final Application for Payment.
1.8 PROJECT RECORD DOCUMENTS
A. Maintain on site, two sets of the following record documents; record actual revisions to the
Work:
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications: Legibly mark and record at each Product section description of actual Products
installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction
including:
1. Measured depths of foundations in relation to finish first floor datum.
2. Measured horizontal and vertical locations of underground utilities and appurtenances,
referenced to permanent surface improvements.
3. Measured locations of internal utilities and appurtenances concealed in construction,
referenced to visible and accessible features of the Work.
4. Field changes of dimension and detail.
01449010 CONTRACT CLOSEOUT 01700 - 2
04/ 1 1
5. Details not on original Contract Drawings.
6. Changes made by addenda and modification.
F. Submit documents to Engineer with claim for final Application for Payment.
1.9 OPERATION AND MAINTENANCE DATA
A. Submit one copy 15 days prior to final inspection, 8 '/2 x 11 inch text pages, bound in three
D-ring binders with durable plastic covers.
B. This copy will be returned after final inspection, with Engineer comments. Revise content of
documents as required prior to final submittal.
C. Submit two final volumes revised within ten days after final inspection.
D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE
INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are
required.
E. Internally subdivide the binder contents with permanent page dividers, logically organized as
described below; with tab titling clearly printed under reinforced laminated plastic tabs.
F. Contents: Prepare a Table of Contents for each volume, with each Product or system
description identified, type on 24 pound white paper.
G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor,
Subcontractors, and major equipment suppliers.
H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by
specification section. For each category, identify names, addresses, and telephone numbers of
Subcontractors and suppliers. Identify the following:
1. Significant design criteria.
2. List of equipment.
3. Parts list for each component.
4. Operating instructions necessary for Owner to make full and efficient use of equipment
including recommended maintenance and seasonal change -over procedures for HVAC
systems.
5. Maintenance instructions for equipment and systems.
6. Maintenance instructions for finishes, including recommended cleaning methods and
materials and special precautions identifying detrimental agents.
L Part 3: Project documents and certificates, including the following:
1. Shop drawings and product data.
2. Air and water balance reports.
3. Certificates.
4. Photocopies of warranties and bonds.
1.10 WARRANTIES
A. Provide duplicate notarized copies.
B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation
cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within ten days after acceptance, listing date of acceptance as start of warranty period.
01449010 CONTRACT CLOSEOUT 01700 - 3
04/ 1 1
1.11 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to final payment.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01449010 CONTRACT CLOSEOUT 01700 - 4
04/ 1 1
SECTION 02200
EXCAVATION AND EARTHWORK
PART I - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Project site has been excavated to near final grades shown on Project Drawings. Earthwork
shall include the following.
1. Miscellaneous grading to repair erosion and proof rolling subgrades for liner systems at
Cell VI and Leachate Evaporation Pond.
2. General excavation and filling for those areas to new contours.
3. Excavating and backfilling anchor trenches.
4. Preparing subgrades for concrete access ramps, sump access, and booted pipe
penetration.
1.3 RELATED SECTIONS
A.
Section 01090
— Reference Standards.
B.
Section 01500
— Construction Facilities and Temporary Controls.
C.
Section 02240
— Geosynthetic Clay Liner.
D.
Section 02245 - Geomembrane Liner.
E.
Section 02260
— Protective Soil Cover.
F.
Section 03300
— Cast -In -Place Concrete.
1.4 REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to in the text by the basic designation, title or are used to establish criteria.
The latest publication in use at the time of the executed contract shall be the one used on this project.
AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)
ASTM D 698 Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft)
ASTM D 6938 Standard Test Method for In -Place Density and Water Content of Soil
and Soil Aggregate by Nuclear Methods (Shallow Depth)
ASTM D 4318 Standard Test Methods for Liquid Limit, Plastic Limit, and
Plasticity Index of Soils
01449010 EXCAVATION AND EARTHWORK 02200 - 1
04/ 1 1
TEXAS COMMISSION ON ENVIRONMENTAL QUALITY
TCEQ Texas Commission on Environmental Quality, Municipal Solid
Waste Management Regulation, 30 TAC Chapter 330
1.5 DEFINITIONS
A. Backfill
1. A specified material used in refilling a cut, trench, over excavation or other excavation,
placed at a specified degree of compaction.
B. Compaction
1. The process of mechanically stabilizing a material by increasing its density at a
controlled moisture condition. "Degree of Compaction" is expressed as a percentage of
the maximum density obtained by the test procedure described in ASTM D 698 for
general soil types abbreviated in this specification as " 95 percent ASTM D
698 maximum density".
C. Embankment
1. A "fill" having a top that is higher than adjoining ground.
D. Excavation
1. Excavation consists of the removal of material encountered to subgrade elevations and
the reuse or disposal of materials removed.
E. Fill
1. Specified material placed at a specified degree of compaction to obtain an indicated
grade or elevation.
F. Hard Material
1. Weathered rock, dense consolidated deposits or conglomerate materials, (excluding
manmade materials such as concrete) which are not included in the definition of "rock"
but which usually require the use of heavy excavation equipment with ripper teeth or the
use of jack hammers for removal.
G. hi Situ Soil
1. Existing in place soil.
H. Lift
1. A layer (or course) of soil placed on top of a previously prepared or placed soil.
I. Rock
1. Solid, homogeneous, interlocking crystalline material with firmly cemented, laminated,
or foliated masses or conglomerate deposits, neither of which can be removed without
systematic drilling and blasting, drilling and the use of expansion jacks or feather
wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers; also
large boulders, buried masonry, or concrete other than pavement, exceeding 1 cubic yard
in volume. Removal of "hard material" will not be considered rock excavation because
of intermittent drilling and blasting that is performed merely to increase production.
J. Soil
1. The surface material of the earth's crust resulting from the chemical and mechanical
weathering of rock and organic material.
K. Subgrade
1. The material in excavation (cuts) and fills (embankments) immediately below any
subbase, base, liner, or other improvement. Also, as a secondary definition, the level
below which work above is referenced.
01449010 EXCAVATION AND EARTHWORK 02200 - 2
04/ 1 1
L. Subgrade
1. The uppermost surface of an excavation or the top surface of a fill or backfill
immediately below geomembrane liner, geosynthetic clay liner, or reinforced concrete.
M. Topsoil
1. hi natural or undisturbed soil formations, the fine-grained, weathered material on the
surface or directly below any loose or partially decomposed organic matter. Topsoil may
be a dark -colored, fine, silty, or sandy material with a high content of well decomposed
organic matter, often containing traces of the parent rock material. Gradation and
material requirements specified herein apply to all topsoil references in this contract. The
material shall be representative of productive soils in the vicinity.
N. Unauthorized excavation consists of removing materials beyond indicated subgrade elevations
or dimensions without direction by the Engineer. Unauthorized excavation, as well as remedial
work directed by the Engineer, shall be at the Contractor's expense.
O. Unsatisfactory Material
1. Existing, in situ soil or other material which can be identified as having insufficient
strength characteristics or stability to carry intended loads in fill or embankment without
excessive consolidation or loss of stability. Unsatisfactory materials also include
man-made fills, refuse, frozen material, uncompacted backfills from previous
construction, unsound rock or soil lenses, or other deleterious or objectionable material.
P. Working Platform
1. A layer of compacted crushed rock or natural stone that replaces the in situ soil to
provide a stable, uniform bearing foundation for construction equipment to facilitate
further site construction.
1.6 DELIVERY AND STORAGE
A. Deliver and store materials as needed in a manner to prevent contamination or segregation.
1.7 QUALITY ASSURANCE
A. Codes and Standards: Perform earthwork complying with requirements of authorities having
jurisdiction.
1.8 CRITERIA FOR BIDDING
A. Base bids on the following criteria:
1. Surface elevations as indicated.
2. The character of the material to be excavated or used for subgrade is as indicated. Hard
material shall not be considered as rock and removal of such material shall not give
cause for a claim for additional compensation regardless of hardness or difficulty in
removing. Rock as defined in the paragraph entitled, "Definitions," will not be
encountered.
3. Suitable backfill and fill material in the quantities required is available at the project site.
4. Blasting will not be permitted. Remove material by drilling and use of expansion jacks
or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock
breakers, or as approved by the Engineer.
01449010 EXCAVATION AND EARTHWORK 02200 - 3
04/ 1 1
PART 2 - PRODUCTS
2.1 REQUIRED EQUIPMENT
A. Subgrade preparation for areas to receive geomembrane liner or geosynthetic clay liner must
include rolling with a self-propelled smooth drum roller.
B. No equipment will be allowed within the limits of the lining system without prior approval from
the Engineer. Submit all equipment to be used within the limits of the liner in accordance with
Section 01300, Submittals including equipment weights, ground pressures, required lift
thickness, etc.
PART 3 - EXECUTION
3.1 PREPARATION
A. Protection and Restoration of Surfaces
1. Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish
damaged or eroded slopes, elevations or grades and restore surface construction prior to
acceptance. Protect existing streams, ditches and storm drain inlets from water -borne soil
by means of straw bale dikes or filter fabric dams as needed. Conduct work in
accordance with requirements specified in Section 01356 - Storm Water Pollution
Prevention Measures.
B. Stockpile of Excavated Material
1. Stockpile excavated material in accordance with Section 01010 - Summary of Work and
in such a manner that it will not obstruct the flow of runoff, streams, endanger a partly
finished structure, impair the efficiency or appearance of facilities, or be detrimental to
the completed work.
3.2 SURFACE PREPARATION
A. Clearing
1. Brush, refuse, stumps, roots, and unmerchantable timber shall become the property of
the Contractor and be removed as directed by the Engineer. Conduct work in accordance
with requirements specified in Section 01356, "Storm Water Pollution Prevention
Measures."
B. Stockpiling Topsoil
1. Strip approved topsoil from the site where excavation or grading is indicated and
stockpile separately from other excavated material. Locate topsoil as shown on plans so
that the material can be used readily for the finished grading. Protect and store in
segregated piles until needed.
C. Unsatisfactory Material
1. Remove organic matter, sod, muck, rubbish, and unsuitable soils under the limits of
construction. Typical depth of removal of such unsuitable material will not be less than
12 inches.
D. Protect structures, utilities, pavements, and other facilities from damage caused by settlement,
lateral movement, undermining, washout, and other hazards created by earthwork operations.
E. Provide erosion control measures to prevent erosion or displacement of soils.
01449010 EXCAVATION AND EARTHWORK 02200 - 4
04/ 1 1
3.3 DEWATERING
A. Prevent surface water from entering excavations, from ponding on prepared subgrades, and
from flooding Project site and surrounding area.
B. Protect subgrades from softening and damage by rain or water accumulation.
3.4 GENERAL EXCAVATION
A. Excavate to the indicated slopes, lines, depths and elevations. The Engineer will verify that the
excavation has been performed in accordance with the Project Drawings. Stockpile excavated
material as directed by Owner and Engineer. Prepare subgrade in accordance with paragraph
3.6, PREPARATION OF SUBGRADE AND COMPACTED BERMS, of this section.
B. In the process of excavating over the existing lining system, it is unlikely that waste will be
encountered. If waste is encountered, Contractor to dispose of this waste on the active working
face, as directed by the Owner, and cover any remaining exposed waste with a minimum of six
(6) inches of clean soil of the same type as that used for the protective cover.
C. Unclassified Excavation: Excavation is unclassified and includes excavation to required
subgrade elevations regardless of the character of materials and obstructions encountered.
D. Keep excavations free from water while construction is in progress. Notify the Engineer
immediately in writing in the event that it becomes necessary to remove rock, hard material, or
other material defined as unsatisfactory to a depth greater than indicated. Refill excavations cut
below required subgrade elevations.
3.5 EXCAVATION FOR ANCHOR TRENCHES
A. Excavate trenches to indicated slopes, lines, depths, and elevations. The Engineer shall verify
that the trench has been constructed according to Project Drawings.
B. Excavate trenches to uniform widths as shown on Project Drawings. Excavate trench walls
vertically from trench bottom to top, except rounded edges will be provided where liner
materials enter anchor trenches so as to avoid sharp bends in the geosynthetic materials.
C. If the trench is located in clay susceptible to desiccation, only the amount of trench required for
one day of installation shall be excavated to minimize desiccation of trench soils.
3.6 PREPARATION OF SUBGRADE AND COMPACTED BERMS
A. Fine -grade subgrade to smooth, uniform and compacted conditions, to elevations shown on
Project Drawings. Remove all stones larger than 3/4-inch in diameter and any other objects
which could damage overlying geosynthetic materials.
B. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or
construction activities, as directed by the Engineer.
C. Proof roll subgrade with self propelled smooth drum roller or by methods acceptable to the
Engineer to remove clods and non -uniform subgrade.
D. Construct berms to the grades shown. Use suitable fill materials from on site as directed by the
Owner and compact to 95% standard proctor density (ASTM D698). Control the development
of rills, repairing any that occur, and maintain the side slopes for the duration of the project.
E. The top 12-inches of all berms shall be constructed of topsoil compacted no more than
75% standard proctor density (ASTM D698).
01449010 EXCAVATION AND EARTHWORK 02200 - 5
04/ 1 1
3.7 UNAUTHORIZED EXCAVATION
A. Fill unauthorized excavations as directed by the Engineer.
3.8 ANCHOR TRENCH BACKFILL
A. The trenches shall be backfilled and compacted in loose lifts not to exceed 8-inches.
Compaction shall be achieved using light, rubber -tired equipment or other light compaction
equipment. Care shall be taken to prevent damage to the geosynthetic materials. At no time
shall construction equipment come into direct contact with the geomembrane liner or
geosynthetic clay liner. If damage occurs, it shall be repaired by the Contractor, in accordance
with the specifications, prior to completion of backfilling.
B. The trenches shall be compacted to the Maximum Dry Density shown on the plans as
determined by ASTM D698.
3.9 MOISTURE CONTROL
A. Uniformly moisten or aerate subgrade or backfill layer before compaction to optimum moisture
content or higher.
1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost
or ice.
2. Remove and replace, or scarify and air-dry satisfactory soil material that is too wet to
compact to specified density.
a. Stockpile or spread and dry removed wet satisfactory soil material.
3.10 GRADING
A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes.
Comply with compaction requirements and grade to cross sections, lines, and elevations
indicated. Provide a smooth transition between existing adjacent grades and new grades.
Correct and control wind and water erosion.
B. Site Grading
1. Grade to finished grades indicated within 0.10 foot. No rock will protrude above the
finished grade elevation. Rock that protrudes will be removed below grade and the void
backfilled and compacted to ASTM D698 (95%). Grade areas to drain where possible.
Existing grades which are to remain but are disturbed by the Contractor's operations shall
be restored to preconstruction condition.
C. Protection of Surfaces
1. Protect newly graded areas from traffic, erosion, and settlements that may occur and as
required in the Section 01356, "Storm Water Pollution Prevention Measures" and as
specified in paragraph 3.1.A of this Section entitled "Protection and Restoration of
Surfaces." Repair or reestablish damaged grades, elevations, or slopes before work will
be accepted.
01449010 EXCAVATION AND EARTHWORK 02200 - 6
04/ 1 1
3.11 FIELD QUALITY CONTROL
A. The Contractor will allow the Engineer to inspect and test each subgrade and each fill or
backfill layer. Do not proceed until test results for previously completed work verify
compliance with requirements.
1. Liner Subgrade: Proof roll to smooth surface such that no ruts or other surface indentions
exceed one inch in depth.
2. Trench Backfill: In each compacted initial and final backfill layer, perform at least one
field in -place density test for each 150 feet or less of trench, but no fewer than two tests.
3. Berm Construction:
a. Fill materials will be placed in 8-inch loose lift thicknesses and compacted to
required densities. Field densities will be performed every 8,000 square feet per
compacted lift for area fill and every 500 linear feet per lift for embankment.
b. Cohesive soil having a plasticity index less than 15 shall be compacted to at least
95 percent ASTM D 698 at optimum moisture content (+/- 2 percent). Cohesive
soils with a plasticity index of 15 or more shall be compacted to at least
95 percent ASTM D 698 at or above optimum moisture content.
B. When test results report that subgrades, fills, or backfills are below specified density, scarify
and moisten or aerate, or remove and replace soil to the depth required, recompact and retest
until required density is obtained.
3.12 PROTECTION
A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep
free of trash and debris.
B. Repair and re-establish grades to specified tolerances where completed or partially completed
surfaces become eroded, rutted, settled, or lose compaction due to subsequent construction
operations or weather conditions.
1. Scarify or remove and replace material to depth directed by the Engineer; reshape and
recompact at optimum moisture content to the required density.
C. Settling: Where settling occurs during the Project correction period, remove finished surfacing,
backfill with additional approved material, compact, and reconstruct surfacing.
1. Restore appearance, quality, and condition of finished surfacing to match adjacent work,
and eliminate evidence of restoration to the greatest extent possible.
3.13 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Transport surplus satisfactory soil to designated storage areas on the Owner's
property. Stockpile or spread soil as directed by Engineer.
1. Remove waste material, including unsatisfactory soil, trash, and debris, and dispose of it
on the active face as directed by the Engineer.
END OF SECTION
01449010 EXCAVATION AND EARTHWORK 02200 - 7
04/ 1 1
SECTION 02240
GEOSYNTHETIC CLAY LINER
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Geosynthetic Clay Liner (GCL).
B. Installation of GCL.
1.3 RELATED SECTIONS
A. Section 02200 — Excavation and Earthwork.
B. Section 02245 - Geomembrane Liner.
1.4 REFERENCES
Applicable Publications: The publications listed below form a part of this specification to the extent
referenced. The publications are referred to in the text by the basic designation only. The latest
publication in use at the time of the executed contract will be the one that governs this project.
A. American Society for Testing and Materials (ASTM) Standards:
1. ASTM D 2216
Standard Test Methods for Laboratory Determination of Water
(Moisture) Content of Soil and Rock by Mass.
2. ASTM D 4354
Standard Practice for Sampling Geosynthetis for Testing.
3. ASTM D 4632
Standard Test Method for Grab Breaking Load and Elongation of
Geotextiles.
4. ASTM D 5084
Standard Test Method for Measurement of Hydraulic conductivity
of Saturated Porous Materials using a Flexible Wall Permeameter.
5. ASTM D 5261
Standard Test Method for Measuring Mass per Unit Area of
Geotextiles.
6. ASTM D 5321
Standard Test Method for Determining the Coefficient of Soil and
Geosynthetic or Geosynthetic and Geosynthetic Friction by the
Direct Shear Method.
7. ASTM D 5887
Standard Test Method for Measurement of Index Flux Through
Saturated Geosynthetic Clay Liner Specimens Using a Flexible Wall
Permeameter.
8. ASTM D 5890
Standard Test Method for Swell Index of Clay Mineral Component
of Geosynthetic Clay Liners.
9. ASTM D 5993
Standard Test Method for Measuring Mass Per Unit of Geosynthetic
Clay Liners.
10. ASTM D 6768
Standard Test Method for Tensile Strength of Geosynthetic Clay
Liners.
01449010 GEOSYNTHETIC CLAY LINER 02240 - 1
04/ 1 1
11. MSW Permit Owner's TCEQ, MSW Permit.
12. SLQCP Owner's Soil and Liner Quality Control Plan (SLQCP).
B. Geosynthetics Research Institute, Drexel University:
1. GRI-GCL-2 Test Method for Permeability of Geosynthetic Clay Liners.
C. Texas Commission on Environmental Quality:
1. TCEQ Texas Commission on Environmental Quality, Municipal Solid
Waste Management Regulation, 30 TAC Chapter 330
1.5 QUALITY ASSURANCE
A. Manufacturing
1. The Manufacturer shall have at least four (4) years continuous experience in the
manufacture of Geosynthetic Clay Liner (GCL) rolls and/or experience totaling
5,000,000 square feet of manufactured GCL. The manufacturer shall permit the owner
and the Engineer to visit the manufacturing plant.
B. Installation
1. The installation contractor shall have successfully installed a minimum
of 1,000,000 square feet of similar lining material in solid waste containment structures,
and shall submit evidence of his ability and capacity to perform this work. The
installation contractor can meet these criteria by teaming with a subcontractor who is
identified in the bid along with the firm's experience.
2. Installation shall be performed under the constant direction of a single Field Installation
Supervisor who shall remain on site and be responsible, throughout the liner installation,
for liner layout, patching, testing, repairs, and all other activities by the Installer. This
Installation Supervisor shall have installed or supervised the installation of a minimum
of 1,000,000 square feet of GCL.
1.6 SUBMITTALS
A. Manufacturer
1. Quality control program and manual, or descriptive documentation.
2. List of material properties and samples of GCL, including data pertaining to typical
interface friction angles for the various products.
3. A list documenting no less than 5 completed facilities totaling a minimum
of 1,000,000 square feet.
4. Copy of quality control certificates in conformance with Sections 2.4 and the SLQCP.
B. Installation Contractor
1. Certification that the Installation Supervisor for the installer has reviewed the Quality
Assurance Plan, the Project Plans, and these specifications.
2. A list of at least 5 completed facilities, totaling a minimum of 1,000,000 square feet for
which the Contractor has installed a GCL.
3. Proposed Installation Panel layout identifying seams and details. Layout plan must be
approved by the Engineer at least 10 days before materials are ordered. The panel layout
must provide a numbering scheme to be used in quality control/assurance procedures and
shall provide that:
a. Seams run up and down slopes.
b. Field seam lengths are to be minimized.
C. GCL shall not have any penetrations.
4. Written certification that Installer is capable of performing all necessary construction
testing as required by the TCEQ.
01449010 GEOSYNTHETIC CLAY LINER 02240 - 2
04/ 1 1
Any proposed variance or deviation from these documents shall be submitted in writing
by the Installer to the Engineer a minimum of seven (7) working days prior to the
scheduled start of GCL installation and will be accepted/rejected by the Engineer prior to
start of installation activities.
1.7 WARRANTY
A written Warranty shall be obtained from the Manufacturer (for material) and the Installation
Contractor (for workmanship). These documents shall warrant the quality of the in place liner
A. Manufacturer
1. Furnish a written warranty on a prorata basis for a period of 20 years. The warranty shall
be against manufacturing defects or workmanship and against deterioration due to ozone,
ultraviolet or other normal weather aging. The warranty shall be limited to replacement
of material only, and shall not cover installation.
B. Installation Contractor
1. Furnish a written warranty that the entire lining installed to be free of defects in material
and workmanship and installed pursuant to the Owner's "Soil and Liner Quality Control
Plan" (SLQCP) for a period of 2 years following the date of the Certificate of
Completion. The Contractor shall agree to make any repairs or replacements made
necessary by defects in materials or workmanship which become evident during
the 2 year warranty period.
1.8 DELIVERY, STORAGE AND HANDLING
A. Transportation
1. The GCL rolls or panels shall be packaged individually, in relatively impermeable and
opaque protective covers, and shipped by appropriate means so that no damage is
caused. Tears in the protective covers shall be repaired immediately. Transportation shall
be the responsibility of the Installer.
B. Delivery
1. Off-loading and storage of the GCL rolls is the responsibility of the Installer. The
Installer shall be responsible for replacing any damaged or unacceptable material at no
cost to the Owner. No off-loading shall be done unless the Engineer is present. Damage
during off-loading shall be documented by the Engineer and Installer. All damaged rolls
must be separated from the undamaged rolls until the proper disposition of that material
has been determined by the Owner's Representative. The Owner's Representative will be
the final authority on determination of damage.
C. On -Site Storage
1. The GCL material shall be stored in accordance with the Manufacturer's
recommendation, so as to be protected from puncture, dirt, grease, water, moisture, mud,
mechanical abrasions, excessive heat, or other damage.
2. The rolls shall be stored on a prepared surface (not wooden pallets). GCL rolls
consisting of bentonite supported by geotextiles shall not be stacked more than four
rolls high or as recommended by the manufacturer. GCL rolls consisting of
bentonite supported by geomembranes shall not be stacked more than two rolls high
or as recommended by the manufacturer.
01449010 GEOSYNTHETIC CLAY LINER 02240 - 3
04/ 1 1
PART 2 - PRODUCTS
2.1 MATERIALS
A. The GCL shall consist of natural sodium bentonite encapsulated between two polypropylene
geotextiles.
B. Accessory bentonite for seaming and detail work shall be the same material as in the
GCL sheets and shall be as recommended by the manufacturer.
C. Geotextiles will consist of woven or non -woven materials. On side slopes, at least one side of
GCL must be made of non -woven material.
D. On side slopes steeper than seven horizontal to one vertical (7:1), GCL must be reinforced by
either needlepunching or lock -stitching for internal shear strength reinforcement.
E. GCL used on side slopes shall have a coefficient of friction of GCL to the subgrade soil of not
less than 22°, and will have a coefficient of friction of GCL to the Textured Geomembranes of
not less than 22°, as determined by an independent testing lab.
2.2 RAW MATERIALS
The GCL shall be manufactured of new, first -quality products and shall be manufactured specifically
for the intended purpose.
2.3 ROLLS
A. The geomembrane shall be supplied in rolls with a minimum width of 15 feet. Rolls in lengths
greater than 125 feet may be 12 feet in width. Labels on each roll shall identify the following:
1. Manufacturer.
2. Product Identification.
3. Roll Number.
4. Roll Dimensions.
5. Roll Weight.
B. The roll length shall be maximized to provide the largest manageable sheet for the fewest field
seams.
C. Manufactured GCL sheets shall be constructed such that bentonite will not be displaced during
transportation, storage and installation.
2.4 MANUFACTURER'S CERTIFIED TESTING
A. Material Testing
1. Prior to use, the material shall be certified in writing by the manufacturer. The certificate
must include roll identification number, testing procedure and test results. Report the
following parameters:
01449010 GEOSYNTHETIC CLAY LINER 02240 - 4
04/ 1 1
TABLE 1
BENTONITE MATERIAL
Property
Test Method
Value
Unit
Frequency
Bentonite
ASTM D 5890
18 min.
ml/2g
1 per 100,000 ft.2
Swell Index
Bentonite
ASTM D 5891
18 max.
ml
1 per 100,000 ft.2
Fluid Loss
TABLE 2
GEOTEXTILE MATERIAL
Property
Test Method
Value
Unit
Frequency
Woven Mass/Unit Area
ASTM D 5261
3.0 min
oz/yd2
1 per 100,000 ft.2
Nonwoven Mass/Unit Area
ASTM D 5261
6.0 min
oz/yd2
1 per 100,000 ft.2
Woven Grab Tensile
ASTM D 4632
100
lbs
1 per 100,000 ft.2
Nonwoven Grab Tensile
ASTM D 4632
140
lbs
1 per 100,000 ft.2
01449010 GEOSYNTHETIC CLAY LINER 02240 - 5
04/ 1 1
TABLE 3
BENTONITE/GEOTEXTILE
COMPOSITE MATERIAL
Property
Test Method
Value
Units
Frequency
Clay Mass/Unit Area
ASTM D 5993 (1)
0.8 min
psf
1 per 40,000 ft.2
Water Content
ASTM D 2216
--
%
1 per 40,000 ft.2
Permeability (5 psi)
ASTM D 5887
5.0x10-9 max
cm/sec
(2)
Grab Tensile
ASTM D 4632
90
lbs.
1 per 200,000 ft.2
(1) Measured at 1500 C
(2) One per week per production line
B. Quality Control Inspection
1. For needle -punched GCL, manufacturer must provide written certification that material
is "needle free" by continuous inspections for the presence of broken needles using a
metal detector.
2.5 SEAM OVERLAP
A. Match lines shall be imprinted on both edges of the upper geotextile fabric for
bentonite/geotextile GCLs as a means for providing quality assurance of the overlap being
within manufacturer's recommendations. Lines shall be printed such that they are easily visible
and at lap distances recommended by the manufacturer. An additional line 12-inches from the
edge will be included for overlap in leachate collection lines.
2.6 QUALITY CONTROL SPECIFICATIONS
A. Sample Selection - Upon delivery to the installation site, test samples shall be obtained by the
Owner to verify conformance to project plans and specifications as well as manufacturer's
certifications. Samples shall be taken from selected rolls by removing the protective cover and
cutting a full width, three (3) feet long strip. One revolution of the GCL may be discarded
before cutting the sample. The sample roll shall be rewrapped and stored with other rolls. The
sample strips shall be identified by type, style, lot and roll number. The machine direction shall
be noted with a waterproof marker.
B. Conformance Testing
1. Samples shall be tested by Owner for conformance with the properties shown in Table 4,
below:
01449010 GEOSYNTHETIC CLAY LINER 02240 - 6
04/ 1 1
TABLE 4
GCL ON SITE CONFORMANCE TESTS
Property
Test Method
Value
Unit
Frequency
Permeability (5 psi)
ASTM D 5887
5.Ox10-9 max
cm/sec
1/100,000 ft2
Clay Mass/Unit Area
ASTM D 5993
0.8 min
psf
1/100,000 ft2
Direct Shear (Internal) (2)
ASTM D 5321
22
degrees
one
Direct Shear (Interface) (2)
ASTM D 5321
22
degrees
(1)
(1) Once per soil type, or interface.
(2) Normal load conditions of 200 psf, 500 psf, and 1,000 psf.
See Section 01300 — Submittals, for submittal information on direct shear requirements.
PART 3 - EXECUTION
3.1 PREPARATION
Before placing GCL, the Contractor shall provide written documentation that the surfaces to receive
GCL have been inspected and are acceptable for installation of the lining. Acceptable surface
conditions shall be as described in Section 02200 — Excavation and Earthwork and in the SLQCP with
no excessive cracking (defined as cracks at least 1-inch in depth and 12-inches in length).
3.2 ANCHOR TRENCH
Anchor trenches shall be constructed as specified prior to liner system placement.
3.3 PLACEMENT
A. Sheets will be placed in such a manner as to reduce field seams to a minimum.
B. Proof -roll subgrade prior to GCL placement. In order to minimize subgrade degradation, GCL
placement will commence within four (4) hours of proof -rolling.
C. The Installer shall be responsible for the following:
1. No equipment or tools shall damage the GCL by handling, trafficking, or other means.
2. No personnel working on the GCL shall smoke, wear damaging shoes, or engage in
other activities that could damage the GCL.
3. The method used to unroll the panels shall not cause crimps or other damage to the GCL.
4. The method used to place the panels shall minimize wrinkles. Wrinkles shall be
identified as to proper location and compensation shall be identified on the Contractor's
and Engineer's drawings. Ballast shall be used to prevent relocation of the compensating
wrinkles by wind.
01449010 GEOSYNTHETIC CLAY LINER 02240 - 7
04/ 1 1
5. Adequate loading (e.g., sand bags or similar items that will not damage the GCL) shall
be placed to prevent uplift by wind (in case of high winds, continuous loading is
recommended along edges of panels to minimize risk of wind flow under the panels).
6. Direct contact with the GCL shall be minimized, i.e., the GCL in traffic areas is
protected by geotextiles, excess geomembrane, or other suitable materials.
7. No objects which would be potentially harmful to the GCL or overlying layers remain
under, within or on top of the GCL (i.e., tools, needles, stones, etc.).
8. Dragging of GCL material on subgrade will be avoided.
D. Weather Limitations
1. GCL placement shall not be done during any precipitation or times of impending
precipitation, when the relative humidity exceeds 80 percent, or in the presence of
excessive winds, as determined by the installation supervisor. The GCL shall not be
placed in the presence of surface moisture (e.g., dew, frost) or on ponded water. GCL
which becomes hydrated prior to being covered must be replaced.
E. Geosynthetic Liner Protection
1. GCL placement will be limited to that amount that can be installed and covered with
geomembrane in one working day. GCL will not be left uncovered and exposed to the
elements at the end of any day.
F. Damaged Material Replacement
1. GCL which has becomes hydrated before being covered shall be removed and replaced.
3.4 FIELD SEAMING
A. Seam Overlap & Bentonite Fillet
1. Seams shall be overlapped as recommended by the manufacturer. For
bentonite/geotextile GCLs overlaps shall extend to the manufacturer's printed match line.
A fillet of dry granular bentonite will be poured at a rate of 1 /4 pound per linear foot, or
as recommended by the manufacturer if the GCL has non -woven geotextile encasement,
along the entire length of all overlap seams. For bentonite/geomembrane GCLs, the
overlap will be a minimum of six inches. Sheets will be overlapped a minimum of 12
inches at leachate collection sumps.
B. Seams on Slopes
1. Panels shall be oriented so that the long edges are parallel to the direction of maximum
slope. Lateral field seams on side slopes will be avoided if at all possible. However, if
extremely long side slopes (longer than the maximum length of roll that the GCL
material is available or manufactured) are included in the project, seams along the face
of the side slopes will be considered under the following circumstances:
a. If seams will be required across side slopes, the Design Engineer will be
contacted by the product manufacturer during the bid phase of the project.
b. In all cases, should lateral seams be required on side slopes, the manufacturers of
the products, the installers of the products, the Contractor, the Geotechnical
Professional and the Design Engineer will review the situation and make
recommendations as to the integrity of the seaming method and the entire lining
system as it relates to the lateral seams.
C. In the case of GCL consisting of bentonite supported by geotextiles, the GCL
panels will be overlapped a minimum of three (3) feet with uppermost panel
overlapping the lower panel. A water resistant adhesive will be applied in the
overlapped areas.
01449010 GEOSYNTHETIC CLAY LINER 02240 - 8
04/ 1 1
3.5 SIDE SLOPES
A. On side slopes, non -woven geotextile material will be placed facing down.
3.6 REPAIRS
A. Any necessary repairs to the GCL shall be made by placing a patch of the same material
extending at least one (1) foot beyond the flaw or damaged area. Granular bentonite shall be
added to the overlapped area at a uniform rate of at least 1 /4 pound per linear foot. Adhesive of
the type approved by the manufacturer may be used to keep patches in place during placement
of overlying materials.
3.7 GCL ACCEPTANCE
A. The Installer shall retain all ownership and responsibility for the GCL until acceptance by the
Owner.
B. The GCL shall be accepted by the Owner when all of the following conditions are met:
1. Installation is finished.
2. Verification of the adequacy of all field seams and repairs is complete.
3. Written certification, including "as built" drawing(s), is provided by the Installer to the
Engineer.
4. Documentation of completed installation, including all reports is complete.
5. Acceptance of "Geosynthetic Clay Liner Evaluation Report" by the TCEQ.
END OF SECTION
01449010 GEOSYNTHETIC CLAY LINER 02240 - 9
04/ 1 1
SECTION 02245
GEOMEMBRANE LINER
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. 60-Mil High Density Polyethylene (HDPE) geomembrane liner (GML), smooth and
textured.
B. Installation of HDPE GML.
1.3 REFERENCES
Applicable Publications: The publications listed below form a part of this specification to the
extent referenced. The publications are referred to in the text by the basic designation only. The
latest publication in use at the time of the executed contract will be the one that governs this
project.
A. American Society for Testing and Materials (ASTM) Standards:
1. ASTM D 413
Standard Test Methods for Rubber Property -Adhesion to
Flexible Substrate.
2. ASTM D 638
Standard Test Methods for Tensile Properties of Plastics.
3. ASTM D 746
Standard Test Methods for Brittleness Temperature of Plastics
and Elastomers by Impact.
4. ASTM D 751
Standard Test Methods for Coated Fabrics.
5. ASTM D 792
Standard Test Methods for Density and Specific Gravity
(Relative Density) of Plastics by Displacements.
6. ASTM D 882
Standard Test Methods for Tensile Properties of Thin Plastic
Sheeting.
7. ASTM D 1004
Standard Test Method for Initial Tear Resistance (Graves Tear)
of Plastic Film and Sheeting.
8. ASTM D 1204
Standard Test Method for Linear Dimensional Changes of
Nonrigid Thermoplastic Sheeting or Film at Elevated
Temperature.
9. ASTM D 1238
Standard Test Method for Melt Flow Rates of Thermoplastic by
Extrusion Plastometer.
10. ASTM D 1505
Standard Test Method for Density of Plastics by the Density -
Gradient Technique.
11. ASTM D 1593
Standard Specification for Nonrigid Vinyl Chloride Plastic
Sheeting.
12. ASTM D 1603
Standard Test Method for Carbon Black in Olefin Plastics.
13. ASTM D 1693
Standard Test Method for Environmental Stress -Cracking of
Ethylene Plastics.
01449010 GEOMEMBRANE LINER 02245 - 1
04/11
14. ASTM D 1822
Standard Test Method for Tensile -Impact Energy to Break
Plastics and Electrical Insulating Materials.
15. ASTM D 4437
Standard Practice for Non-destructive Testing (NDT) for
Determining the Integrity of Field Seams Used in Joining
Flexible Polymeric Sheet Geomembrane.
16. ASTM D 4833
Standard Test Method for Index Puncture Resistance of
Geomembranes and Related Products.
17. ASTM D 5199
Standard Test Method for Measuring Nominal Thickness of
Geosynthetics.
18. ASTM D 5321
Standard Test Method for Determining the Coefficient of Soil
and Geosynthetic or Geosynthetic and Geosynthetic Friction by
the Direct Shear Method.
19. ASTM D 5397
Standard Test Method for Evaluation of Stress Crack Resistance
of Polyolefin Geomembranes using Notched Constant Tensil
Load Test.
20. ASTM D 5596
Standard Test Method for Microscopic Evaluation of the
Dispersion of Carbon Black in Polyolefin Geosynthetics.
21. ASTM D 5594
Standard Test Method for Measuring Core Thickness of
Textured Geomembrane.
22. ASTM D 6392
Standard Test Method for Determining the Integrity of
Nonreinforced Geomembrane Seams Produced Using Thermo -
Fusion Methods.
23. ASTM D 6693
Standard Test Method for Determining Tensile Properties of
Nonreinforced Polyethylene and Nonreinforced Flexible
Polypropylene Geomembranes.
B. Geosynthetics Research
Institute:
1. GRI GM 13
HDPE Liners.
C. Texas Natural Resource
Conservation Commission:
1. TCEQ
Texas Commission on Environmental Quality, Municipal Solid
Waste Management Regulation, 30 TAC Chapter 330.
D. Owner:
1. MSW Permit
Owner's TCEQ MSW Permit No. 69.
1.4 QUALITY ASSURANCE
A. Manufacturing
1. The Manufacturer shall have at least five (5) years continuous experience in the
manufacture of HDPE geomembrane rolls and/or experience totaling 10,000,000
square feet of manufactured HDPE geomembrane. The manufacturer shall permit
the owner and the Engineer to visit the manufacturing plant.
B. Installation
1. The installation contractor shall be the manufacturer or an approved contractor
trained and licensed to install the manufacturer's geomembrane.
2. Installation shall be performed under the constant direction of a single Field
Installation Supervisor who shall remain on site and be responsible, throughout the
liner installation, for liner layout, seaming, patching, testing, repairs, and all other
activities by the Installer. This Installation Supervisor shall have installed or
supervised the installation and seaming of a minimum of 2,000,000 square feet of
HDPE geomembrane. Actual seaming shall be performed under the direction of a
Master Seamer (who may also be the Installation Supervisor) who has seamed a
minimum of 2,000,000 square feet of HDPE geomembrane, using the same type of
01449010 GEOMEMBRANE LINER 02245 - 2
04/11
seaming apparatus specified in the current project. This Installation Supervisor
and/or Master Seamer shall be present whenever seaming is performed.
1.5 SUBMITTALS
A. Manufacturer
1. Quality control program and manual, or descriptive documentation.
2. List of material properties and samples of liner.
3. A list documenting no less than 5 completed facilities totaling a minimum
of 2,000,000 square feet.
4. Certification that all resin used in the manufacture of geomembrane for this job
meets the specifications.
5. Copy of quality control certificates issued by the HDPE resin supplier.
6. Copy of quality control certificates in conformance with Sections 2.2 and 2.5.
7. Certification that the geomembrane and extrudate produced for this project have the
same properties.
B. Installation Contractor
1. Certification that both the Installation Supervisor for the installer and the Master
Seamer have reviewed the Quality Assurance Plan, the Project Plans, and these
specifications.
2. Three (3) samples of factory seams, if applicable. In addition, the Contractor shall
submit three field seam samples. The Contractor shall also provide a list of seam
properties, minimum values (see section 2.4), and test methods employed.
3. A list of at least 5 completed facilities, totaling a minimum of 2,000,000 square feet
for which the Contractor has installed an HDPE geomembrane.
4. Proposed Installation Panel layout identifying seams and details.
a. Layout plan must be approved by the Engineer at least 10 days before
materials are ordered. The panel layout must provide a numbering scheme to
be used in quality control/assurance procedures and shall provide that:
1) Seams run up and down slopes.
2) Field seam lengths are to be minimized.
3) GML shall not have any penetrations.
5. Written certification that Installer is capable of performing all necessary
construction testing as required by the TCEQ.
6. Any proposed variance or deviation from these documents shall be submitted in
writing by the Installer to the Engineer a minimum of seven (7) working days prior
to the scheduled start of geomembrane installation and will be accepted/rejected by
the Engineer prior to start of installation activities.
C. Materials
1. Submit samples as required in the SLQCP.
1.6 WARRANTY
A. A written Warranty shall be obtained from the Manufacturer (for material) and the
Installation Contractor (for workmanship). These documents shall warrant the quality of
the in -place liner.
B. Manufacturer
1. Furnish a written warranty on a prorate basis for a period of 20 years. The warranty
shall be against manufacturing defects or workmanship and against deterioration due
to ozone, ultraviolet or other normal weather aging. The warranty shall be limited to
replacement of material only, and shall not cover installation.
01449010 GEOMEMBRANE LINER 02245 - 3
04/11
C. Installation Contractor
1. Furnish a written warranty that the entire lining installed to be free of defects in
material and workmanship and installed pursuant to the City of Lubbock "Soil and
Liner Quality Control Plan" (SLQCP) for a period of 2 years following the date of
the Certificate of Completion. The Contractor shall agree to make any repairs or
replacements made necessary by defects in materials or workmanship which become
evident during the 2 year warranty period.
1.7 DELIVERY, STORAGE AND HANDLING
A. Transportation
1. The geomembrane rolls or panels shall be packaged and shipped by appropriate
means so that no damage is caused. Transportation shall be the responsibility of the
Installer.
B. Delivery
1. Off-loading and storage of the geomembrane is the responsibility of the Installer.
The Installer shall be responsible for replacing any damaged or unacceptable
material at no cost to the Owner. No off-loading shall be done unless the Engineer is
present. Damage during off-loading shall be documented by the Engineer and
Installer. All damaged rolls must be separated from the undamaged rolls until the
proper disposition of that material has been determined by the Owner's
Representative. The Owner's Representative will be the final authority on
determination of damage.
C. On -Site Storage
1. The geomembrane shall be stored so as to be protected from puncture, dirt, grease,
water, moisture, mud, mechanical abrasions, excessive heat, or other damage.
2. The rolls shall be stored on a prepared surface (not wooden pallets) and should not
be stacked more than two rolls high.
PART 2 - PRODUCTS
2.1 MATERIALS
A. The geomembrane shall be High -Density Polyethylene.
B. Textured HDPE will have a coefficient of friction of GM to subgrade and protective soil
cover of not less than 22 degrees.
�i.�►�i1 163851 lui:1:7\►19-WITAL&%V0a4"1F_11ILI
A. The geomembrane shall be manufactured of new, first -quality resin and shall be
compounded and manufactured specifically for the intended purpose. Carbon black shall be
added to the resin if the resin is not compounded for ultra -violet resistance. The resin
manufacturer shall certify each batch for the properties shown in Tables 1 and 2.
01449010 GEOMEMBRANE LINER 02245 - 4
04/11
2.3 ROLLS
A. The geomembrane shall be supplied in rolls with a minimum width of 15 feet. Labels on
each roll shall identify the thickness of the material, the length and width of the roll, batch
and roll numbers, and name of manufacturer. The roll length shall be maximized to provide
the largest manageable sheet for the fewest field seams.
B. The geomembrane rolls shall meet the properties shown on Table 1 for smooth membrane
material, and Table 2 for textured membrane material.
C. Prior to use, the material shall be certified in writing by the manufacturer to meet the
minimum physical properties shown on Tables 1 and 2. The certificate must include roll
identification number, testing procedure and test results. Test results are required for every
50,000 square feet of material shipped to site.
01449010 GEOMEMBRANE LINER 02245 - 5
04/11
TABLE 1
TYPICAL PROPERTIES: 60 mil, Smooth Liner
TEST RESULTS
Property
Test Method
Nominall')
Minimum (2)
Thickness (mils)
ASTM D 5199
60
54
Sheet Density (g/cc)
ASTM D 1505/792
0.940
Melt Index (g/10 minutes)
ASTM D 1238
< 1.0
Carbon Black Content, (%)
ASTM D 1603
2.0
Carbon Black Dispersion
ASTM D 5596
(4)
TENSILE PROPERTIES:
1) Tensile strength at yield, ppi
ASTM D 638 TY IV
132
2) Elongation at Yield, %
(mod. per NSF Std. 54)
12
3) Tensile Strength at Break, ppi
228
4) Elongation at Break, (2.0" G.L.)%
750
Tear Strength, lbs.
ASTM D 1004
45
Puncture Resistance, lbs.
ASTM D 4833
108
Low Temperature Brittleness
ASTM D 746
< 60°F
Environmental Stress Crack
ASTM D 1693
200
Resistance, hours
(Cond. B)
Dimensional Stability, (%)
ASTM D 1204
+/-2
SEAM PROPERTIES - Fusion Weld
ASTM D 4437
1) Shear Strength, ppi
(mod. per NSF Std. 54)
132
2) Peel Strength, ppi
78
SEAM PROPERTIES - Extrusion Weld
ASTM D 6392
1) Shear Strength, ppi
(mod per NSF Std. 54)
132
2) Peel Strength, ppi
90
(1) Nominal values, are average lot property values.
(2) Minimum values, unless otherwise specified, are the average roll values as reported by the specified test method.
(3) Film Tear Bond
(4) 9 of 10 Views in Categories 1 or 2 and 1 of 10 views is Category 3.
01449010 GEOMEMBRANE LINER 02245 - 6
04/11
TABLE 2
TYPICAL PROPERTIES: 60 mil, Textured Liner
TEST RESULTS
Property
Test Method
Nominal
Minimum
Thickness, mils
ASTM D 5994
60
54
Sheet Density, g/cc
ASTM D 1505 / D 792
0.94
Melt Index, g/10 minutes
ASTM D 1238
<1.0
Carbon Black Content, %
ASTM D 1603
2.0
Carbon Black Dispersion
ASTM D 5596
(1)
TENSILE PROPERTIES
ASTM D 638
1) Tensile Strength at Yield, ppi.
Type IV
132
2) Tensile Strength at Break, ppi
(mod per NSF Std. 54)
132
3) Elongation at Yield, %
12
4) Elongation at Break "(2.0" G.L.)%
200
Tear Strength, lbs.
ASTM D 1004
45
Puncture Resistance, lbs.
ASTM D 4833
108
Low Temperature Brittleness
ASTM D 746
<60°F
Environmental Stress Crack
ASTM D 1693
200
Resistance, hours
(Cond. B)
Dimensional Stability, %
ASTM D 1204
+/-2.0
SEAM PROPERTIES - Fusion Weld
ASTM D 4437
1) Shear Strength, ppi
(mod. per NSF Std. 54)
132
2) Peel Strength, ppi
78
SEAM PROPERTIES - Extrusion Weld
ASTM D 4437
1) Shear Strength, ppi
(mod per NSF Std. 54)
132
2) Peel Strength, ppi
90
(1) 9 of 10 Views in Categories 1 or 2 and 1 of 10 Views in Category 3.
2.4 FIELD SEAMS
A. The field seams shall be tested as follows:
1. Shear seam specimens are 1 inch wide, with a grip separation of 4 inches plus the
width of the seam. The seam is to be centered between the clamps. The grip
separation rate is 2 ipm.
2. Both shear seam strength and peel tests shall be run on five replicate specimens. A
break through the weld or at the weld -sheet interface shall be considered a Non-FTB
(failure) in both seam strength (shear) and peel strength tests.
01449010 GEOMEMBRANE LINER 02245 - 7
04/11
3. Approved field seaming processes are hot shoe fusion welding and extrusion
welding.
4. Welding rods or beads used for extrusion welding shall be HDPE and the physical
properties shall be the same as those of the resin used in the manufacture of the
HDPE geomembrane.
2.5 QUALITY CONTROL SPECIFICATIONS
A. Raw Materials
1. Resin
a. All resins for use in Geomembrane must pass a candidate pre -approval
process before being eligible for use. Each incoming rail car shall be sampled
by compartment with the following testing performed and compared to the
manufacturer's specifications:
1) Density: ASTM D 1505/D792.
2) Melt Index: ASTM D 1238.
2. Additives
a. All additives and concentrates must pass a candidate pre -approval process. All
inc/D792oming materials are to be statistically sampled with the following
testing performed and compared to the manufacturer's specifications:
1) Density: ASTM D 1505/D792.
2) Melt Index: ASTM D 1238.
3) Carbon Black Content: ASTM D 1603.
B. Finished Product: On -Line During Production
1. Coverage
A minimum of one person from the Quality Department, independent of the
Production Department, shall be present for on-line inspection of every roll for
100% of every run.
2. Inspection
a. Performed on each roll.
1) Thickness: A full width sample shall be cut from the end of each roll,
and thickness shall be checked across the entire sample.
2) Appearance: There shall be constant monitoring of the following.
(a) Sheet surface appearance.
(b) Knife -cut edge.
(c) Folds, holes, creases, abrasions, or other damage.
3. Roll Identification
a. The Q.C. Engineer controls all paperwork, including roll tags. Four tags per
roll shall be used on the following:
1) On the roll sleeve.
2) Inside the core.
3) On the production roll sample.
4) On the roll surface.
4. Out -of -Spec. Material
Any roll not meeting the specification for any of the above inspections shall be
placed on hold.
C. Finished Product: Post Production
1. Sampling
a. Test samples shall be obtained from the rolls of material to be delivered to the
site for conformance testing. The samples shall be tested for the following
requirements at the rates specified.
01449010 GEOMEMBRANE LINER 02245 - 8
04/11
2. Testing Requirements - Resin
a.
Specific Gravity/Density
1)
Test Method: ASTM D 1505 / D 792.
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than 1 test per resin lot.
b.
Melt Flow Index
1)
Test Method: ASTM D 1238.
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than 1 test per resin lot.
3. Testing Requirements
- Finished Product
a.
Thickness
1)
Test Method: ASTM D 5994 (Textured), ASTM D 5199 (Smooth).
2)
Test Frequency: 1 per 50,000 ft.2 and 1 test per resin lot.
b.
Density
1)
Test Method: ASTM D 1505 / D 792.
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than 1 test per resin lot.
3)
Minimum Number of Tests: 4.
C.
Carbon Black Content
1)
Test Method: ASTM D 1603.
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than 1 test per resin lot.
3)
Minimum Number of Tests: 4.
d.
Carbon Black Dispersion
1)
Test Method: ASTM D 5596.
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than 1 test per resin lot.
3)
Minimum Number of Tests: 4.
e.
Tensile Properties
1)
Test Method: ASTM D 638 (NSF 54 Modified).
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than 1 test per resin lot.
3)
Minimum Number of Tests: 4.
£
Puncture Resistance
1)
Test Method: D 4833.
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than one test per resin lot.
3)
Minimum Number of Tests: 4.
g.
Tear Resistance
1)
Test Method: ASTM D 1004.
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than 1 test per resin lot.
3)
Minimum Number of Tests: 4.
h.
Dimensioned Stability (Shrinkage)
1)
Test Method: ASTM D 1204, NSF 54 Modified.
2)
Test Frequency: Not less than 1 test per 50,000 square feet with not less
than 1 test per resin lot.
3)
Minimum Number of Tests: 4.
01449010 GEOMEMBRANE LINER 02245 - 9
04/11
4. Reporting
a. All results shall be logged into the batch file. Any testing that yields
"out -of -spec" results shall be brought to the immediate attention of the Q.C.
Manager. All material produced after the last sample meeting all
specifications shall be retrieved and placed on hold.
D. Finished Product: Laboratory Post -Production
1. Reporting
a. All results shall be logged into the batch file. These results shall be the official
properties for that batch. Any batch that fails any specification shall be placed
on hold for further evaluation.
E. Conformance Testing
1. Samples shall be tested by Owner for conformance with the properties shown in
Table 3, below:
TABLE 3
GEOMEMBRANE ON -SITE CONFORMANCE TESTS
(SMOOTH AND TEXTURED)
Test
Method
Thickness
ASTM D 5994
Leading edge of each
geomembrane roll
Density
ASTM D 792/1505
Not less than one test per
Carbon Black Content
ASTM D 1603
100,000 ft2 with not less
Carbon Black Dispersion
ASTM D 5596
than one per resin lot.
Tensile Properties
ASTM D 638
Minimum of four tests
Puncture Resistance
ASTM D 4833
required
Tear Strength
ASTM D 1004
PART 3 - EXECUTION
3.1 ANCHOR TRENCH
A. The anchor trench shall be excavated as specified prior to liner system placement.
3.2 PLACEMENT
A. The Installer shall be responsible for the following:
1. No equipment or tools shall damage the geomembrane by handling, trafficking, or
other means.
2. No personnel working on the geomembrane shall smoke, wear damaging shoes, or
engage in other activities that could damage the geomembrane.
3. The method used to unroll the panels shall not cause scratches or crimps in the
geomembrane and shall not cause indentations in the supporting soil greater than
one inch deep or damage to the underlying geotextile.
01449010 GEOMEMBRANE LINER 02245 - 10
04/11
4. The method used to place the panels shall minimize wrinkles. Wrinkles shall be
identified as to proper location and compensation shall be identified on the
Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of
the compensating wrinkles by wind.
5. Adequate loading (e.g., sand bags or similar items that will not damage the
geomembrane) shall be placed to prevent uplift by wind (in case of high winds,
continuous loading is recommended along edges of panels to minimize risk of wind
flow under the panels).
6. Direct contact with the geomembrane shall be minimized, i.e., the geomembrane in
traffic areas is protected by geotextiles, extra geomembrane, or other suitable
materials.
B. Weather Limitations
1. Geomembrane deployment shall proceed between ambient temperatures of 32' F to
104' F. Placement can proceed below 32' F only after it has been verified by the
Engineer that the material can be seamed according to the specification. Below
40' F, preheat of the GML will be required.
2. Geomembrane placement shall not be done during any precipitation, in the presence
of excessive moisture (e.g., fog, rain, dew) or in the presence of excessive winds, as
determined by the installation supervisor.
C. Geomembrane Protection
1. Geomembrane will not be left exposed to weather for more than
seven (7) consecutive calendar days.
D. Factory Seam Quality Verifications
1. The Engineer will require the Contractor to test up to as much as 20% of factory
fusion welds (non-destructive air pressure test and/or vacuum test) in the field to
verify factory test results. Additional testing at the Installer's expense will be
required if failed tests are obtained in the field.
3.3 FIELD SEAMING
A. Seams shall be oriented parallel to the line of maximum slope, i.e., oriented down, not
across the slope. In corners and odd -shaped geometric locations, the number of field seams
shall be minimized.
B. No base T-seam shall be closer than 5 feet from the toe of the slope. Seams shall be aligned
with the least possible number of wrinkles and "fishmouths." If a fishmouth or wrinkle is
found, it shall be relieved and cap -stripped.
C. Seam Overlap
1. Panels of geomembrane must have a finished overlap of a minimum of 4 inches for
hot shoe fusion welding and 3 inches for extrusion welding, but in any event
sufficient overlap shall be provided to allow peel tests to be performed on the seam.
2. No solvent or adhesive may be used unless the product is approved by the Owners
Representative. (Samples shall be submitted to the Design Engineer for testing and
evaluation).
3. The procedure used to temporarily bond adjacent panels together shall not damage
the geomembrane; in particular, the temperature of hot air at the nozzle of any spot
welding apparatus shall be controlled such that the geomembrane is not damaged.
D. Seaming Equipment and Accessories
Approved equipment for field seaming are hot shoe fusion welders and extrusion welders.
1. Hot Shoe Welder, 110 Volt, 10 Amps.
2. Extrusion Welder, 220 Volt, 19 Amps.
3. High-speed, 10,000 rpm, 42 inch side grinder with 80-grit discs.
01449010 GEOMEMBRANE LINER 02245 - 11
04/11
4. 7.5 KW Generator, single-phase with 110/220 Volt Outputs.
5. Power Cord, minimum S.O. type, 10 O.S.H.A. approved electrical cord with
O.S.H.A. approved twist -type plugs and connections.
6. Seam Vacuum Tester for non-destructive seam and patch testing.
7. Field Tensiometer, capable of performing seam and peel adhesion tests for
quantitative testing on -site.
E. Test Seams
1. Field test seams shall be conducted on geomembrane liner to verify that seaming
conditions are satisfactory. Test seams shall be conducted for each seamer at the
beginning of each seaming period, at the Engineer's discretion, and at least once
each 4 hours, for each seaming apparatus used that day.
2. All test seams shall be made at a location selected by the Engineer in the area of the
seaming and in contact with the subgrade. The test seam samples shall be 10 feet
long for hot shoe welding and 3 feet long for extrusion welding with the seam
centered lengthwise. Specimens 1 inch wide shall be cut from each opposite end of
the test seam by the Engineer. The Engineer shall use a tensiometer provided by the
Installer to test these specimens for shear and peel. If a test seam fails to meet field
seam specifications, the seaming apparatus and/or seamer shall not be accepted and
shall not be used for seaming until the deficiencies are corrected and two
consecutive successful full test seams are achieved. At the very least, the peel
adhesion and bonded shear strength must be 62% and 95%, respectively, of the
strength of the parent material, but no less than 78 ppi and 120 ppi, respectively.
F. Non -Destructive Seam Testing
The Installer shall non-destructively test all field seams over their full length. All test
equipment, including but not limited to the following shall be furnished by the Installer:
1. Vacuum Box testing
a. Equipment for testing single wedge fusion seams and extrusion seams shall be
comprised of the following:
1) A vacuum box assembly consisting of a rigid housing, a transparent
viewing window, a soft rubber gasket attached to the bottom, port hole
or valve assembly, and a vacuum gauge.
2) A steel vacuum tank and pump assembly equipped with a pressure
controller and pipe connections.
3) A rubber pressure/vacuum hose with fittings and connections.
4) A plastic bucket and wide paint brush.
5) A soapy solution.
b. The following procedures shall be followed by the installer:
1) Excess sheet overlap shall be trimmed away.
2) Clean the window, gasket surfaces and check for leaks.
3) Energize the vacuum pump and reduce the tank pressure to
approximately
3-5 psi.
4) Wet a strip of geomembrane approximately 12 inches by 48 inches
(length of box) with the soapy solution.
5) Place the box over the wetted area and compress.
6) Close the bleed valve and open the vacuum valve.
7) Ensure that a leak tight seal is created.
8) For a period of approximately 15 seconds, examine the geomembrane
through the viewing window for the presence of soap bubbles.
01449010 GEOMEMBRANE LINER 02245 - 12
04/11
9) If no bubbles appear after 15 seconds, close the vacuum valve and open
the bleed valve, move the box over the next adjoining area with a
minimum 3 inches overlap and repeat the process.
10) All areas where soap bubbles appear shall be marked and repaired and
then retested.
C. The following procedures shall apply to locations where seams cannot be
non-destructively tested, as determined by the Engineer:
1) If the seam is accessible to testing equipment prior to final installation,
the seam shall be non-destructively tested prior to final installation.
2) If the seam cannot be tested prior to final installation, the seaming
operations shall be observed by the Engineer for uniformity and
completeness.
2. Air Pressure Testing (For Double Fusion Seam Only)
a. The following procedures are applicable to those processes which produce a
double seam with an enclosed space.
1) Equipment for testing double fusion seams shall be comprised of the
following:
(a) An air pump equipped with pressure gauge capable of generating
and sustaining a pressure between 25 and 30 psi and mounted on
a cushion to protect the geomembrane.
(b) A manometer equipped with a sharp hollow needle, or other
approved pressure feed device.
b. The following procedures shall be followed by the Installer:
1) Seal one end of the seam to be tested.
2) Insert needle or other approved pressure feed device through the sealed
end of the channel created by the double wedge fusion weld.
3) Energize the air pump to verify the unobstructed passage of air through
the channel.
4) Seal the other end of the channel.
5) Energize the air pump to a pressure between 25 and 30 psi, close valve,
and sustain pressure for approximately 5 minutes.
6) If loss of pressure exceeds 4 psi, or pressure does not stabilize, locate
faulty area, repair and retest.
7) Remove needle or other approved pressure feed device and seal.
G. Destructive Seam Testing
1. The Installer shall provide the Engineer with a minimum of one destructive test
sample per 500 feet of seam length from a location specified by the Engineer. The
Installer shall not be informed in advance of the sample location.
a. Sampling Procedure
1) In order to obtain test results prior to completion of liner installation,
samples shall be cut by the Installer as the seaming progresses. A
destructive test must be done for each welding machine used for
seaming or repairs. Sampling times and locations shall be determined
by the Engineer. The Engineer must witness the obtainment of all field
test samples and the Installer shall mark all samples with their location
roll and seam number. The Installer shall also record in written form
the date, time, location, roll seam number, ambient temperatures, and
pass or fail description. A copy of the information must be attached to
each sample portion. All holes in the geomembrane resulting from
obtaining the seam samples shall be immediately repaired. All patches
shall be vacuum tested.
01449010 GEOMEMBRANE LINER 02245 - 13
04/11
b. Size and Disposition of Samples
1) The samples shall be 12 inches wide by 48 inches long with the seam
centered lengthwise. The sample shall be cut into two equal length
pieces, and given to the Engineer.
C. Field Testing
1) The Installer shall cut six 1-inch wide replicate specimens from his
sample and these shall be tested by the Engineer. The Installer shall test
two specimens (four when possible for testing both tracks on dual -track
fusion welded seams) for peel strength. All tests to be witnessed by the
Engineer. To be acceptable, both test specimens must pass. Any
specimen that fails through the weld or by adhesion at the weldsheet
interface is a Non-FTB break and shall be considered a failure.
d. Independent Laboratory Testing
1) The Engineer will package and ship all destructive seam samples to an
independent testing Laboratory for determination and verification of all
field shear and peel strengths. The test method and procedures to be
used by the Independent Laboratory shall be the same used in field
testing, where seam samples are 1 inch wide, and the grip separation
rate is 2 ipm. The minimum passing criteria for independent laboratory
testing are all three of the following:
(a) All seam samples tested in the peel mode must fail in FTB.
(b) At least four of five seam samples from each peel and shear
determination must meet the minimum specified value.
(c) The average value from all five seam samples from each peel
and shear determination must meet the minimum specified value.
The above criteria apply to both tracks from each dual -track
fusion welded seam before it is considered as passing. ALL
FAILED LAB TESTS WILL BE PAID FOR BY THE
INSTALLER.
2. Archive Samples
a. The Installer will package and ship the remaining samples to the Engineer for
archival. The samples shall include information that indicates where the
sample was taken.
3. Procedures for Destructive Test Failure
a. The following procedures shall apply whenever a sample fails the field
destructive test:
1) The installer shall cap strip the seam between the failed location and
any passed test location.
2) The installer can retrace the welding path to an intermediate location
(at a minimum of 10 feet from the location of the failed test), at the
Engineer's discretion, and take a small sample for an additional field
test. If this test passes, then the seam shall be cap stripped between that
location and the original failed location. If the test fails, then the
process is repeated.
3) Over the length of seam failure, the Contractor shall either cut out the
old seam, reposition the panel and reseam, or add a cap strip, as
required by the Engineer.
01449010 GEOMEMBRANE LINER 02245 - 14
04/11
4) After reseaming or placement of the cap strip, additional destructive
field test(s) shall be taken within the reseamed area. The reseamed
sample shall be found acceptable if test results are approved by the
Engineer. If test results are not acceptable, this process shall be
repeated until the reseamed length is judged satisfactory by the
Engineer.
b. In the event that a sample fails a laboratory destructive test, then the above
procedures shall be followed, considering laboratory tests exclusively.
C. The Engineer will document all actions taken in conjunction with destructive
test failures.
H. Defects and Repairs
1. All seams and non -seam areas of the geomembrane shall be inspected by the
Engineer for defects, holes, blisters, undispersed raw materials, and any sign of
contamination by foreign matter. Because light reflected by the geomembrane helps
to detect defects, the surface of the geomembrane shall be clean at the time of
inspection. The geomembrane surface shall be brushed, blown, or washed by the
Installer if the amount of dust or mud inhibits inspection. The Engineer shall decide
if cleaning of the geomembrane is needed to facilitate inspection.
a. Evaluation
1) Each suspect location in seam and non -seam areas shall be
non-destructively tested as appropriate in the presence of the Engineer.
Each location that fails the non-destructive testing shall be marked by
the Engineer, and repaired accordingly.
b. Repair Procedures
1) Defective seams shall be restarted/reseamed as described in these
specifications.
2) Small holes shall be repaired by extrusion cap welding. If the hole is
larger than 3 inch, it shall be patched.
3) Tears shall be repaired by patching. Where the tear is on a slope or an
area of stress and has a sharp end it must be rounded prior to patching.
4) Blisters, large holes, undispersed raw materials, and contamination by
foreign matter shall be repaired by patches.
5) Surfaces of HDPE which are to be patched shall be abraded and
cleaned no more than 15 minutes prior to the repair. No more than
10% of the thickness shall be removed.
Patches shall be round or oval in shape, made of the same
geomembrane, and extend a minimum of 6 inches beyond the edge of
defects. All patches shall be of the same compound and thickness as the
geomembrane specified. All patches shall have their top edge beveled
with an angle grinder prior to placement on the geomembrane. Patches
shall be applied using approved methods only.
C. Restart/Reseaming Procedures
1) The welding process shall restart by grinding the existing seam and
rewelding a new seam. Welding shall commence where the grinding
started and must overlap the previous seam by at least 2 inches.
Reseaming over an existing seam without regrinding shall not be
permitted.
d. Verification of Repairs
1) Each repair shall be non-destructively tested, except when the Engineer
requires a destructive seam sample obtained from a repaired seam.
01449010 GEOMEMBRANE LINER 02245 - 15
04/11
Repairs that pass the non-destructive test shall be taken as an indication
of an adequate repair. Failed tests indicate that the repair shall be
repeated and retested until passing test results are achieved.
2) Recording of Results: daily documentation of all non-destructive and
destructive testing shall be provided to the Engineer by the Installer.
This documentation shall identify all seams that initially failed the test
and include evidence that these seams were repaired and successfully
retested.
3.4 GEOMEMBRANE ACCEPTANCE
A. The Installer shall retain all ownership and responsibility for the geomembrane until
acceptance by the Owner. The surface of the geomembrane shall not have striations,
roughness, pinholes, or bubbles and shall be free of holes, blisters, undispersed raw
materials, or any contamination by foreign matter; except that if in the opinion of the
Engineer the blemish will not adversely affect properties and use of the geomembrane, the
Engineer may accept the geomembrane after sufficient laboratory test data are provided to
support such acceptance, and further, provided all such testing is done at the sole expense
of the Installer.
B. The geomembrane liner shall be accepted by the Owner when all of the following
conditions are met:
1. Installation is finished.
2. Verification of the adequacy of all field seams and repairs, including associated
testing, is complete.
3. Written certification, including "as built" drawing(s), is provided by the Installer to
the Engineer.
4. Documentation of completed installation, including all reports is complete.
5. Acceptance of "Geomembrane Liner Evaluation Report" by the TCEQ.
END OF SECTION
01449010 GEOMEMBRANE LINER 02245 - 16
04/11
SECTION 02260
PROTECTIVE SOIL COVER
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Protective Soil Cover Specification.
B. Protective Soil Cover Installation.
1.3 REFERENCES
A. The publications listed below form a part of this specification to the extent referenced. The
publications are referred to in the text by basic designation only.
TEXAS COMMISSION ON ENVIRONMENTAL QUALITY
TCEQ, 30 TAC Chapter 330
OWNER
MSW Permit
1.4 WEATHER LIMITATION
Texas Commission on Environmental Quality, Municipal
Solid Waste Management Regulation
Owner's TCEQ MSW Permit No. 69.
A. Protective soil cover shall be constructed when the atmospheric temperature is above
35 degrees F. When the temperature falls below 35 degrees F, the Contractor shall protect all
areas of completed protective soil cover by approved methods against detrimental effects of
freezing. Areas of completed protective soil cover damaged by freezing, rainfall, or other
weather conditions shall be corrected to meet specified requirements. Protective soil cover
placement shall not occur on rainy days or when rain is imminent.
1.5 SUBMIT LIST OF ALL EQUIPMENT PROPOSED FOR USE IN PLACING AND MAINTAINING
PROTECTIVE COVER. NO EQUIPMENT WILL BE ALLOWED WITHIN THE LIMITS OF THE
LINER SYSTEM WITHOUT APPROVAL OF THE ENGINEER.
A. Submit in accordance with Section 01300, Submittals, including equipment weight, ground
pressure information, required lift thickness information, etc. Unapproved equipment operating
on the floor of the liner system or the side slopes will not be allowed.
01449010 PROTECTIVE SOIL COVER 02260 - 1
04/ 1 1
PART 2 - PRODUCTS
2.1 MATERIALS
A. Material used is a coarse sand that is stockpiled on site near the project limits. All material shall
be free of debris and rocks larger than 2 inches in diameter.
B. The protective cover may use gravels and sands with a USCS classification of GP, GW, SP, or
SW.
C. Pre -construction and conformance testing for the protective cover soils will include Atterburg
Limits and full gradation with a minimum conformance testing frequency of one grain -size
analysis (ASTM D 422) and Atterburg Limit (ASTM D 4318) per 5,000 cubic yards of in -place
material.
2.2 EQUIPMENT
A. Tracked equipment used to place soil cover on the horizontal portion of the liner system must
be low ground pressure type (5.0 psi maximum track pressure).
B. Equipment that exerts ground pressures of higher than 5.0 psi on the lining system will not be
approved unless contractor can certify that these conditions can be met with a specific lift
thickness of protective cover. Submit calculations to document the certification.
C. Only low ground pressure equipment (< 5.0 psi) equipment will be allowed on the sideslope of
the lining system. Submit list of equipment to be used on the sideslopes, including equipment
weights, ground pressures, required lift thicknesses, etc. for Engineer approval prior to placing
equipment on the sideslopes. It will be Contractor's responsibility to demonstrate that
equipment used on the sideslopes will not damage the liner or cause a "sliding" failure.
PART 3 - EXECUTION
3.1 STOCKPILING MATERIAL
A. If necessary, materials shall be stockpiled in the manner and at locations designated. Prior to
stockpiling, the storage sites shall be cleared, drained, and leveled by the Contractor. Approved
material available from excavation or grading shall be stockpiled in the manner and at locations
designated.
3.2 GRADE CONTROL
A. The finished and completed protective soil cover shall conform to the grades, lines, cross
sections, and dimensions shown.
3.3 LAYER THICKNESS
A. The completed thickness of the protective soil cover shall be as indicated. Protective soil cover
will be placed such that the top surface, during spreading operations, is a minimum of 2-feet
above the geomembrane liner.
01449010 PROTECTIVE SOIL COVER 02260 - 2
04/ 1 1
3.4 COMPACTION
A. Compaction control is not required; however, it should be stable for construction and disposal
equipment.
3.5 THICKNESS CONTROL
A. The thickness of the protective soil cover shall be measured at intervals providing at least one
measurement for each 5,000 square feet or major fraction thereof of protective soil cover. The
thickness measurement shall be made by survey. The Contractor will provide survey control
during construction. The Owner will provide final thickness survey after Contractor notifies
owner protective soil cover has been placed and ready for verification survey by Owner. Any
areas of inadequate thickness requiring a resurvey will be done at Contractor's expense.
Maximum tolerance shall be +0.2-foot over the 2-foot soil cover thickness.
3.6 PLACEMENT
A. Contractor will take measures to protect the completed liner system after installation is
complete. No portion of the liner system will remain exposed for more than 15 days after
installation is complete and the system has been accepted by the Owner and the Engineer.
B. Place the protective cover material with machinery that, in the opinion of the Engineer, will not
damage any portion of the liner system or cause "sliding" of the lining system or any part of the
system. Equipment used to place the protective cover must not exert a ground pressure load
greater than 5 psi on the geomembrane liner and must be approved by the Engineer prior to
utilization on the system.
3.7 MAINTENANCE
A. The protective soil cover shall be maintained in a satisfactory condition until accepted.
END OF SECTION
01449010 PROTECTIVE SOIL COVER 02260 - 3
04/ 1 1
SECTION 02665
PIPING, VALVES AND MISCELLANEOUS ITEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 WORK INCLUDED
A. This section of the specifications covers all leachate discharge piping, gas condensate piping,
valves, and fittings required for the project. The term piping as used herein shall include all
piping, valves, fittings, and accessories as shown on the plans and/or as specified herein.
1.3 SUBMITTALS
A. Submit all manufacturers' data for all pipes, valves and fittings including all pipe thickness
class calculations.
PART 2 - PRODUCTS
2.1 PIPE
A. HDPE Pipe: All buried leachate and gas condensate piping should be HDPE (PE 3408).
1. An approved pipe is Driscoplex 6400 by Performance Pipe, or approved equal. Pipe
shall match IPS dimensions.
2. HDPE shall be DR11.
3. Minimum cell classification number of 3454646 per ASTM D3350-01.
4. Pipe shall be supplied in roll form (where possible) to minimize joints in the line.
B. PVC Pipe: All exposed leachate and gas condensate piping shall be Schedule 80 PVC.
1. PVC Schedule 80 pipe shall be manufactured from Type 1, Grade 1 Polyvinyl Chloride
(PVC) compound with a cell classification of 12454 per ASTM D1785.
2. PVC pipe shall be marked with the manufacturer's name, nominal pipe size, material
designation code and pressure rating.
3. Pipe shall match IPS dimensions.
2.2 PIPE FITTINGS
General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping
with which they are installed. Pressure rating of fittings shall not be less than that of the pipe.
A. Fittings
HDPE and PVC fittings shall be sized to meet IPS requirements. HDPE fittings shall be Butt -
fused where possible. Flanged fittings shall be used where shown on plans. PVC fittings shall
01449010 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 1
04/ 1 1
be solvent weld or flanged where shown on plans. Contractor is responsible for providing
fittings for transition from valves, pumping units, etc.
2.3 PIPE INSULATION
A. Acceptable product is TechLite 379 pipe insulation, or approved equal.
B. Insulation shall be approved for outside use.
2.4 VALVES AND MISCELLANEOUS ITEMS
A. Valves for Leachate System
1. General: All valves shall be designed for a working pressure of at least 150 psi unless
otherwise noted.
2. PVC Ball Valves:
a. Provide true union ball valves (Sch 80 PVC) where shown on plans. Ball valve
shall be capable of servicing 150 psi at 73' F.
b. Provide EPDM "O" rings.
C. Valve shall have two-way blocking capability.
d. Include flanged connections.
e. Include Teflon seats.
£ Acceptable manufacturer is ASAHI/America or approved equal.
Sewage Combination Air Valves.
a. A.R.I. Combination Air Valve D-025,T,2 for sewage, or approved equal.
b. Valve size is 2-inch. Valve shall be threaded.
C. Material schedule as follows:
1) Body — stainless steel SAE 316.
2) Inner Parts — Stainless Steel SAE 316.
PART 3 - EXECUTION
3.1 GENERAL
A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for
leakage and disinfected in the manner herein specified.
3.2 INSPECTION
A. The pipe, fittings, valves and accessories shall be inspected upon delivery and during the
progress of the work and any material found to be defective will be rejected by the Engineer,
and the Contractor shall remove such defective material from the site of the work.
3.3 RESPONSIBILITY FOR MATERIALS
A. 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.
01449010 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 2
04/ 1 1
3.4 HANDLING PIPE AND ACCESSORIES
A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at
the point of delivery, hauled to and distributed at the site of the work by the Contractor. In
loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a
manner as to avoid shock or damage to the materials. Under no circumstances shall they be
dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the
ground.
B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept
as free as possible from dirt, sand, mud and other foreign matter.
3.5 ALIGNMENT AND GRADE
A. All pipe shall be laid and maintained to the lines shown on the plans or as established on the
ground by the Engineer.
B. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal
plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown
or permitted, the degree of deflection at each joint shall not exceed the maximum deflection
recommended by the manufacturer of the particular type of pipe being laid and the degree of
deflection shall be approved by the Engineer.
3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH
A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes
and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully
lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or
equipment, in such a manner so as to prevent damage to the material in any way. Under no
circumstances shall pipe or accessories be dropped or dumped in to the trench.
3.7 CLEANING AND INSPECTING
A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while
suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound
pipe and materials shall be rejected.
B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots
or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it
shall be kept clean by approved means during and after laying.
C. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved
means, and no trench water shall be allowed to enter the pipe.
3.8 LAYING AND JOINTING HDPE PIPE
A. General - Unless otherwise directed, pipe shall be laid in a manner to minimize welds.
1. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and
workmanlike manner.
2. The jointing shall be completed for all pipe laid each day, in order not to leave open
joints in the trench overnight. At times when pipe laying is not in progress, the open
ends of pipe shall be closed by approved means, and no trench water shall be permitted
to enter the pipe.
01449010 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 3
04/ 1 1
3. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable
for such work, except by permission of the Engineer.
4. Flanged joints shall be used where shown on the plans. Welded joints shall be installed
in accordance with the manufacturer's specifications.
5. Defective welds shall be repaired as directed by the Engineer.
B. "Snake" line in trench as recommended by manufacturer to allow for expansion and
contraction in varying temperature.
3.9 SETTING VALVES, VALVE BOXES AND FITTINGS
A. Valves and fittings shall be set at the locations shown on the plans or at locations as established
by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for
pipe installations. All valves buried in the ground shall have a valve box set over the valve. All
valves shall be thoroughly inspected and checked for operation before installation. Concrete
blocking shall be provided for all buried valves and fittings.
B. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut
of the valve, with box cover flush with the surface of the ground or at such level as directed and
backfilled with gravel and densified native material as shown on the drawings.
3.10 EXCAVATION AND TRENCHING
A. The trench shall be excavated to the lines and grades as established by the Engineer and as
shown on the plans. The minimum depth of cover for all pipe shall be four feet (4 ft) unless
otherwise specifically shown on the drawings.
B. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the
bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the
trench shall be fine graded by hand.
C. Any part of the trench excavated below grade shall be corrected by filling with approved
material and compacting thoroughly.
D. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the
trench it shall be removed to a depth of six inches below grade, refilled with selected material,
and thoroughly compacted.
E. Wherever necessary to prevent caving, the trench shall be adequately supported. The Contractor
is entirely responsible for assuring that trenches are adequately supported to protect both his
workmen and the public.
F. Trench digging machinery may be used to make the trench excavations except in places where
operation of same would cause damages to pipelines, fences or other existing structures either
above or below ground; in such instances hand methods shall be employed. The Contractor
shall locate all existing underground lines of which he has been advised, whether or not they are
shown on the drawings, sufficiently in advance of trenching operations to prevent any damage
thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around
such lines so that these operators may be present during excavation. Extensive care shall be
used to prevent damage to these lines and the Contractor shall be fully responsible for damage
to any such line.
G. All excavated material shall be piled in a manner that will not endanger the work or existing
structures. Excess trench excavation, not used for backfilling, shall be disposed of by
Contractor, by spreading in a thin layer on Owner's property adjacent to the trench.
H. There will be no classification of the excavated materials and the term excavation shall include
all materials encountered in excavating the trenches or structural excavations.
01449010 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 4
04/ 1 1
I. All new and existing lines shall be properly supported to prevent settlement or damage to the
line both during and after construction.
3.11 BACKFILLING
A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or
organic material, boulders, rocks or stones, or other unsuitable material. Selected materials from
trench excavations shall be used for backfilling except where special bedding material is
required.
B. Pipe Bedding Zone - All pipe shall be backfilled by hand from the bottom of the trench to the
top of conduit with selected backfill material free from rocks or boulders greater than 3/8 inch
in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if
necessary, and thoroughly compacted under and on each side of the pipe. Backfill material shall
be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances
simultaneously.
C. Backfilling Over Pipe - From the top of conduit to finished grade, the trench shall be backfilled
by hand or by approved mechanical methods using materials free from rocks or boulders greater
than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 6-inches
in thickness and compacted by tamping to a density of not less than 90% of maximum density
at f2% of optimum moisture as determined by ASTM D698. The Contractor shall use special
care in placing this portion of the backfill to avoid injuring or moving the pipe.
When the trench lies within a traveled right-of-way, the backfill over the pipe shall be
compacted to 95%.
3.12 LINE TESTING (LEACHATE FORCE MAIN PIPING)
After the pipe is laid and the joints completed, each section or run ofpiping shall be tested as specified
herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other
incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means
for filling the lines and developing the required pressure in the lines. Testing procedure shall be as
follows:
A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours.
B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section
is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the
minimum pressure at the highest point in the test section is not less than 85% of the pipe
pressure class of the pipe.
1. HDPE Pipe
a. Allow heat fusion joints to cure before pressure testing.
b. Test medium shall beat the same temperature as the pipe.
C. Test pressure in line shall be from 1 to 1'/z the design operating pressure at the
lowest point in the system.
d. Test shall be performed start to finish in 8 hours max.
e. Completely fill the test section with water and bleed off trapped air.
f. During the expansion phase, pressurize to test pressure and add water during each
of the first 3 hours to return to the test pressure.
g. Now reduce the pressure by 10 psi and conduct a one, two, or three hour test
period and record the leakage.
01449010 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 5
04/ 1 1
h. For a 4-inch or smaller line, the following leakage amounts are allowed.
1) 1 — hour testing .13 gal/100 ft of pipe.
2) 2 — hour testing .25 gal/100 ft of pipe.
3) 3 — hour testing .40 gal/100 ft of pipe.
i. The Contractor shall coordinate this testing procedure with the
manufacturer of the pipe used in the project.
END OF SECTION
01449010 PIPING, VALVES AND MISCELLANEOUS ITEMS 02665 - 6
04/ 1 1
SECTION 02900
SEEDING
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Seeding.
1. Soil preparation.
2. Native grass seeding.
1.3 RELATED SECTIONS
A. Section 02200 — Excavation and Earthwork.
1.4 SUBMITTALS
A. Product certificates signed by manufacturers certifying that their products comply with
specified requirements.
1. Manufacturer's certified analysis for standard products.
2. Analysis for other materials by a recognized laboratory made according to methods
established by the Association of Official Analytical Chemists, where applicable.
3. Label data substantiating that plants, trees, shrubs, and planting materials comply
with specified requirements.
B. Certification of grass seed from seed vendor for each grass -seed mixture stating the
botanical and common name and percentage by weight of each species and variety, and
percentage of purity, germination, and weed seed. Include the year of production and date
of packaging.
C. Material test reports from qualified independent testing agency indicating and interpreting
test results relative to compliance of the following materials with requirements indicated.
1. Analysis of existing surface soil.
D. Planting schedule indicating anticipated dates and locations for each type of planting.
E. Maintenance instructions recommending procedures to be established by Owner for
maintenance of landscaping during an entire year. Submit before expiration of required
maintenance periods.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced Installer who has completed landscaping
work similar in material, design, and extent to that indicated for this Project and with a
record of successful landscape establishment.
1. Installer's Field Supervision: Require Installer to maintain an experienced full-time
supervisor on the Project site during times that landscaping is in progress.
B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency
must demonstrate to Engineer's satisfaction, based on evaluation of agency -submitted
01449010 SEEDING 02900 - 1
04/11
criteria conforming to ASTM E 699, that it has the experience and capability to
satisfactorily conduct the testing indicated without delaying the Work.
C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing
agency stating percentages of organic matter, inorganic matter (silt, clay, and sand),
deleterious material, pH, and mineral and plant -nutrient content of topsoil.
1. Report suitability of topsoil for growth of applicable planting material. State
recommended quantities of nitrogen, phosphorus, and potash nutrients and any
limestone, aluminum sulfate, or other soil amendments to be added to produce a
satisfactory topsoil.
D. Preinstallation Conference: Conduct conference at Project site as specified in Section
01039 — Coordination and Meetings.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis,
and name of manufacturer. Protect materials from deterioration during delivery and while
stored at site.
B. Seed: Deliver seed in original sealed, labeled, and undamaged containers.
1.7 PROJECT CONDITIONS
A. Utilities: Determine location of above grade and underground utilities and perform work in
a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes
until removal is mutually agreed upon by parties concerned.
B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble
fill, adverse drainage conditions, or obstructions, notify Engineer before planting.
1.8 COORDINATION AND SCHEDULING
A. Coordinate installation of planting materials during normal planting seasons for each type
of plant material required.
1. Provide schedule showing when plant materials are anticipated to be planted.
2. Show schedule of when lawn type and other grass areas are anticipated to be
planted.
3. Indicate planting schedules in relation to schedule for finish grading and topsoiling.
4. Indicate anticipated dates Engineer will be required to review installation for initial
acceptance and final acceptance.
1.9 WARRANTY
A. General Warranty: The special warranty specified in this Article shall not deprive the
Owner of other rights the Owner may have under other provisions of the Contract
Documents and shall be in addition to, and run concurrent with, other warranties made by
the Contractor under requirements of the Contract Documents.
01449010 SEEDING 02900 - 2
04/11
PART 2 - PRODUCTS
2.1 GRASS MATERIALS
A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official
Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances.
1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight,
and minimum percentages of purity, germination, and maximum percentage of weed
seed as indicated on Schedules at the end of this Section.
2.2 TOPSOIL
A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of
stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant
growth.
1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of
surface soil to produce topsoil meeting requirements and amend as specified in soil
analysis. Supplement with imported topsoil when quantities are insufficient. Clean
topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials
harmful to plant growth.
2.3 FERTILIZER
A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character,
consisting of fast- and slow- release nitrogen, 50 percent derived from natural organic
sources of urea -form, phosphorous, and potassium in the following composition:
1. Composition: 1 lb. per 1,000 sq. ft. of actual nitrogen in a balanced fertilizer with an
N:P:K ratio of 3:1:1 and a minimum of 10% sulfur and 2% iron or a fertilizer that
contains the elements in proportions which meet the recommendations of the soil
analysis from a qualified soil testing agency.
2.4 MULCH
A. Mulch:
1. For seeded areas: Clean, seed -free, threshed straw of oats, wheat, barley, rye, beans,
peanuts, or other locally available mulch material which does not contain an
excessive quantity of matured seeds of noxious weeds or other species that will grow
or be detrimental to seeding, or provide a menace to surrounding land. Do not use
material which is fresh or excessively brittle, or which is decomposed and will
smother or retard growth of grass.
2. Native grass seeded areas. Weed- free hay, excluding brome or bluegrass hay, used
on slopes 4:1 or steeper.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas to receive landscaping for compliance with requirements and for conditions
affecting performance of work of this Section. Do not proceed with installation until
unsatisfactory conditions have been corrected.
01449010 SEEDING 02900 - 3
04/11
3.2 PREPARATION
A. Outline areas, and secure Engineer's acceptance before the start of planting work. Make
minor adjustments as may be required.
3.3 PLANTING SOIL PREPARATION
A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous
materials harmful to plant growth.
B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer
if planting does not follow placing of planting soil within a few days.
C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix
thoroughly before planting.
3.4 GRASS PLANTING PREPARATION
A. Limit subgrade preparation to areas that will be planted in the immediate future.
B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any
dimension and sticks, roots, rubbish, and other extraneous materials.
C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations
shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade
is frozen.
1. Place approximately 1/2 the thickness of planting soil mixture required. Work into
top of loosened subgrade to create a transition layer and then place remainder of
planting soil mixture.
D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture and fill
depressions to meet finish grades. Limit fine grading to areas that can be planted in the
immediate future. Remove trash, debris, stones larger than 1 inch in any dimension, and
other objects that may interfere with planting or maintenance operations.
E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow
surface to dry before planting. Do not create muddy soil.
F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before
planting.
3.5 SEEDING NEW GRASSED AREAS
A. Do not use seed which is wet, moldy, or otherwise damaged.
B. Perform seeding work from April 20 to May 15 for spring planting, and August 1 to
September 15 for fall planting, unless otherwise approved by Engineer.
C. Employ satisfactory methods of sowing using mechanical power -driven drills or seeders or
mechanical hand seeders, or other approved equipment.
D. Distribute seed evenly over entire area at rate of application not less than 4 lbs. (PLS) of
seed per 1,000 sf, 50 percent sown in one direction, remainder at right angles to first
sowing.
E. Stop work when work extends beyond most favorable planting season for species
designated, or when satisfactory results cannot be obtained because of drought, high winds,
excessive moisture, or other factors. Resume work only when favorable conditions
develop.
F. Lightly rake seed into soil followed by light rolling or cultipacking.
G. Immediately protect seeded areas against erosion by mulching. Spread mulch in continuous
blanket using 1-1/2 tons per acre to a depth of 4 or 5 straws.
01449010 SEEDING 02900 - 4
04/11
H. Protect seeded slopes against erosion with erosion netting or other methods approved by
Engineer. Protect seeded areas against traffic or other use by erecting barricades and
placing warning signs.
I. Immediately following spreading mulch, anchor mulch using a rolling coulter or a
wheatland land packer having wheels with V-shaped edges to force mulch into soil surface,
or apply evenly distributed emulsified asphalt at rate of 10 — 13 gal/1,000 sf.
SS-1 emulsion in accordance with ASTM D997 or RC-1 cutback asphalt in accordance
with ASTM D2028 are acceptable. If mulch and asphalt are applied in one treatment, use
SS-1 emulsion with penetration test range between 150-200. Use appropriate shields to
protect adjacent site improvements.
J. If hydroseeding is used, machinery must be approved, modern, properly equipped and
operated by an experienced operator. Seed and fertilize at the rate specified. Use
appropriate shields to protect adjacent site improvements.
3.6 CLEANUP AND PROTECTION
A. During landscaping, keep pavements clean and work area in an orderly condition.
B. Protect landscaping from damage due to landscape operations, operations by other
contractors and trades, and trespassers. Maintain protection during installation and
maintenance periods. Treat, repair, or replace damaged landscape work as directed.
3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable
soil, trash, and debris, and legally dispose of it off the Owner's property.
3.8 SEED MIXTURES SCHEDULE, APPLICATION RATES AND POTENTIAL SEEDING
SEASONS
The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be
computed by the following formula:
Commercial Seed = Pure Live Seed x 10,000
% Purity x % Germination
COMMON NAME
SCIENTIFIC NAME
QUANTITY OF PURE LIVE
SEED FOR MIXTURE
Green Sprangletop
Leptochloa dubia
4.0 lbs/acre
Sideoats Grama (El Reno)
Bouteloua curtipendula
8.0 lbs/acre
Blue Grama (Texas Grown)
Bouteloua gracilis
10.0 lbs/acre
Buffalo ass (treated)
Buchloe dactyloides
6.0 lbs/acre
Common Bermudagrass (hulled)
16.0 lbs/acre
Rye (temporary cover crop)
60.0 lbs/acre
END OF SECTION
01449010 SEEDING 02900 - 5
04/11
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SCOPE
This section of the specifications covers all of the work required for constructing the leachate
evaporation pond bottom, pipe discharge and access drive, force main channel crossing, and
force main access road crossing.
Concrete for this project shall conform to the requirements of this section. The Contractor shall
furnish all materials, equipment, tools, labor, superintendence, and incidentals necessary to
perform the work in accordance with the drawings and these specifications.
1.3 REFERENCES
The latest editions of the following specifications and references govern work of this section and
constitute minimum requirements. Where specific requirements in this section of the
Specifications are more stringent, they shall supersede the corresponding requirements of these
Referenced Specifications.
AMERICAN CONCRETE INSTITUTE (ACI)
ACI 301
Specifications for Structural Concrete Buildings
ACI 301
Manual of Standard Practice for Detailing Reinforced Concrete Structures
ACI 318
Building Code Requirements for Reinforced Concrete
ACI 347
Recommended Practice for Concrete Formwork
ACI 613
Recommended Practice for Concrete Formwork
ACI 614
Recommended, Practice for Measuring, Mixing, and Placing Concrete
ACI Comm.
Selection and Use of Aggregates for Concrete 621
SP-7 ACI
Manual of Concrete Inspection
ACI 305R
Hot Weather Concreting
AMERICAN SOCIETY FOR TESTING MATERIALS (ASTM)
ASTM A-82 Cold Drawn Steel Wire for Concrete Reinforcement
ASTM A-615 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement
ASTM A-616 Rail -Steel Deformed and Plain Bars for Concrete Reinforcement
ASTM A-706 Low -Alloy Steel Deformed Bars for Concrete Reinforcement
ASTM C-31 Making & Curing Concrete Compression and Flexure Test Specimens in
the Field.
ASTM C-33 Concrete Aggregates
01449010 CAST -IN -PLACE CONCRETE 03300 - 1
04/ 1 1
ASTM C-39
Compressive Strength of Molded Concrete Cylinders
ASTM C-40
Organic Impurities In Fine Aggregates for Concrete
ASTM C-42
Standard Method of Obtaining and Testing Drilled Cores and Sawed
Beams of Concrete.
ASTM C-94
Standard Method of Obtaining and Testing Drilled Cores and Sawed
Beams of Concrete
ASTM C-136
Standard Method of Test for Sieve or Screen Analysis of Fine and
Coarse Aggregate
ASTM C-138
Standard Method of Test for Weight per Cubic Foot, Yield and Air
Content (Gravimetric) of Concrete
ASTM C-143
Standard Method of Test for Slump of Portland Cement Concrete
ASTM C-150
Standard Specification for Portland Cement
ASTM C-171
Sheet Material for Concrete Curing
ASTM C-172
Standard Method of Sampling Fresh Concrete
ASTM C-173
Air Content of Freshly Mixed Concrete by the Volumetric Method
ASTM C-192
Standard Method of Making and Curing Concrete Compression and
Flexure Test Specimens in the Laboratory
ASTM C-231
Standard Method of Test for Air Content of Freshly Mixed Concrete by
the Pressure Method
ASTM C-260
Air -Entraining Admixture for Concrete
ASTM C-309
Liquid Membrane -Forming Compounds for Curing Concrete
ASTM C-494
Chemical Admixtures for Concrete
ASTM C-618
Fly Ash and Raw od Calcined Natural Pozzolan for use as a Mineral
Admixture in Portland Cement Concrete
PORTLAND CEMENT ASSOCIATION (PCA)
Design and Control for Concrete Mixtures
AMERICAN WELDING SOCIETY (AWS)
AWS D12.1 Recommended Practices for Welding Reinforcing Steel, Metal Inserts and
Connections in Reinforced Concrete Construction
U.S. ARMY CORPS OF ENGINEERS
CRD C-572 Specification of Water Stops
TEXAS DEPARTMENT OF TRANSPORTATION
Standard Specifications for Construction of Highways, Streets and Bridges
LATEST EDITION OF EACH OF THE ABOVE GOVERNING STANDARDS SHALL APPLY
1.4 RELATED SECTIONS
Excavation or filling for concrete structures and other miscellaneous concrete work shall
conform to the lines and grades as shown on the plans or as established in the field and shall be
as specified in Section 02200 — Excavating and Earthwork.
01449010 CAST -IN -PLACE CONCRETE 03300 - 2
04/ 1 1
1.5 SUBMITTALS
A. Product Data: For each type of manufactured material and product indicated.
1. Fiber reinforcement.
2. Admixtures
3. Curing materials.
B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics
of materials, project conditions, weather, test results, or other circumstances warrant
adjustments. Submitted compressive test results must be less than 6 months old.
1. Indicate amounts of mix water to be withheld for later addition at Project site.
1.6 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete Work
similar in material, design, and extent to that indicated for this Project and whose work has
resulted in construction with a record of successful in-service performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete
products complying with ASTM C 94 requirements for production facilities and
equipment.
1. Manufacturer must be certified according to the National Ready Mixed Concrete
Association's Certification of Ready Mixed Concrete Production Facilities.
C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities
having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the
testing indicated, as documented according to ASTM E 548.
1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing
Technician, Grade 1, according to ACI CP-1 or an equivalent certification program.
PART2-PRODUCTS
2.1 CEMENT
A. Portland cement shall conform to the latest revisions of A.S.T.M. Designation C-150,
Type H, and shall be of an approved brand. Only one brand of cement will be permitted in
any one structure. Plant tests and certificates of conformity with the specification shall be
furnished with each carload of cement.
2.2 FINE AGGREGATE
A. Fine aggregate shall consist of hard, strong, durable and uncoated particles of natural sand,
washed and screened. The aggregate shall be free from injurious amounts of clay, soft or
flaky materials, loam or organic impurities and the grading shall conform to the following:
Percentage Passing Square Openings
No.4 No.16 No.50 No.100 No.200
95-100 45-70 15-30 3-8 0-3
01449010 CAST -IN -PLACE CONCRETE 03300 - 3
04/ 1 1
B. Fineness modulus shall not vary more than plus or minus 0.20 from that of approved
sample, which shall be between 2.20 and 2.90.
2.3 COARSE AGGREGATE
A. Coarse aggregate shall consist of hard, tough, durable and uncoated particles of washed
and screened gravel or crushed stone. It shall be free of vegetation, soft, friable, thin, or
elongated particles.
B. Maximum size of coarse aggregate shall be governed by the conditions of placement of the
concrete and shall not be greater than 3/4 of the distance between reinforcing bars. In no
case shall the maximum size be greater than 2 inches. All aggregates shall be approved
before use.
2.4 WATER
A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious
amounts of alkali, salts, or other chemicals.
[►�.��►].�► f.�
A. The forms shall be of wood or metal and shall be of sufficient strength to support the
concrete without bulging between supports and sufficiently water tight to hold the
concrete mortar. The forms shall be constructed such that the finished concrete shall be of
the form and dimensions shown on the plans. All form work for exposed surfaces shall be
of such material and so constructed as to produce a smooth, even surface when the
concrete is placed. All forms shall be oiled before use. In general, wall forms may be
removed after the concrete has been in place for 24 hours. All exposed edges shall have a
3/4-inch chamfer whether or not shown on the details. Immediately upon removal of the
forms, any honeycombed sections shall be repaired as directed.
A. Class "A" concrete shall contain not less than 5.5 sacks of cement per cubic yard. No more
water shall be used than is required to produce a workable mix and in no case will the
water content exceed 5.0 gallons per sack of cement. The proportioning of the constituents
of the concrete shall be such as to produce a dense, and workable mixture, and the mix
shall be approved before any concrete is placed.
B. The minimum 28 day compressive strength for Class A concrete shall be 4000 psi.
C. Pipe embedment concrete shall contain not less than 4 sacks of cement per cubic yard. No
more water than 8 gallons of water per sack of cement shall be used. The proportioning of
the constituents of the concrete shall be such as to produce a dense and workable mixture,
and the mix shall be approved before any concrete is placed.
D. Cement Stabilized Backfill for backfill stabilization shall contain a minimum 2 sacks of
cement per cubic yard. No more water than 10 gallons per sack of cement shall be used.
01449010 CAST -IN -PLACE CONCRETE 03300 - 4
04/ 1 1
2.7 EXPANSION JOINTS
A. Where pre -molded expansion joint material is shown on the plans such material shall be
inch or 3/4 —inch Bituminous type preformed joint filler, AASHTO M-33 as shown on the
drawings. Contractor shall submit on proposed expansion joint material and submit
documentation that certifies it meets AASHTO M-33 requirements.
PART 3 - EXECUTION
3.1 MIXING
A. All aggregates shall be accurately weighed or measured by volume. The concrete shall be
mixed in an approved batch mixer equipped with an accurate water measuring tank, and
shall be mixed for one and one half minutes after all materials are in the mixer. 'Ready
Mixed" or "Transit Mix" concrete may be used. If used, it shall conform to these
specifications and the "Standard Specifications for Ready Mixed Concrete", A.S.T.M.
Serial Designation C 94.
B. Each mixer and agitator shall have attached thereto in a prominent place, a metal plate or
plates on which are plainly marked, for the various uses for which the equipment is
designed, the capacity of the drum or container in terms of the volume of mixed concrete
and the speed of rotation of the mixing drum, blades or paddles. Stationary mixers shall be
equipped with an acceptable timing device that will not permit the batch to be dispatched
until the specified mixing time is elapsed. Truck mixers, shall be equipped with means by
which the number of revolutions of the drum blades, or paddles may be readily verified.
C. The mixer, when loaded to capacity, shall be capable of combining the ingredients of the
concrete within the specified time into a thoroughly mixed and uniform mass and of
discharging the concrete with a satisfactorily degree of uniformity. No mixer or agititator
shall be used if the results of slump tests of individual samples taken at approximately the
one quarter, and the three quarter points of the placement differ by more than 2-inches.
Mixers and agitators shall be inspected frequently for changes in condition due to
accumulations of hardened concrete or mortar, or to wear of blades.
D. Truck mixers shall have adequate water supply and metering devices. No water can be
added to the concrete after the initial mixing without the permission of the Engineer.
E. After mixing, the concrete shall be transported to the forms in a manner which will prevent
separation or segregation of the aggregates and shall be placed without undue delay. It
shall be deposited as nearly as practicable in its final position in order to avoid rehandling
or flowing of the concrete. As the concrete is placed, it shall be vibrated by means of a
vibrator of the type which is submerged in the concrete.
F. Mixing at mixing speed shall begin immediately after all ingredients are in the mixer. For
complete mixing in the truck each batch shall be mixed not less than 70 or more
revolutions of the drum. For partial mixing in the truck each batch shall be mixed not less
than 50 nor more than 100 revolutions of the drum. Mixing speed shall be as designated by
the manufacturer. All revolutions after the prescribed mixing time shall be at agitating
speed. The agitating speed shall be not less than one nor more than four revolutions per
minute. The drum shall be kept in continuous motion from the time mixing is started until
the discharge is completed.
01449010 CAST -IN -PLACE CONCRETE 03300 - 5
04/ 1 1
G. The maximum time interval between the introduction of the mixing water to the cement
and aggregates, and the placing of the concrete in the forms shall not exceed the following:
AIR OR CONCRETE TEMPERATURE MAXEVIUM TIME
(Whichever is Higher)
90 degrees F. or above (Air Only) 45 minutes
75 degrees F. to 89 degrees F. 60 minutes
35 degrees F. to 74 degrees F. 90 minutes
H. Concrete shall not be placed when the ambient temperature is less than 40 degrees
Fahrenheit and falling, but may be placed if the temperature is 40 degrees fahrenheit and
rising. Concrete shall not be placed when the temperature will drop below 35 degree
fahrenheit within 24 hours after placement as projected by the National Weather Service
unless properly protected. The temperature of the concrete at the time of placement in the
forms shall not be less than 50 degrees Fahrenheit nor more than 90 degrees Fahrenheit.
When placing concrete in freezing weather, means shall be provided for keeping the
concrete at a temperature of at least 50°F for not less than 72 hours after placing or until
the concrete has thoroughly hardened. Concrete shall not be placed when weather
conditions are unsuitable for such work.
3.2 TRANSPORTING
A. Concrete shall be handled from the mixer to the place of final deposit in a manner that will
prevent segregation and when practicable, shall be deposited in its final position without
rehandling or flowing. All equipment used in transporting concrete shall be maintained in
a clean condition. Concrete shall not be delivered from hoists, by spout, by trough, or
dumped into carts with a free fall of more than 4 feet. Every precaution shall be taken to
prevent separation or loss of ingredients while transporting the concrete. Runways for
carts or buggies shall not bear upon the reinforcing or fresh concrete. Pumping and
conveying of concrete shall be done only after approval by the Engineer and with
equipment that will insure a continuous flow without segregation.
3.3 PLACING
A. Concrete shall not be placed until all reinforcement is securely and properly fastened in its
correct position. Form ties shall be checked and re -tightened where necessary. Forms and
reinforcement shall be inspected and approved by the Engineer prior before beginning
placement of concrete. All embedded items shall be in place and clean -out openings closed
before such inspection. A procedure for inspection of forms reinforcing, inserts, etc., prior
to all concrete placement will be instituted and coordinated by the Engineer. At least 24
hours prior to concrete placement the Contractor shall submit an inspection sheet to the
Engineer. The inspection sheet, to be developed shall show the location and quantity of
concrete to be placed, the time and date schedule for placement and shall be signed by the
Contractor's representative. Signing of this sheet will certify that all of the items necessary
have been inspected, and that the area is ready for final review by the Engineer. If the
Engineer determines that the corrections are excessive, the placement should be
rescheduled and the Engineer notified 12 hours before scheduled placement after the
corrections are made. A representative of the Engineer will be on the job during the
01449010 CAST -IN -PLACE CONCRETE 03300 - 6
04/ 1 1
placement of concrete and concrete shall not be placed unless the Engineer or his
representative is present.
B. Concrete shall be placed in a manner that will prevent segregation, thoroughly embed all
reinforcement and fixtures, fill all angles in the forms and prevent formation of aggregate
pockets or honeycomb. Placement in walls columns or other deep forms shall be done
through openings in the forms, spaced at frequent intervals, or through tremies so that the
free fall shall not exceed 4 feet. Points of depositing the concrete shall be spaced so that
the concrete surfaces can be kept level without using vibrators or other equipment to cause
it to flow into place.
C. Concrete shall be placed with the aid of approved mechanical vibrating equipment.
Vibration shall be applied to the concrete and shall be of sufficient intensity and duration
to cause flow or settlement of the concrete, thoroughly compacting, and complete
embedment of reinforcement and fixtures. Supplemental forking and spading by hand may
be required to secure dense uniform surfaces and complete filling of corners and angles.
D. Excessive spading or vibrating causing undue water gain or segregation will not be
permitted. If moderate working causes excessive water gain the mix shall be adjusted.
Excess water shall be removed when it appears. When concrete in floors or slabs are
deposited on the ground, the subgrade shall be thoroughly compacted and moistened
before placement. A grill tamp shall be used on floor slabs. Completed sections shall
conform to the details on the contract drawings and the concrete shall be dense, uniform
and free of aggregate pockets or honeycomb.
E. Concrete in vertical walls shall be placed in continuous horizontal layers approximately
18 inches in depth. Not more than one hour shall elapse between the placing of successive
layers of concrete in any portion of a structure included in a continuous placement.
F. The contractor shall adhere to the requirements ACI 306 and ACI 605 for cold and hot
weather concreting respectively.
G. Concrete shall generally not be placed during high winds with blowing dust that will
contaminate the surface and cause entrapment of sand and dust particles in the finished
surfaces.
3.4 SLUMP
A. The slump of all concrete shall be between 3 and 6 inches with the condition of placement
governing the slump to be used. In all cases the Engineer shall specify the slump to be
used prior to placement. When a 3 inch slump is specified, the allowable tolerance shall
be 1/2 inch. When the specified tolerance is greater than 3 inches the tolerance shall be
1 inch. In general flat work will require a slump of approximately 3" and concrete for
vertical members, i.e. walls columns, etc. shall be 5 inches. Slump for concrete to be
added to CMU units shall be 6 inches.
3.5 WEATHER
Mixed concrete from plant shall be transported in truck mixers. The elapsed time from the
addition of cementitious material to the mix until the concrete is deposited in place at the work
site shall not exceed 90 minutes when the concrete is hauled in truck mixers. Re -tempering
concrete by adding water or by other means will not be permitted. With transit mixers additional
water may be added to the batch materials and additional mixing performed to increase the slump
to meet the specified requirements provided the addition of water is performed within 45 minutes
after the initial mixing operations and provided the water/cementitious ratio specified in the
approved mix design is not exceeded and approved by the Engineer
01449010 CAST -IN -PLACE CONCRETE 03300 - 7
04/ 1 1
No concrete shall be mixed, placed or finished when the natural light is insufficient, unless an
adequate and approved artificial lighting system is operated.
A. Cold Weather
Unless authorized in writing by the Engineer; mixing and concreting operations shall be
discontinued when a descending air temperature in the shade and away from artificial heat
reaches 40 degrees Fahrenheit and shall not be resumed until an ascending air temperature
in the shade and away from artificial heat reaches 35 degrees Fahrenheit.
The aggregate shall be free of ice, snow and frozen lumps before entering the mixer. The
temperature of the mixed concrete shall not be less than 50 degrees Fahrenheit at the time
of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates
be used in the concrete.
When concreting is authorized during cold weather, water and/or the aggregates may be
heated to not more than 150 degrees Fahrenheit. The apparatus used shall heat the mass
uniformly and shall be arranged to preclude the possible occurrence of overheated areas
which might be detrimental to the materials.
B. Hot Weather
During periods when the maximum daily air temperature exceeds 90 degrees Fahrenheit,
the Contractor shall perform all concrete placement during the night time hours unless
temperature controls are implemented and approved by the Engineer. During the periods
of hot weather when the maximum daily air temperature exceeds 85 degrees Fahrenheit
the following precautions shall be taken.
1. The forms and/or the underlying surface shall be sprinkled with water immediately
before placing the concrete. The concrete shall be placed at the coolest temperature
practicable and in no case shall the temperature of the concrete when placed exceed
90 degrees Fahrenheit. The aggregates and/or mixing water shall be cooled as
necessary to maintain the concrete temperature at or not more than the specified
maximum. If concrete temperature exceeds 95 degrees Fahrenheit as measured in
accordance with ASTM C 1064, it shall be rejected.
2. The finished surfaces of the newly laid concrete surface shall be kept damp by
applying a water -fog or mist with approved spraying equipment until the concrete
surface is covered by the curing medium. If necessary wind screens shall be
provided to protect the concrete from an evaporation rate in excess of 0.2 pounds
per square feet per hour as determined in accordance with Figure 2.1.5 in ACI
305R, Hot Weather Concreting, which takes into consideration relative humidity,
wind velocity, and air temperature. When conditions are such that problems with
plastic cracking can be expected and particularly if any plastic cracking begins to
occur, the Contractor shall immediately take such additional measures as necessary
to protect the concrete surface. Such measures shall consist of wind screens, more
effective fog sprays and similar measures commencing immediately behind the
concrete placement. If these measures are not effective in preventing plastic
cracking concreting operations shall be immediately stopped.
01449010 CAST -IN -PLACE CONCRETE 03300 - 8
04/ 1 1
3. The Contractor shall submit a Hot Weather Concrete Construction Plan and have it
reviewed by the Engineer 30 calendar days prior to concrete placements when the
ambient temperature exceeds 85 degrees Fahrenheit. This plan shall conform to ACI
305R and other requirements specified herein and shall include, but not be limited
to the demonstration of how the concrete temperature during batching and mixing
will be kept below 90 degrees Fahrenheit, how the concrete will be protected from
the rapid evaporation of surface moisture, the proper use of water reducers with re -
dosing charts and procedures, and curing procedures.
4. Concrete placement shall be limited to night time hours when the average daily air
temperature is or is forecasted to exceed 90 degrees Fahrenheit.
5. Prior to the start of concreting operation for each day of placement, the Contractor
shall provide the Engineer with a Temperature Management Program for the
concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum
the program shall address the following items:
a. Anticipated tensile strains in the fresh concrete as related to heating and
cooling of the concrete material.
b. Anticipated weather conditions such as ambient temperatures, wind velocity
and relative humidity.
C. Anticipated timing of initial sawing of joints, when specified.
C. Documentation of Weather Data
The Contractor shall provide a continuous and accurate record of air temperature, relative
humidity, concrete temperature and wind velocity at the project site with a portable
weather station, adjacent to the concrete work area (s). The data shall be collected and
documented by the Contractor continuously for the full duration of the project. The
Contractor's quality control staff shall document the weather data in the daily Quality
Control Reports and use and implement the data to eliminate the potential for plastic
cracking of concrete by estimating the evaporation rate from Figure 305R.
D. Protection of Concrete from Plastic Cracking
The finished surfaces of the newly laid concrete shall be kept damp by applying a water -
fog or mist with approved spraying equipment until the concrete is finished and is covered
by the curing medium. When the evaporation rate is less than 0.2 pounds per square foot
per hour, one (1) coat of liquid concrete curing compound shall be applied at a minimum
rate of one hundred (150) square feet per gallon. When the evaporation rate is from 0.2 to
0.4 pounds per square foot per hour, one (1) coat of liquid concrete curing compound shall
be applied, at a minimum rate of one hundred (100) pounds per square feet per gallon.
When the evaporation rate is greater than 0.4 but less than 0.6 pounds per square foot per
hour, two (2) coats of liquid concrete curing compound shall be applied each coat at one
hundred (100) square feet per gallon. When the evaporation rate is 0.6 pounds per square
foot per hour, concreting operations shall be terminated or not be initiated. The
evaporation rates shall be determined in accordance with Figure 305R which takes into
consideration relative humidity, wind velocity and air temperature.
The forms and/or the underlying surface shall be sprinkled with water immediately before
placing the concrete. The concrete shall be placed at the coolest temperature practicable
and in no case shall the -temperature of the concrete when placed exceed ninety (90)
degrees Fahrenheit. The aggregates and/or mixing water shall be cooled as necessary to
maintain the concrete temperature at or not more than the specified maximum. Chilled
water shall be used to ensure the concrete temperature is below ninety (90) degrees
Fahrenheit.
01449010 CAST -IN -PLACE CONCRETE 03300 - 9
04/ 1 1
When conditions are such that problems with plastic cracking can be expected and
particularly if any plastic cracking begins to occur, the Contractor shall immediately take
such additional measures as necessary to protect the concrete surface. Such measures shall
consist of the requirements as shown in Table 3. If these measures are not effective in
preventing plastic cracking, concreting operations shall be immediately stopped, and all
Portland cement concrete that is cracked, shall be removed and replaced by the Contractor
at no additional cost to the City of Lubbock.
Based on the results of the Contractor's Quality control data, as collected and documented
from the portable weather station, the following criteria shall apply:
TABLE 3 — Curing Compound Requirements for Concrete
Evaporation Rate
Minimum Curing Requirements
(Pounds per Square Foot Per Hour
Less than 0.20
One (1) coat membrane, each at 150 square
feet per gallon
0.20 to 0.40
One (1) coat membrane, each at 100 square
feet per gallon
0.40 to 0.60
Two (2) coats membrane, each at 100
square feet per gallon
Greater than 0.60
Paving operations shall be terminated or not
be initiated if conditions are anticipated or
measured.
E. Continuous Documentation of Weather Data
The Contractor shall suspend concrete placement when the evaporation rate is greater than
0.60 pounds per square foot per hour, as determined from the Contractor's portable
weather station data and from Figure 305R. The Contractor shall provide a continuous and
accurate record of air temperature, relative humidity, concrete temperature and wind
velocity at the project site and adjacent to the Work Area with a portable weather station.
The Contractor's Quality Control staff shall use and record the data obtained from the
portable weather station and include this data in the Quality Control daily testing and
inspection report. The Quality Control testing and inspection report shall be submitted to
the Engineer daily. Weather data shall be collected every day during construction,
regardless if concrete is proposed to be placed. The portable weather station may be from
the following manufactures:
TAMS Weather Station
Qualimetrics, Inc.
Environmental Systems
1165 National Drive
Sacramento, CA 95834
Phone (916) 928-1000
www.qualimetrics.com
01449010 CAST -IN -PLACE CONCRETE
04/ 1 1
Portable Zeno Weather
Coastal
820 First Avenue South
Seattle, WA 98134-1202
Phone: (800) 488-8291
03300 - 10
3.6 FINISHING
A. Exposed Vertical Surfaces
Such surfaces shall have all tie rod holes filled, fins and rough edges removed and all
defects removed or patched. Following this the surfaces shall be rubbed with
carborundum stones and clean, clear water until a smooth surface, uniform in color and
texture has been obtained. This finishing shall be done as soon as is practical after
removal of forms.
B. Unexposed Vertical SURFACES
Such surfaces shall be finished as specified for exposed vertical surfaces except that no
rubbing will be required.
C. Access Ramps
Access ramps and driveable surface on spillways shall be troweled, after floating, and then
lightly brushed to provide a "non-skid" surface.
3.7 EMBEDDED ITEMS
A. All bolts, pipe, pipe sleeves, inserts or other fixtures required by the plans or these
specifications to be embedded in the concrete, shall be set accurately in place and
maintained in such positions during concreting operations.
3.8 TESTS
A. Test certificates for cement shall be furnished as specified in Item 4.1 above. The
Contractor shall furnish results of tests made by a competent commercial laboratory on
each material source he proposed to use before start of construction and material shall not
be shipped until such results have been examined by the Engineer and the source of
material approved. Laboratory mix designs and conformation cylinders will not be
required for this project. However, the proposed mix for each class of concrete shall be
submitted to the Engineer for approval prior to placing any concrete. The cost of all pre -
construction tests shall be borne by the Contractor. Additional test certificates shall be
furnished on the aggregate if the material source is changed.
B. Seven day and twenty-eight day compressive tests shall be conducted on all cylinders. A
set of 4 cylinders shall be taken for each placement of fifty cubic yards, or portion thereof.
3.9 REINFORCING
A. Bar Reinforcing
Except where plain bars are specifically shown on the plans, all bar reinforcing shall be
deformed bars. The deformed bar reinforcing shall conform to the requirements of ASTM
A-615 Grade 60. Plain steel bars including 1/4 inch diameter bars shall conform to the
requirements of ASTM A-307, grade 60. Weldable reinforcing bars shall conform to
ASTM-A-706.
B. Welded Wire Fabric
Welded wire fabric shall be as designated on the drawings and shall conform to the
requirements of the Texas State Department of Transportation "Standard Specifications
for Construction of Highways, Streets and Bridges" Item 440.2 Materials.
01449010 CAST -IN -PLACE CONCRETE 03300 - 11
04/ 1 1
C. Storing Reinforcing
Reinforcing stored at the site shall be protected from accumulation of grease, mud, or
other foreign matter and from rust producing conditions. Bars shall be free from loose
flaky rust, scale, oil, mud or structural defects when incorporated in the structures.
D. Fabrication and Placing
Reinforcement shall be accurately fabricated to the dimensions and shapes shown on the
plans in accordance with the ACI Manual of Standard Practice unless variations are
specifically shown on the plans.
E. Reinforcement shall be accurately placed and adequately supported by concrete, metal or
other approved chairs, spacers, or ties and shall be secured against displacement.
Reinforcement shall be placed in specified positions within the following tolerances:
F. Depth in structural slabs, flexural members, walls and columns: + 1/4 inch.
G. Longitudinal location of bends and ends of bars: + 2 inches except that the required
concrete cover at ends of members shall not be reduced.
H. Unless noted otherwise on the Contract Drawings, the concrete cover for reinforcing shall
be in accordance with the requirements of the ACI Building Code Requirements for
Reinforced Concrete (ACI 318).
1. Splices shall be made as shown on the Contract Drawings by lapping the bars the required
amount and securely wiring them together. Where details of splices are not shown or
where unanticipated splices are required, they shall be made in a location approved by the
Engineer and the length of lap shall be as required by the ACI Building Code
Requirements for Reinforced Concrete (ACI 318).
J. Reinforcing bars partially embedded in concrete shall not be field bent, except as indicated
on the Contract Documents or permitted by the Engineer.
K. Torch cutting of reinforcing bars will not be allowed.
L. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and
shall be fastened securely at the ends and edges.
3.10 JOINTS
A. Construction and expansion joints shall be constructed at the locations and in accordance
with the details shown on the drawings. If it becomes necessary to stop placement of
concrete between joints, or if the Contractor desires for his own convenience to construct
joints other than those shown, such joints shall be made only at locations approved by the
Engineer and all such joints shall be constructed in accordance with the plans and
specifications.
B. All horizontal joints shown on the plans shall be made truly horizontal and chamfered.
Vertical joints shall be truly vertical.
C. Before concreting operations are resumed at any construction joint, or wherever fresh
concrete is to be bonded to hardened concrete, the surface of the hardened concrete shall
be cut or chipped to remove laitance and expose aggregate. The surface of the concrete
shall be thoroughly cleaned, saturated, then sloshed with a coating of neat cement grout
against which the fresh concrete shall be placed before the grout has attained initial set.
Care shall be taken to insure that the first layer of new concrete contains sufficient mortar
for adequate bond.
D. All joints shall be constructe4d in a workman like manner with joints truly vertical or
horizontal, as required, and at right angles to the axis of the member in which the joint
occurs. Expansion joint material shall be accurately positioned and nailed onto existing
concrete to the lines and dimensions shown on the drawings so that the expansion joint
material is accurately held in place during placement of new concrete.
01449010 CAST -IN -PLACE CONCRETE 03300 - 12
04/ 1 1
3.11 CURING AND PROTECTING
A. All concrete shall be cured by applying a liquid membrane coating to all exposed surfaces,
provided the materials and method of application are first approved by the Engineer. See
Part 8. The coating shall conform to A.S.T.M. Designation C-309. Care shall be taken to
prevent mechanical injury to concrete work during the curing period and until the work is
accepted. Any work damaged prior to acceptance shall be repaired to the satisfaction of
the Engineer.
B. All concrete work shall be protected until such time as it has set up sufficiently to prevent
damage by vandals.
C. Suitable means shall be provided to prevent concrete from freezing for not less than 72
hours after placing. Any concrete damaged by freezing shall be removed and replaced by
the Contractor at his expense. The addition of any admixture of chemicals to the concrete
to prevent freezing shall not be allowed, unless specifically approved by the Engineer.
3.12 DEFECTIVE WORK
A. Any defective work disclosed after the forms have been removed shall be immediately
removed and replaced. If any dimensions are deficient, or if any section is not constructed
to the proper grade, or if the surface of the concrete is bulged, uneven, or shows
honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the
entire section shall be removed and replaced at the expense of the Contractor.
3.13 FORMWORK REMOVAL
A. Forms may be removed only upon approval by the ENGINEER. In general, removal of
wall forms within 24-hours. Adequate re -shoring shall be placed when forms are removed
and backfilling is begun, and shall remain in place until the design 28 day compressive
strength is attained. The attained strength shall be determined from standard test cylinders
molded, cured and broken in accordance with ASTM C31. The strength of the concrete
shall be assumed to be the average strength of the two cylinders tested. If the Contractor
wishes to determine the strength of the concrete prior to the 28 day tests, the Contractor
shall bear the cost as well as the responsibility of obtaining additional cylinders as well as
the tests.
B. It shall be the responsibility of the Contractor, in all form removal, to prevent damage or
marring of the concrete surfaces.
3.14 BACKFILLING
A. Backfill behind and adjacent to all concrete work shall be made from good quality topsoil.
This material shall be free from organic material such as leaves, grass, roots and other
unsuitable materials and free of rocks or stones. The Contractor shall provide a smooth,
even slope between the existing ground and the top of curb or other concrete structure.
B. Care shall be taken during the backfill and cleanup process not to scrape, chip, crack or
otherwise damage the concrete including tire marks from equipment or trucks. AnY
damaged concrete will be removed and replaced at the expense of the Contractor.
01449010 CAST -IN -PLACE CONCRETE 03300 - 13
04/ 1 1
3.15 PAYMENT
A. Payment will be made for all work covered in this section at the contract unit price per unit
or will be included in the lump sum price per job for items, as shown on the proposal.
Such payments shall be complete compensation for the complete performance of the work
in accordance with the drawings and the provisions of these specifications.
END OF SECTION
01449010 CAST -IN -PLACE CONCRETE 03300 - 14
04/ 1 1
SECTION 15130
WHEELED SUMP PUMPS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.1 SECTION INCLUDES
A. Wheeled sump pump and motor and related accessories.
B. Side slope riser.
C. Control panel.
1.2 PERFORMANCE REQUIREMENTS
A. Provide pumps to operate at system fluid temperatures without vapor binding and
cavitation, are non -overloading in parallel or individual operation, and operate within
25 percent of midpoint of published maximum efficiency curve.
1.3 SUBMITTALS
A. Section 01300 - Submittals: Submittal procedures.
B. Product Data: Submit certified pump curves showing performance characteristics with
pump and system operating point plotted. Include NPSH curve when applicable. Include
electrical characteristics and connection requirements. Submit also, manufacturer model
number, dimensions, service sizes, and finishes.
C. Manufacturer's Installation Instructions: Submit application, selection, and hookup
configuration with pipe and accessory elevations. Submit hanging and support
requirements and recommendations.
D. Manufacturer's Certificate: Certify products meet or exceed specified requirements.
1.4 CLOSEOUT SUBMITTALS
A. Section 01700 — Contract Closeout: Closeout procedures.
B. Operation and Maintenance Data: Submit installation instructions, servicing requirements,
assembly views, lubrication instructions, and replacement parts list.
C. Maintain one copy of each document on site.
1.5 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing products specified in this section
with minimum three years experience.
B. Installer: Company specializing in performing Work of this section with minimum three
years experience approved by manufacturer.
01449010 WHEELED SUMP PUMPS 15130 - 1
04/11
1.6 DELIVERY, STORAGE, AND HANDLING
A. Protect systems from entry of foreign materials by temporary covers, completing sections
of the work, and isolating parts of completed system.
1.7 FIELD MEASUREMENTS
A. Verify field measurements prior to fabrication.
1.8 WARRANTY
A. Furnish five year manufacturer warranty for pumps.
PART 2 - PRODUCTS
2.1 WHEELED SUMP PUMP
A. Manufacturers:
1. EPG Surepump Wheeled Sump Drainer. Model WSDPT5-5 or approved equal.
B. Drainer shall have a 2 inch threaded discharge nozzle.
C. Performance requirements.
1. Flow capacity: 25 gal/min.
2. Head: 85 ft.
D. Each wheeled sump drainer shall be capable of pumping contaminated ground water for
spill recovery, leachate, purge and sampling applications.
E. A transmitter mount shall be welded at the center bottom of the sump drainer for liquid
level control. The sump drainer shall permit the unit to "pump down" to within 8 inches of
the sump bottom without any loss of performance or damage to the pump. The sump
drainer shall be equipped with a vent valve to assist with the evacuation of air from the
sump drainer.
F. Each unit shall be fitted with 250 ft. of stainless lifting cable of sufficient strength to permit
removal of the unit.
G. Each unit shall be suitable for side slope riser installation.
H. Motor: Each unit shall come with a 1.0 HP, 480V, 3-phase submersible, hermetically
sealed Franklin electric motor designed for continuous duty. The motor shall be single
phase with 250 ft. of cable. The motor shall be connected to the pump via a motor adapter
and coupling in 304 stainless steel. Single phase motors shall have thermal protection in
the motor windings to protect the windings from overload. The unit will restart
automatically after the motor cools down. The motor lead wire shall be no -splice with
EPG's "CP" waterproof and chemically resistant insulation.
I. Materials: Major components shall be made of 304 stainless steel, seal rings are to be made
of TeflonTM and bearings are to be E-G1ideTM. In addition, all fasteners are to
be 304 stainless steel.
J. Check Valve: Each unit shall include a built-in check valve, with housing and disc
of 304 stainless steel and check valve seat of TeflonTM
K. Shaft: The shaft shall be of 304 stainless steel and rotate on E-G1ideTM bearings which are
product lubricated.
L. Diffuser Chamber: The diffuser chambers for each impeller shall be 304 stainless steel.
Further, they shall be fitted with TeflonTM impeller seal rings.
M. Impellers: The impeller(s) shall be closed and consist of 304 stainless steel.
01449010 WHEELED SUMP PUMPS 15130 - 2
04/11
2.2 SIDE SLOPE RISER
A. Non -guide rail disconnect system (N-Series) by Surepump or approved equal.
2.3 CONTROL PANEL
A. Furnish one EPG Companies, Inc. U.L. listed L925 PT control panel to operate pump
motor and auxiliary equipment in manual or automatic mode. The panel enclosure will be
NEMA type 4.
B. Enclosure shall come equipped with an inner door, stainless steel drip shield and tamper
resistant latch.
C. The pump control panel will be supplied from a 480 volt, 60 hertz, three-phase power
supply. Pump control components will be sized to operate pump motor of specified
horsepower.
D. Standard features to be included with the control panel include:
1. Main 20 amp disconnect switch. Shall prevent opening of panel while power is on
and includes 250 volt, 10 amp dual element fuses.
2. "Hand -Off -Auto" Selector Switch: Allows manual or automatic operation. The
selector switch shall be a heavy duty, oil tight, NEMA 4 rated switch mounted on
the inner door.
3. Motor Contactor: The motor contactor will be sized to the pump motor horsepower.
4. Control Transformer: Transformer with fused primary to isolate control circuit from
power circuit and for easier and safer field wiring of accessories. It shall lower
incoming voltage to 120 Volts.
5. Running Light: Indicates energization of motor circuit. It shall be heavy duty, oil
tight, NEMA 4 rated and shall have a voltage surge suppressor built in to prolong
lamp life.
6. Motor Start Winding Control with Start Capacitors and Start Winding Relay:
Capacitor is used to start motor. Relay is used to remove start winding from circuit
when motor reaches operating speed.
7. LevelMaster Level Control: The LevelMaster shall be mounted on the inner door.
Meter shall have a digital readout and the capability to monitor and maintain
pumping operations as well as at least two other level signals. Level control shall be
accurate to within 0. 1 inch.
8. Level Master Level Control: The Level Master shall be mounted on the inner door.
Meter shall have a digital readout and the capability to monitor and maintain
pumping operations as well as at least two other signals. Level control shall be
accurate to within 0.1 inch. Includes one each Level Master level control meter with
simulator, flow meter with flow/rate totalizer, and a top mounted high level alarm.
Enclosure to be NEMA 4X.
9. Lightning Arrestor: Shall be grounded, metal to metal, to water strata.
10. Terminal Strip: Provides easy connection of external components.
11. Corrosion Inhibitor Emitter: Inclusion of an industrial corrosion inhibitor emitter
that shall protect internal components of control panel from corrosion for up to one
year.
12. For options see specification sheets.
01449010 WHEELED SUMP PUMPS 15130 - 3
04/11
E. The submersible pressure transmitter level sensor shall have a range of 0 to 50 feet with a 4
to 20 MA output signal. Transmitter construction shall be stainless steel body, stainless
steel diaphragm and Viton seals with chemical resistant signal cable. The transmitter
circuit shall be protected by intrinsically safe barriers.
F. Simplex System: This system is designed to start a pump on a change in liquid level as
sensed by the pressure transmitter. The pump will continue to run until the selected level is
reached. If the liquid level changes beyond set points, a high and/or low level will be
annunciated.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Provide pumps to operate at specified system fluid temperatures without vapor binding and
cavitation, are non -overloading in parallel or individual operation, and operate
within 25 percent of midpoint of published maximum efficiency curve.
B. Lubricate pumps as necessary before start-up.
C. Install side slope riser as shown on plans and as recommended by the manufacturer. Avoid
damage shall to the liner system.
D. Install control equipment per manufacturer instructions: Control panel, level sensor and
flow meter as indicated on the drawings.
END OF SECTION
01449010 WHEELED SUMP PUMPS 15130 - 4
04/11
SECTION 15211
COMPRESSED -AIR PIPING
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SUMMARY
A. This Section includes piping and related specialties for general -service compressed -air
systems operating at 150 psig (1380 kPa) or less.
1. Air Pro Compressed Air Piping System, or approved equal.
1.3 DEFINITIONS
A. ABS: Acrylonitrile-butadiene-styrene plastic.
B. CR: Chlorosulfonated polyethylene synthetic rubber.
C. EPDM: Ethylene-propylene-diene terpolymer rubber.
D. HDPE: High -density polyethylene plastic.
E. NBR: Acrylonitrile-butadiene rubber.
F. PE: Polyethylene plastic.
G. PVC: Polyvinyl chloride plastic.
H. High -Pressure Compressed -Air Piping: System of compressed -air piping and specialties
operating at pressures between 150 and 200 psig.
I. Low -Pressure Compressed -Air Piping: System of compressed -air piping and specialties
operating at pressures of 150 psig or less.
1.4 SUBMITTALS
A. Product Data: For the following:
1. Pipe, fittings, and valves.
B. Qualification Data: For Installers.
C. Field quality -control test reports.
D. Operation and Maintenance Data: For compressed -air piping specialties to include in
emergency, operation, and maintenance manuals.
1.5 QUALITY ASSURANCE
A. Prepare all pipe and fittings using the socket fusion techniques as outlined in ASTM D
2657 Section 8.
B. Temperatures, times and pressure fusion shall be according to the printed literature by
Asahi/America, Inc.
01449010 COMPRESSED -AIR PIPING 15211 - 1
04/11
PART 2 - PRODUCTS
2.1 PIPES, TUBES, AND FITTINGS
A. Air Pro Compressed Air Piping System
1. Pipe and fitting material shall be made of the Solvoy Eltex TUB 124 blue high
density polyethylene material according to ASTM D 3035.
2. All components shall be molded or extruded according to ASTM D 1248.
3. Pipe shall conform to the requirements of ASTM D 2837-88 for establishing a
hydrostatic basis. In addition the pipe shall be a dimensional ratio (SDR) pipe with a
wall thickness to meet to exceed 230 psi at 68' F for piping through 4-inch diameter.
4. Fittings shall conform to requirements listed in No. 3 above and shall be injection
molded.
5. Transition Fittings, NPS 1/2 to NPS 2: HDPE Adaptor with one socket end and one
end with threaded brass insert.
6. Transition Fittings, NPS 2 1/2 to NPS 4: HDPE flange, CR gasket, and metal flange
of material matching piping to be connected.
7. Valves, NPS 1/2 to NPS 4: HDPE union ball valve with socket ends approved for
pressure up to 230 psi.
8. Acceptable Manufacturer: Asahi/America, Inc. or approved equal.
B. Stainless Steel (Required for all exposed piping)
1. 304 Stainless Steel, Schedule 40 pipe meeting requirements of ASTM A312 for
pressures within operating range of system. Include ends to match jointing methods.
2. Threaded or flanged connections.
2.2 JOINING MATERIALS
A. Pipe -Flange Gasket Materials: Suitable for compressed -air piping system contents.
1. ASME B16.21, nonmetallic, flat, asbestos free, 1/8-inch maximum thickness unless
thickness or specific material is indicated.
a. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges.
B. Flange Bolts and Nuts: 304 stainless steel, unless otherwise indicated.
C. Plastic Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping
system manufacturer, unless otherwise indicated.
D. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according
to ASTM B 813.
E. Brazing Filler Metals: AWS A5.8/A5.8M, BCuP Series, copper -phosphorus alloys for
general -duty brazing, unless otherwise indicated.
F. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials
appropriate for wall thickness and chemical analysis of steel pipe being welded.
2.3 VALVES
A. Isolation valves shall be ball valves, brass with stainless steel trim. Valves shall be rated
for working pressure up to 300 psi.
2.4 FLEXIBLE PIPE CONNECTORS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Flex -Hose Co., Inc.
2. Flexicraft Industries.
01449010 COMPRESSED -AIR PIPING 15211 -2
04/11
3. Hyspan Precision Products, Inc.
4. Mercer Rubber Co.
5. Metraflex, Inc.
6. Proco Products, Inc.
7. Unaflex, Inc.
8. Universal Metal Hose; a Hyspan Company
9. Approved Equal.
B. Stainless -Steel -Hose Flexible Pipe Connectors: Corrugated -stainless -steel tubing with
stainless -steel wire -braid covering and ends welded to inner tubing.
1. Working -Pressure Rating: 250 psig minimum.
2. End Connections, NPS 2 and Smaller: Threaded steel pipe nipple.
3. End Connections, NPS 2-1/2 and Larger: Flanged steel nipple.
2.5 SLEEVES
A. Galvanized -Steel Sheet: 0.0239-inch minimum thickness; round tube closed with welded
longitudinal joint.
B. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange.
Include clamping ring and bolts and nuts for membrane flashing.
1. Underdeck Clamp: Clamping ring with set screws.
2.6 SPECIALTIES
A. Safety Valves: ASME Boiler and Pressure Vessel Code: Section VIII, "Pressure Vessels,"
construction; National Board certified, labeled, and factory sealed; constructed of bronze
body with poppet -type safety valve for compressed -air service.
1. Pressure Settings: Higher than discharge pressure and same or lower than receiver
pressure rating.
B. Air -Main Pressure Regulators: Bronze body, direct acting, spring -loaded manual pressure -
setting adjustment, and rated for 250-psig inlet pressure, unless otherwise indicated.
1. Type: Diaphragm or Pilot operated.
C. Mid -Line Drain Valves
1. Pneumatic No -Loss Drain, PNLD52 by Ingesoll-Rand or approved equal.
2. Valve compatible with system pressure.
3. For use with compressors up to 400 cfm.
4. 1 /2 inch NPT top and bottom.
5. 1/8 inch NPT pilot.
PART 3 - EXECUTION
3.1 PIPING APPLICATIONS
A. Compressed -Air Piping between Air Compressors and Receivers: Use the following piping
materials for each size range:
1. Schedule 40, 304 stainless steel pipe, stainless steel fittings; and threaded joints.
B. High -Pressure Compressed -Air Distribution Piping: Use the following piping materials for
each size range:
1. Air Pro Compressed Air Piping with socket fused joints
01449010 COMPRESSED -AIR PIPING 15211 - 3
04/11
3.2 VALVE APPLICATIONS
A. Use metal valves, unless otherwise indicated.
1. Metal General -Duty Valves:
a. Low -Pressure Compressed Air: Valve types specified for low-pressure
compressed air.
b. High -Pressure Compressed Air: Valve types specified for medium -pressure
compressed air.
2. Plastic General -Duty Valves: Provide valves, made by piping manufacturer, that are
compatible with piping. Do not use plastic valves between air compressors and
receivers.
a. Blue ABS Piping System: Ball valves.
3.3 PIPING INSTALLATION
A. Drawing plans, schematics, and diagrams indicate general location and arrangement of
compressed -air piping. Indicated locations and arrangements were used to size pipe and
calculate friction loss, expansion, air -compressor sizing, and other design considerations.
Install piping as indicated unless deviations to layout are approved on Coordination
Drawings. Allow for thermal expansion as recommended by manufacturer.
B. Install piping adjacent to equipment and machines to allow service and maintenance.
C. Install air and drain piping with 1 percent slope downward in direction of flow.
D. Install nipples, flanges, unions, transition and special fittings, and valves with pressure
ratings same as or higher than system pressure rating, unless otherwise indicated.
E. Equipment and Specialty Flanged Connections:
1. Use steel companion flange with gasket for connection to steel pipe.
F. Flanged joints may be used instead of specified joint for any piping or tubing system.
G. Install eccentric reducers where compressed -air piping is reduced in direction of flow, with
bottoms of both pipes and reducer fitting flush.
H. Install branch connections to compressed -air mains from top of main. Provide drain leg
and drain trap at end of each main and branch and at low points.
I. Install thermometer and pressure gage on discharge piping from each air compressor and
on each receiver.
J. Install piping to permit valve servicing.
K. Install piping free of sags and bends.
L. Install fittings for changes in direction and branch connections.
3.4 JOINT CONSTRUCTION
A. Socket -fuse joints in Air Pro piping using techniques outlined in ASTM D 2657.
Temperatures, times and pressures shall be according to manufacturer's requirements. Use
manufacture -approved fusion equipment.
B. For carbon or stainless steel pipe, ream ends of pipes and tubes and remove burrs. Bevel
plain ends of steel pipe.
C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before
assembly.
D. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B 1.20.1. Cut
threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and
restore full ID. Join pipe fittings and valves as follows:
1. Apply appropriate tape or thread compound to external pipe threads unless dry seal
threading is specified.
01449010 COMPRESSED -AIR PIPING 15211 - 4
04/11
2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or
damaged. Do not use pipe sections that have cracked or open welds.
E. Welded Joints for Steel Piping: Join according to AWS D10.12/D10.12M.
F. Flanged Joints: Use asbestos -free, nonmetallic gasket suitable for compressed air. Join
flanges with gasket and bolts according to ASME B31.9 for bolting procedure.
G. Dissimilar Metal Piping Material Joints: Use dielectric fittings if recommended by pipe
supplier.
3.5 VALVE INSTALLATION
A. Install valves as recommended by manufacturer.
B. Install mid -line drain valves at low point in line as shown on the plans.
3.6 FLEXIBLE PIPE CONNECTOR INSTALLATION
A. Install flexible pipe connectors in discharge piping and in inlet air piping of each air
compressor.
B. Install stainless -steel -hose flexible pipe connectors in steel compressed -air piping.
3.7 SPECIALTY INSTALLATION
A. Install safety valves on receivers in quantity and size to relieve at least the capacity of
connected air compressors.
B. Install air -main pressure regulators in compressed -air piping at or near air compressors.
A. Install unions adjacent to each valve and at final connection to each piece of equipment and
machine.
3.9 SUPPORT INSTALLATION
A. Vertical Piping: MSS Type 8 or 42, clamps.
B. Straight, Horizontal Piping Runs:
1. Install stainless steel or galvanized pipe anchors at spacing shown on plans for pipe
on concrete slab.
3.10 LABELING AND IDENTIFICATION
A. Install identifying labels and devices for compressed -air piping, valves, and specialties.
3.11 FIELD QUALITY CONTROL
A. Perform field tests and inspections.
B. Tests and Inspections:
1. Piping Leak Tests for Air Pro Compressed -Air Piping: Test new and modified parts
of existing piping. Cap and fill compressed -air piping at 10psi intervals up to 50psi
with oil -free dry air, at temperature of 110 deg F. Check for leaks at each joint using
a soap solution. Then increase system pressure to 150psi. Hold pressure for one
hour. After that time check the pressure gauge. If the pressure is decreased without
any indication of a leak, increase it to its original level. If after the second test the
total pressure loss is more than 10%, the test must be considered a failure and the
01449010 COMPRESSED -AIR PIPING 15211 - 5
04/11
system should be further reviewed for leaks. If pressure loss is not evident continue
testing for a minimum of two hours to a recommended duration of 12 hours
2. Piping Leak Tests for Metal Compressed -Air Piping: Test new and modified parts of
existing piping. Cap and fill compressed -air piping with oil -free dry air to pressure
of 50 psig above system operating pressure but not less than 150 prig. Isolate test
source and let stand for four hours to equalize temperature. Refill system, if
required, to test pressure; hold for two hours with no drop in pressure.
3. Repair leaks and retest until no leaks exist.
4. Inspect filters and pressure regulators for proper operation.
C. Prepare test reports.
END OF SECTION
01449010 COMPRESSED -AIR PIPING 15211 - 6
04/11
SECTION 15441
CENTRIFUGAL GAS CONDENSATE PUMPS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Centrifugal Gas Condensate Pumps.
1.3 RELATED SECTIONS
A. Section 01300 — Submittals.
B. Section 02665 - Piping, Valves and Miscellaneous Items.
C. Division 16 - Electrical.
1.4 REFERENCES
A. American Society for Testing and Materials (ASTM)
B. National Electrical Manufacturers Association (NEMA)
1.5 DEFINITIONS
A. Not Used
1.6 SYSTEM DESCRIPTION
A. Design Requirements
1. Provide direct coupled centrifugal pumps.
2. The motors and pumps shall be assembled by the manufacturer and designer of the
pumps to create a packaged pumping skid/system warrantable by the pump
manufacturer.
3. Provide a 120V, single-phase, pump starter panel equipped with discrete control of the
operation of the connected pump. The panel is to utilize 120V single-phase source
voltage as its control voltage. The discrete control inherent to the panel is to provide
starting and stopping of the controlled pump based on liquid level in a vessel. The
starting and stopping setpoints shall be field adjustable by facility operation personnel
without the need for any external device e.g., specialized software, laptop,
communication cable, etc.
01449010 CENTRIFUGAL GAS CONDENSATE PUMPS 15441 - 1
04/ 1 1
B. Performance Requirements
1. Centrifugal Pumps
a. Provide 1 direct coupled centrifugal pump for emptying the storage tanks with the
following characteristics:
1) Discharge Size 1"
2) Inlet Size 1"
3) Rated Capacity 20 gpm @ 36' TDH
4) Motor Size 3/4 HP
5) Shut Off Head 50'
6) Voltage/Phase/Frequency 120V/1/60
1.7 SUBMITTALS
A. In addition to the requirements of Section 01300 — Submittals, submit the following:
1. Manufacturer's certified rating curves showing pump characteristics of head, brake
horsepower, discharge, efficiency, required net positive suction head, and allowable
suction lift. Catalog sheets showing a family of curves will not be acceptable.
2. Literature and drawings describing the equipment in sufficient detail, including parts list
and materials and details of construction, to indicate full compliance with these
specifications.
3. Schematic electrical wiring diagrams and other data as required for completion of each
pump installation.
4. Certified copies of a report covering each test and capacity, power and efficiency curves
based on shop test results, shall be prepared by the pump manufacturer and delivered to
the Engineer not less than 10 days prior to shipment of the equipment from the factory. If
performance tests are not conducted on the motor, certified test reports of an identical
motor shall be included.
5. Manufacturer's recommended list of spare parts.
6. Submit evidence that he can deliver a replacement for any part furnished within three
working days, except major castings which shall be delivered within 10 working days.
1.8 DELIVERY AND STORAGE
A. Crate, deliver and uncrate all parts and equipment so as to protect against any damage. Clean
and lubricate in preparation for testing and field painting.
B. Properly protect all finished iron or steel surfaces that are not painted to prevent rust and
corrosion.
C. Do not dismantle factory assembled parts and components for shipment unless permission is
received in writing from the Engineer.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Provide Gorman -Rupp 1" Self -Priming Stainless Steel Centrifugal Pump Model #429B-98 or
approved equal. Pumps should be designed for handling solids, corrosive liquids and slurries.
01449010 CENTRIFUGAL GAS CONDENSATE PUMPS 15441 - 2
04/ 1 1
2.2 SPECIFICATIONS
A. Pump shall be compatible with landfill gas condensate.
B. Pump shall be self -priming.
C. Impeller
1. Stainless steel
D. Wearplate: Stainless steel.
E. Seal Plate: Stainless steel.
F. Shaft: Stainless steel.
G. Motors
1. 3/4hp, 3450 rpm.
2. Motor direct coupled to pump.
3. Motor acceptable for direct exposure to the elements.
4. TEFC enclosure.
2.3 SOURCE QUALITY CONTROL
A. Test the pumps at the factory for capacity, and power requirements at the specified rated
condition, shutoff head, operating head extremes, and at as many other points as necessary for
accurate performance curve plotting. All tests and test reports shall be made in conformity with
the requirements and recommendations of the Hydraulic Institute Standards.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install pumps and pump starter/control panel in strict accordance with the manufacturer's
instructions and recommendations. Installation shall include furnishing the required grease for
initial operation. The grades of grease shall be in accordance with the manufacturer's
recommendations.
B. Set anchor bolts in accordance with the manufacturer's recommendations.
C. Furnish all drain and flushing water piping required.
3.2 FIELD QUALITY CONTROL
A. Tests. After all pumps have been completely installed, conduct, in the presence of the Engineer,
such tests as are necessary to indicate that the pumps conform to the specifications.
B. Manufacturer's Field Service.
1. Qualifications. Provide a factory trained, qualified, and experienced representative from
the pump manufacturer.
2. Inspections. Manufacturer's representative is to inspect the completed pump installation
and make all final adjustments necessary to initialize pump operation.
3. Training. Manufacturer's representative will instruct the Owner's Operations Personnel in
the proper care and operation of the equipment, for a minimum of 8 hours.
C. Provide a performance chart showing curves for torque, current, power factor, input/output KW
and efficiency for the motors.
01449010 CENTRIFUGAL GAS CONDENSATE PUMPS 15441 -3
04/ 1 1
3.3 TOOLS AND SPARE PARTS
A. Provide all special tools, if required for operation and maintenance of the equipment.
B. All spare parts listed in the manufacturer's recommended spare parts list, including at least the
following:
l . A supply of all required lubricants, sufficient for one year's normal operation.
C. Furnish all tools and spare parts in containers clearly identified with indelible markings as to
their contents. Pack each container with its contents suitably protected for long periods of
storage. Furnish all tools in steel tool boxes.
END OF SECTION
01449010 CENTRIFUGAL GAS CONDENSATE PUMPS 15441 - 4
04/ 1 1
SECTION 16000
ELECTRICAL GENERAL PROVISIONS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
B. The requirements of the General Conditions, Special Conditions and General Requirements of
these specifications are applicable and part of every section in Division 16 - Electrical. The
Contractor shall furnish all labor, material, service, equipment, appliances and shall perform all
operations in connection with the installation and testing of Electrical Work in accordance with
contract drawings and specifications. Any material found to be defective will be rejected by the
Engineer and the Contractor shall remove such defective material from the site of the work.
C. The Contractor shall be responsible for all such material furnished by him and he shall replace
at his own expense all such materials found to be defective in manufacture or damaged after
delivery.
1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS
Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the
applicable provisions of the following:
A. National Electrical Code (NEC)
B. National Electrical Safety Code (NESC)
C. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction
pertaining to the work required.
1.3 MODIFICATIONS
All modifications required by these applicable codes, rules, regulations and authorities shall be made
by the Contractor without additional charge to the Owner.
A. Underwriter's Laboratories (UL): All materials, appliances, equipment or devices shall conform
to the applicable standards of Underwriter's Laboratories, Inc. The label of, or listing by, UL is
required.
B. Standards: Where referenced in these specifications or on the drawings, the publications and
standards of the following organization shall apply:
1. American Society of Testing and Materials (ASTM)
2. Institute of Electrical and Electronic Engineers (IEEE)
3. Insulated Power Cable Engineers Association (IPCEA)
4. National Electrical Manufacturers Association (NEMA)
5. National Fire Protection Association (NFPA)
6. American National Standards Institute (ANSI)
7. Illuminating Engineering Society of North America (IESNA)
01449010 ELECTRICAL GENERAL PROVISIONS 16000 - 1
04/ 1 1
Should this Contractor observe any conflict or variation in the plans and specifications, he shall notify
the Engineer in writing not later than ten (10) days prior to date of bid opening. Failure to clarify such
variations will result in the Electrical Contractor bearing all costs arising from electrical work done
contrary to either the specifications or drawings.
Electrical contractor shall coordinate all conduit runs, control wiring and electrical connections to
equipment items furnished by Mechanical Contractor, General Contractor, Instrumentation Contractor,
the Owner, and other contractors under other sections of these specifications.
1.4 SUBMITTALS
A. Materials List: Within 15 days after award of contract, the Contractor shall submit to the
Engineer, a list of all equipment to be furnished. Where substitutions are proposed, complete
data must be furnished showing performance, quality and dimensions. Written approval of
Engineer must be obtained before purchasing any substitute equipment.
B. Shop Drawings: As per section 01300, submit for approval all shop drawings after the material
list has been approved and prior to ordering. Show complete outlines, dimensions, electrical
services, control diagrams, electrical characteristics of a special nature or critical to the
installation and pertinent data required for installation. All descriptive and technical data and
shop drawings shall bear signed certification to the effect that they have been carefully
examined and found to be correct with respect to dimension, space available, non-interference
with other trades and that the equipment complies with all the requirements of these
specifications. Where catalog data are submitted, the proposed items shall be clearly "flagged"
or otherwise identified, so that no confusion exists. In addition to specific references or
requests, submit shop drawings for the following applicable items: motor starters, switches,
control devices, control systems and sensing equipment.
C. Substitutions: Proposed substitutions of electrical equipment, control devices, and other
equipment shall be submitted with other submittal data. This request shall be accompanied by
complete descriptions of the substitutes offered, including catalog cuts. The entire burden of
proof of equality shall be placed on the Contractor and the decision of the Engineer shall be
final.
D. Test Data: Provide 1 copy of all data obtained during tests required in Specifications. Data shall
be organized in an orderly fashion, typed and indicate the result of each test. This shall be
submitted for the Engineers Review within 3 days of performing the required tests.
PART 2 - PRODUCTS
2.1 EQUIPMENT REQUIREMENTS
A. The electrical requirements for equipment specified or indicated on the drawings are based on
information available at the time of design. If equipment furnished for installation has electrical
requirements other than indicated on the electrical drawings, the Contractor shall make any
required changes to wire and conduit size, controls, over current protection and installation; as
required to accommodate the equipment supplied, without additional charge to the Owner. The
complete responsibility and costs for such adjustments shall be assigned to the respective
section of this specification under which the equipment is furnished.
01449010 ELECTRICAL GENERAL PROVISIONS 16000 - 2
04/ 1 1
2.2 MATERIALS
A. All similar materials and equipment shall be the product of the same manufacturer unless
specified otherwise. Where no specific material, apparatus or appliance is mentioned, any
first-class product, with the approval of the Engineer may be used. Materials and equipment
shall be the standard products of manufacturers regularly engaged in the production of such
material and shall be the manufacturer's current and standard design. Equipment affected by
altitude shall perform satisfactorily for the function intended at the altitude of the project site.
PART 3 - EXECUTION
3.1 GENERAL
A. Fabrication, erection and installation of the complete electrical system shall be done in
accordance with accepted good practice by qualified personnel experienced in such work and
shall proceed in an orderly manner so as not to impede the progress of the project. The
Electrical Contractor shall check all areas and surfaces where electrical equipment material is to
be installed, removed or relocated and report any unsatisfactory conditions before starting work.
Commencement of work signifies this Contractor's acceptance of existing conditions. In the
acceptance or rejection of the finished installation, no allowance will be made for lack of skill
on the part of workmen.
3.2 TEMPORARY POWER AND LIGHTING
A. Furnish and install temporary electrical facilities, if required, for construction and safety
operations. No part of the permanent electrical systems or the existing electrical system may be
used for temporary service unless approved by the Engineer. Provide separate electrical
metering for temporary power.
3.3 PERFORMANCE TESTS
A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating
condition and freedom from grounds and short circuits before acceptance is requested. All
equipment, appliances and devices shall be operated under load conditions. After the interior
wiring system installation is complete and at such time as the Engineer may direct, conduct
operating tests for approval. When requested, test all the wire, cable, devices and equipment after
installation, to assure that all material continues to possess all the original characteristics as
required by governing codes and standards listed in these specifications.
B. Perform such tests as required by other sections of these specifications or as requested to prove
acceptability. Furnish all instruments and labor for testing.
3.4 RECORD DRAWINGS
A. During progress of the work, maintain a clean full set of project plans to be used to record
accurate red -lined changes to the installation of the system. Upon completion of the installation,
submit the full set of red -lined drawings with all record data to the Engineer.
01449010 ELECTRICAL GENERAL PROVISIONS 16000 - 3
04/ 1 1
3.5 OPERATING INSTRUCTIONS AND MANUALS
A. Without additional charge to the Owner, furnish complete instruction to the Owner in the care,
adjustment and operation of all parts of the electrical equipment and systems. Upon completion
of the work, prepare and deliver to the Owner four (4) sets of complete operating and
maintenance manuals for the systems and major equipment installed. Include catalog data, shop
drawings, wiring diagrams, performance curves and rating data, spare parts lists and
manufacturer's operating maintenance data. A copy of testing data collected during field tests
shall also be included in the manuals.
B. The above requirements are in addition to specific instructions and manuals specified for
individual systems or equipment.
3.6 DRAWINGS
A. General: The electrical drawings show the general arrangement of all conduit, equipment, etc.
and shall be followed as closely as actual building construction and the work of other trades
will permit. The structural drawings shall be considered as a part of the work insofar as these
drawings furnish the contractor with information relating to the design and construction of the
building. Because of the small scale of the electrical drawings, it is not possible to indicate all
offsets, fittings and accessories which may be required. The contractor shall investigate the
structural and finish conditions affecting the work and shall arrange his work accordingly,
providing such fittings, elbows, pull boxes, and accessories as may be required to meet such
conditions.
B. Field Measurements: The Contractor shall verify the dimensions governing the electrical work
at the facility. No extra compensation shall be claimed or allowed on account of differences
between actual dimensions and those indicated on the drawings.
C. Coordination Drawings: In locations where several trades' work must be sequenced and
positioned with precision in order to fit into the available space, prepare coordination drawings
(shop drawings) showing the actual physical dimensions (at accurate scale) required for the
installation if deemed necessary by Engineer. Prepare and submit these coordination drawings,
if required, prior to purchase -fabrication -installation of any of these elements involved in the
coordination.
3.7 LOCATION OF EQUIPMENT AND OUTLETS
A. The approximate locations of cabinets, conduits, controllers, power outlets, etc., are indicated
on the drawings; however, they are not intended to give complete and detailed information.
Determine the exact location after thoroughly examining the general building plans and by
actual measurements during construction, subject to the approval of the Engineer.
3.8 EXISTING ELECTRICAL
A. The existing electrical system information has been obtained from the most up-to-date source
and documents; but their accuracy is not guaranteed. The Contractor shall familiarize himself
with the existing conditions prior to preparing his bid.
B. Only the existing electrical affected by this Contract is shown on the drawings. Existing
electrical not shown in the drawings is to remain in place and in operation. All existing
electrical damaged during construction shall be repaired or replaced.
01449010 ELECTRICAL GENERAL PROVISIONS 16000 - 4
04/ 1 1
C. The Contractor shall be responsible for damage to existing walls or ceilings due to the electrical
construction. Repairing of damage to the existing building shall be done by the proper trades
involved.
3.9 ELECTRIC UTILITY SERVICE
A. XCEL Energy is the local electric utility company providing service to the existing facility. The
design and installation of overhead and underground facilities will be done by XCEL Energy.
B. The Contractor shall be familiar with and comply with the requirements of the latest version of
the Service Requirements book from each service provider. Any equipment in the Service
Requirements book that is stated to be provided or installed by the Customer shall be provided
by and installed by the Contractor.
C. The Contractor shall coordinate with the service provider to establish the exact location and
spacing requirements of the service pole.
END OF SECTION
01449010 ELECTRICAL GENERAL PROVISIONS 16000 - 5
04/ 1 1
SECTION 16111
CONDUIT
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
B. The conduit, fittings, conduit bodies, and accessories shall be inspected upon delivery and
during the progress of the work. Any material found to be defective will be rejected by the
Engineer and the Contractor shall remove such defective material from the site of the work.
C. The Contractor shall be responsible for all materials furnished by him and he shall replace
at his own expense all such materials found to be defective in manufacture or damaged
after delivery.
1.2 SECTION INCLUDES
A. Metal conduit.
B. Liquidtight flexible metal conduit.
C. Nonmetal conduit.
D. Fittings and conduit bodies.
1.3 RELATED SECTIONS
A. Section 16190 — Supporting Devices.
1.4 REFERENCES
A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated.
B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated.
C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and
Cable assemblies.
D. ANSI/NFPA 70 - National Electrical Code.
E. NECA "Standard of Installation."
F. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel
Conduit and Intermediate Metal Conduit.
G. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing.
1.5 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01300. Accurately record actual routing of all conduits.
1.6 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSI/NFPA 70. Furnish products listed and classified by
Underwriters Laboratories, Inc. as suitable for purpose specified and shown.
01449010 CONDUIT 16111 - 1
04/11
1.7 DELIVERY, STORAGE AND HANDLING
A. Deliver, store, protect and handle Products to site under provisions of General Conditions.
Accept conduit and cable tray on site and inspect for damage. Protect conduit from
corrosion and entrance of debris by storing above grade and providing appropriate
covering. Protect PVC conduit from sunlight.
1.8 PROJECT CONDITIONS
A. Verify that field measurements are as shown on Drawings. Verify routing and termination.
Locations of conduit prior to rough -in. Conduit routing is shown on Drawings in
approximate locations unless dimensioned. Route as required to complete wiring system.
PART 2 - PRODUCTS
2.1 CONDUIT REQUIREMENTS
A. Conduit Minimum Size: 3/4" unless otherwise specified.
B. Rigid Metallic Conduit (RMC): Galvanized Rigid Steel, ANSI C80.1. Fittings and
Conduit Bodies: ANSI/NEMA FB 1; material to match conduit.
C. Liquidtight Flexible Metal Conduit: Interlocked steel construction with PVC jacket.
Flexible conduit shall be used only for connection to devices and structures subject to
vibration. Maximum length of flexible conduit shall be 3 feet.
D. Rigid Nonmetallic Conduit: NEMA TC 2; Schedule 40 or 80 PVC. PVC Fittings and
Conduit Bodies: NEMA TC
E. PVC Coated Rigid Metallic Conduit: NEMA RN1; PVC externally coated galvanized
rigid steel conduit.
2.2 UNDERGROUND INSTALLATIONS
A. At 18" below grade and lower utilize Rigid Nonmetallic Conduit. If underground conduit
run is not encased in concrete, place 4" of sand below and above conduit, and install a red
plastic ribbon 6 inches above the top of the conduit for the entire length of the underground
run.
B. Any conduit located less than 18" below grade shall PVC coated Rigid Metallic Conduit,
or Rigid Nonmetallic Conduit encased in concrete.
C. When transferring from below grade to above grade, use PVC coated or taped Rigid
Metallic Conduit.
2.3 ABOVEGROUND INSTALLATIONS
A. Wet and Dry Locations: Use Rigid Metallic Conduit.
PART 3 - EXECUTION
3.1 CONDUIT INSTALLATION
A. Install conduit in accordance with NECA "Standard of Installation". Install nonmetallic
conduit in accordance with manufacturer's instructions. Arrange supports to prevent
01449010 CONDUIT 16111 - 2
04/11
misalignment during wiring installation. Support conduit using coated steel or malleable
iron straps, lay -in adjustable hangers, clevis hangers, and splint hangers. Group related
conduits; support using conduit rack. Construct rack using steel channel; provide space on
each for 25 percent additional conduits. Fasten conduit supports to building structure and
surfaces under provisions of Section 16190. Do not support conduit with wire or perforated
pipe straps. Remove wire used for temporary supports.
B. Arrange conduit to maintain headroom and present neat appearance. Route exposed
conduit parallel and perpendicular to walls. Maintain adequate clearance between conduit
and piping. Maintain 12 inch clearance between conduit and surfaces with temperatures
exceeding 104 degrees F (40 degrees C). All sharp edges shall be removed from ends after
cutting. "Pipe" cutters shall not be used for cutting conduit. Bring conduit to shoulder of
fittings; fasten securely.
C. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe
nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire
area inserted in fitting. Allow joint to cure for 20 minutes, minimum.
D. Use conduit hubs to fasten conduit to sheet metal boxes in damp and wet locations and to
cast boxes. Install no more than equivalent of three 90-degree bends between boxes. Use
conduit bodies to make sharp changes in direction, as around beams. Conduit bends shall
be made so as not to alter the cross -sectional area of the conduit.
E. Use suitable caps to protect installed conduit against entrance of dirt and moisture. Avoid
moisture traps; provide junction box with drain fitting at low points in conduit system.
Provide suitable fittings to accommodate expansion and deflection where conduit crosses,
control and expansion joints. Provide suitable pull string in each empty conduit except
sleeves and nipples.
F. All conduits identified on a conduit schedule shall be tagged at each end with metal tags
engraved or stamped to identify the conduit according to the identification on the
"schedule."
END OF SECTION
01449010 CONDUIT 16111 - 3
04/11
SECTION 16120
WIRE AND CABLE
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A.
Power wire and cable.
B.
Motor Supply cable.
C.
Underground feeder and branch circuit cable.
D.
Service entrance cable.
E.
Control cable.
F.
Wiring connectors and connections.
1.3 RELATED SECTIONS
A. Section 16111 - Conduit.
B. Section 16130 - Boxes.
1.4 REFERENCES
A. ANSI/NFPA 70 - National Electrical Code.
1.5 SUBMITTALS
A. Submit under provisions of General Conditions.
B. Product Data: Provide for each cable assembly type.
C. Test Reports: Indicate procedures and values obtained.
1.6 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSUNFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for
purpose specified and shown.
1.7 PROJECT CONDITIONS
A. Verify that field measurements are as shown on Drawings.
B. Wire and cable routing shown on Drawings is approximate unless dimensioned. Route wires
and cables as required meeting Project Conditions.
C. Where wire and cable routing is not shown, and destination only is indicated, determine exact
routing and lengths required.
01449010 WIRE AND CABLE 16120 - 1
04/ 1 1
1.8 COORDINATION
A. Coordinate work with other trades.
B. Determine required separation between cable and other work.
C. Determine cable routing to avoid interference with other work.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. Power Wire and Cable: Cable to be as manufactured by Carol Cable, Triangle PWC, Inc.,
Capital Wire & Cable Corp, or equal.
B. Motor Supply Cable: Draka USA, or equal.
C. Control Cable: Belden, or equal.
2.2 POWER WIRE AND CABLE
A. Description: Tray Cable Rated, multi -conductor, insulated wire.
B. Conductor: Copper.
C. Insulation Voltage Rating: 600 volts.
D. Insulation: ANSI/NFPA 70; Type THHN/THWN-2, 90 degrees C insulation for service
entrance, feeders and branch circuits.
2.3 CONTROL CABLE
A. Analog I/O wiring shall be 16 AWG, twisted pair shielded, Belden 8719 or equal.
B. Discrete I/O wiring shall be 16AWG, 600V, stranded copper, THWN. Use multi -conductor
cable when possible.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that interior of building has been protected from weather.
B. Verify that mechanical work likely to damage wire has been completed.
3.2 INSTALLATION
A. Install products in accordance with manufacturer instructions.
B. Use copper conductor not smaller than 12 AWG for power and lighting circuits.
C. Use copper conductor not smaller than 16 AWG for control circuits.
D. Use 10 AWG copper conductors for 20 ampere, 120 volt branch circuits longer than 75 feet.
E. Use 10 AWG copper conductors for 20 ampere, 277 volt branch circuits longer than 200 feet.
F. Pull all conductors into raceway at same time.
G. Use suitable wire pulling lubricant for building wire 8 AWG and larger or runs longer than 50
feet.
H. Use suitable cable fittings and connectors.
I. Neatly train and lace wiring inside boxes, equipment, and panel boards.
01449010 WIRE AND CABLE 16120 - 2
04/ 1 1
J. Clean conductor surfaces before installing lugs and connectors.
K. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible
temperature rise.
L. Use split bolt connectors for copper conductor splices and taps, 8 AWG and larger. Tape
uninsulated conductors and connector with electrical tape to 150 percent of insulation rating
of conductor.
M. Use solder less pressure connectors with insulating covers or spring wire connectors for
copper conductor splices and taps, 10 AWG and smaller.
3.3 INTERFACE WITH OTHER PRODUCTS
A. Identify each conductor with its destination terminal block.
3.4 FIELD QUALITY CONTROL
A. Perform field inspection and testing under provisions of General Conditions.
B. Inspect wire for physical damage and proper connection.
C. Measure tightness of bolted connections.
D. Utilize accurate torque wrench to tighten bolts and nuts on MCC.
E. Verify continuity of each branch circuit conductor.
F. Verify that all non -grounded conductors have an open circuit to ground.
END OF SECTION
01449010 WIRE AND CABLE 16120 - 3
04/ 1 1
SECTION 16130
BOXES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary
Conditions and Division 1 - General Requirements apply to work of this section.
1.2 SECTION INCLUDES
A. Wall and ceiling outlet boxes.
B. Pull and junction boxes.
1.3 REFERENCES
A. NECA: Standard of Installation.
B. NEMA FB 1: Fittings and Supports for Conduit and Cable Assemblies.
C. NEMA OS 1: Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports.
D. NEMA 250: Enclosures for Electrical Equipment (1000 Volts Maximum).
E. NFPA 70: National Electrical Code.
1.4 SUBMITTALS FOR CLOSEOUT
A. General Conditions: Contract Closeout: Submittals for Project closeout.
B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project
record documents.
1.5 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70.
B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for
the purpose specified and indicated.
PART2-PRODUCTS
2.1 OUTLET BOXES
A. Farralloy Outlet Boxes: NEMA OS 1, galvanized.
1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment
supported; include 1/2 inch male fixture studs where required.
2. Concrete Ceiling Boxes: Concrete type.
01449010 BOXES 16130 - 1
04/ 1 1
B. Nonmetallic Outlet Boxes: NEMA OS 2.
C. Cast Boxes: NEMA FB 1, Type FD, and aluminum cast ferroalloy. Provide gasketed cover
by box manufacturer.
D. Boxes and covers in outdoor vault locations shall be Cast Boxes with 40 mil gray PVC
exterior coating, and 2 mil urethane interior coating.
E. Wall Plates for Finished Areas: As specified in Section 16140.
2.2 PULL AND JUNCTION BOXES
A. Surface Mounted Cast Metal Box: NEMA 250, Type 4 flat -flanged, surface mounted
junction box, or as specified on drawings.
1. Material: Galvanized cast iron, Cast aluminum.
2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover
screws.
B. Boxes and covers in Wet Well Locations shall be Cast Boxes with 40 mil gray PVC
exterior coating, and 2 mil urethane interior coating.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install boxes in accordance with NECA "Standard of Installation."
B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling,
equipment connections and compliance with regulatory requirements.
C. Set wall mounted boxes at elevations to accommodate mounting heights indicated.
D. Electrical boxes are shown on Drawings in approximate locations dimensioned. Adjust
box location up to 10 feet if required to accommodate intended purpose.
E. Orient boxes to accommodate wiring devices as specified in Section 16140.
F. Maintain headroom and present neat mechanical appearance.
G. Install boxes to preserve fire resistance rating of partitions and other elements.
H. Locate outlet boxes to allow luminaires positioned as shown on plans.
I. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices.
J. Use adjustable steel channel fasteners for hung ceiling outlet box.
K. Support boxes independently of conduit.
L. Use gang box where more than one device is mounted together. Do not use sectional box.
M. Use cast aluminum outlet box in exterior locations and wet locations.
N. Large Pull Boxes: Use NEMA 4 enclosure.
3.2 INTERFACE WITH OTHER PRODUCTS
A. Coordinate installation of outlet box for equipment to be connected.
3.3 ADJUSTING
A. General Conditions - Contract Closeout: Adjusting installed work.
B. Install knockout closures in unused box openings.
01449010 BOXES 16130 - 2
04/ 1 1
3.4 CLEANING
A. General Conditions - Contract Closeout: Cleaning installed work.
B. Clean interior of boxes to remove dust, debris, and other material.
C. Clean exposed surfaces and restore finish.
3.5 PAYMENT
A. Payment will be made for all work covered in this section at the contract unit price per unit
or will be included in the lump sum price per job for items, as shown on the proposal.
Either such payment shall be complete compensation for the complete performance of
work in accordance with the drawings and the provisions of these specifications.
END OF SECTION
01449010 BOXES 16130 - 3
04/ 1 1
SECTION 16170
GROUNDING AND BONDING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Grounding electrodes and conductors.
B. Equipment grounding conductors.
C. Bonding.
1.3 RELATED SECTIONS
A. Section 03300 — Cast -In -Place Concrete.
1.4 REFERENCES
A. ANSI/NFPA 70 - National Electrical Code.
1.5 GROUNDING ELECTRODE SYSTEM
A. Metal underground water pipe if available.
B. Metal frame of the building if available.
C. Concrete -encased electrode.
D. Rod electrode.
1.6 PERFORMANCE REQUIREMENTS
A. Grounding System Resistance: 1 ohm.
1.7 SUBMITTALS
A. Manufacturer's Instructions: Include instructions for storage, handling, protection,
examination, preparation and installation of exothermic connectors.
1.8 PROJECT RECORD DOCUMENTS
A. Submit under provisions of General Conditions.
B. Accurately record actual locations of grounding electrodes.
01449010 GROUNDING AND BONDING 16170 - 1
04/ 1 1
1.9 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing Products specified in this Section
with minimum three years documented experience.
l .10 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSI/NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for
purpose specified and shown.
PART2-PRODUCTS
2.1 ROD ELECTRODE
A. Material: Copper or Copper -clad steel.
B. Diameter: 3/4 inch.
C. Length: 10 feet.
2.2 EXOTHERMIC CONNECTIONS AND RELATED MATERIAL
A. Exothermic connectors, rod electrodes and other grounding related equipment shall be
supplied by a manufacturer with 10 years experience in manufacturing.
2.3 WIRE
A. Material: Stranded copper.
B. Foundation Electrodes: 2 AWG X 20 feet long.
C. Grounding Electrode Conductor: Size to meet NFPA 70 requirements or as indicated on
drawings or in specifications if larger.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that final backfill and compaction has been completed before driving rod
electrodes.
3.2 INSTALLATION
A. Install Products in accordance with manufacturer's instructions. Exothermically weld all
connections.
B. Install rod electrodes at locations indicated. Install additional rod electrodes as required to
achieve specified resistance to ground.
C. Provide grounding electrode conductor and connect to reinforcing steel at two locations in
foundation footing. Bond steel together.
01449010 GROUNDING AND BONDING 16170 - 2
04/ 1 1
D. Provide foundation electrodes for all blowers, pumps and other skid mounted equipment
with #4 CU ground wire from electrode to base. Exothermic weld at all connections.
E. Provide bonding to meet Regulatory Requirements.
3.3 FIELD QUALITY CONTROL
A. Inspect grounding and bonding system conductors and connections for tightness and
proper installation.
B. Use suitable test instrument to measure resistance to ground of system. Perform testing in
accordance with test instrument manufacturer's recommendations using the fall -of -
potential method.
END OF SECTION
01449010 GROUNDING AND BONDING 16170 - 3
04/ 1 1
SECTION 16190
SUPPORTING DEVICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Conduit and equipment supports.
B. Anchors and fasteners.
1.3 REFERENCES
A. NECA - National Electrical Contractors Association.
B. ANSI/NFPA 70 - National Electrical Code.
1.4 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSLNFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for
purpose specified and shown.
PART 2-PRODUCTS
2.1 PRODUCT REQUIREMENTS
A. Materials and Finishes: Galvanized Steel and/or Stainless Steel.
B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of
equipment and conduit. Consider weight of wire in conduit when selecting products.
C. Anchors and Fasteners:
1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and
preset inserts.
2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset
fasteners.
3. Concrete Surfaces: Use self -drilling anchors and expansion anchors.
4. Sheet Metal: Use sheet metal screws.
5. Wood Elements: Use wood screws.
01449010 SUPPORTING DEVICES 16190 - 1
04/ 1 1
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install products in accordance with manufacturer's instructions.
B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of
Installation".
C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit.
D. Obtain permission from Architect/Engineer before drilling or cutting structural members.
E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members
or use hexagon head bolts to present neat appearance with adequate strength and rigidity.
Use lock washers under all nuts.
F. Install surface -mounted cabinets and panel -boards with minimum of four anchors.
G. In wet and damp locations use steel channel supports to stand cabinets and panel -boards
one inch off wall.
H. Install conduit supports a maximum spacing specified in the NEC.
END OF SECTION
01449010 SUPPORTING DEVICES 16190 - 2
04/ 1 1
SECTION 16441
ENCLOSED SWITCHES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Pump panel disconnects
B. Service disconnects.
1.3 REFERENCES
A. NEMA KS 1 - Enclosed Switches.
B. NFPA 70 - National Electrical Code.
1.4 SUBMITTALS
A. Submit under provisions of General Conditions.
B. Product Data: Provide switch ratings and enclosure dimensions.
1.5 QUALITY ASSURANCE
A. Perform Work in accordance with NECA Standard of Installation.
1.6 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing Products specified in this Section
with minimum three years documented experience.
1.7 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70.
B. Furnish products listed and classified by UL as suitable for purpose specified and shown.
PART 2-PRODUCTS
2.1 MANUFACTURERS
A. Cutler -Hammer.
B. Eaton.
C. Square-D.
D. As specified on drawings, in specifications, or equal approved by Engineer.
01449010 ENCLOSED SWITCHES 16441-1
04/1 l
2.2 PUMP PANEL DISCONNECTS
A. Non -fusible Switch Assemblies: 30 Amp, 480VAC, 3 Pole, NEMA 4, Heavy Duty Type,
load interrupter enclosed knife switch with externally operable handle interlocked to
prevent opening front cover with switch in ON position. Handle lockable in ON and OFF
position.
B. Terminals shall be rated for 90 degrees Celsius.
2.3 MAIN SERVICE DISCONNECT
A. Disconnect shall be Service Entrance Rated, NEMA 4, 480VAC, 3 Pole, Fused disconnect,
heavy duty with externally operable handle interlocked to prevent opening front cover
with switch in the ON position. Handles lockable in ON and OFF position.
B. Neutral shall be bonded to ground at this location per NEC recommendations.
C. Disconnect ratings and fuse sizes shall be as indicated on contract Drawings.
D. Cable terminals shall be rated for 90 degrees Celsius.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install disconnect switches where indicated.
B. Install per manufacturers recommendations.
END OF SECTION
01449010 ENCLOSED SWITCHES 16441-2
04/1 l
SECTION 16670
SURGE PROTECTIVE DEVICE
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 -
General Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Surge Protective Device SPD, former Transient Voltage Surge Suppression devices,
(abbreviated as TVSS) SPD will be used in this specification and on all drawings.
1.3 RELATED SECTIONS
A. Section 16120 - Wires and Cables.
B. Section 16170 - Grounding and Bonding.
1.4 REFERENCES
A. The specified system shall be designed, manufactured, tested and installed in compliance
with:
1. Canadian Standards Association (CSA)
2. American National Standards Institute and
3. National Electrical Manufacturer Association (NEMA)
4. Institute of Electrical and Electronic Engineers (ANSUIEEE C62.11, C62.41, and
C62.45)
5. Federal Information Processing Standards Publication 94 (FIP PUB 94)
6. National Fire Protection Association (NFPA 20, 70, 75 and 780)
7. Underwriters Laboratories (UL 1449 3rd. Ed., UL 1283, ) MIL-STD-220A
1.5 SYSTEM DESCRIPTION
A. Includes electrical and mechanical requirements for a high-energy transient voltage surge
suppression system. Specified system shall provide effective high energy surge current
diversion, sine wave tracking for electrical line noise filtering and be suitable for application
in ANSI/IEEE C62.41 Category A, B, and C environments, as tested by ANSUIEEE C62.11,
C62.45 and MIL-STD-220A.
B. System shall be connected in parallel with the protected system; no series connected elements
shall be used which limit load current or kVA capability.
1.6 SUBMITTALS FOR REVIEW
A. Submit under provisions of Section 0 13 00.
B. Provide dimensions and materials of each component. Include isolation switch data.
01449010 SURGE PROTECTIVE DEVICE 16670 - 1
04/ 1 1
C. Documentation of specified system's UL 1449 Listing and clamping voltage ratings of all
protection modes shall be included as required product data submittal information.
D. Documentation of the specified system's UL 1283 Complimentary Listing shall be included as
required product data submittal information.
E. Independent fuse coordination tests from a nationally recognized independent testing
laboratory.
1.7 PROJECT CLOSEOUT SUBMITTALS
A. Manufacturer shall furnish an installation manual with installation, start up, trouble -shooting
guide and operating instructions for the specified system.
B. Electrical and mechanical drawings shall be provided by the manufacturer, which show unit
dimensions, weights, component and connection locations, mounting provisions, connection
details and wiring diagram.
C. Record actual location of SPD.
1.8 QUALIFICATIONS
A. Manufacturer: Company specializing in the manufacture of SPD equipment for with minimum
5 years experience.
1.9 REGULATORY REQUIREMENTS
A. Product Listing: UL listed under UL 1449 (Rev 09/2009) Standard for Surge Protective
Device (SPD) and the surge ratings shall be permanently affixed to the SPD.
B. Complimentary listed to UL 1283 Standard for EMI/RFI Facility Filters.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. Schneider Electric, SurgeLogic
B. Erico, CRITEC
C. Eaton
D. Approved Equal
2.2 OPTIONS
A. Surge Protection Device (SPD) shall be rated to be installed in a service entrance application.
B. Unit shall provide a monitor with surge counter, status LEDs and audible alarm with remote
monitor capability.
C. All manufacturers shall submit independent test data from a nationally recognized testing
laboratory for overcurrent protection, protection modes, and compliance with UL 1449
ratings.
D. Unit shall be housed in a NEMA 3R Steel wall mounted enclosure.
E. SPD Unit shall a modular design to allow ease of maintenance and flexibility in system
upgrades.
01449010 SURGE PROTECTIVE DEVICE 16670 - 2
04/ 1 1
2.3 ENVIRONMENTAL REQUIREMENTS
A. Storage temperature range shall be -55 to +85 C (-67 to +187 F).
B. Operating temperature range shall be -40 to +50 C (40 to +122 F).
C. Operation shall be reliable in an environment with 0% to 95% non -condensing relative
humidity.
D. SPD shall not generate any appreciable audible noise.
E. Unit shall not generate any appreciable magnetic fields and shall be suitable for use directly
inside computer rooms.
2.4 ELECTRICAL REQUIREMENTS
A. Nominal system operating voltage shall be 277/480 three phase WYE, 4 wire plus ground.
B. Maximum Continuous Operating Voltage (MCOV) shall be greater than 115% of the nominal
system operating voltage to ensure the ability of the system to withstand temporary RMS
overvoltage (swell) conditions.
C. Operating frequency range of the system shall be at least 47 to 63 Hertz.
D. All protection modes (including Neutral to Ground) of the SPD shall be internally fused at the
component level with the fuses IxIXT capability to allow the suppressor's maximum rated
transient current to pass through the suppressor without fuse operation. If the rated IxIxT
characteristic of the fusing is exceeded, the fusing shall be capable of opening in less than one
millisecond and clear both high and low impedance fault conditions. The fusing shall be
capable of interrupting up to 200-kA symmetrical fault current with 600 VAC applied. This
overcurrent protection circuit shall be monitored and provide indication of suppression
failure/operability. Conductor level fuses or circuit breakers internal or external to the SPD
shall not be acceptable. Contractor to furnish submittal documentation of proper fuse
coordination of actual fault tests from a nationally recognized testing laboratory for product
approval.
2.5 PROTECTION MODES
A. Protection Modes:
1. Line to Neutral Protection
2. Neutral to Ground Protection
3. Line to Ground Protection
4. Line to Line Protection
B. SPD peak surge current capacity shall be 80 kA per phase.
C. SPD system shall provide a joule rating that meets or exceeds the requirements of ANSFIEEE
C62.41 Category C delivery capability.
D. Typical response time of all suppression components shall be less than 1 nanosecond.
2.6 SURGE SUPPRESSION COMPONENTS
A. The unit shall display the combined total number of transient voltage surges detected from
L-N, L-G, N-G, and L-L since the counter was last reset.
B. Provide dry contacts to monitor ON/OFF and alarm status.
C. Alarm Silence, reset, and test functions.
D. Indication of full or partial loss of protection
E. Individually fused suppression modules.
F. AC Tracking Filter: EMLWI filtering up to —50dB from 100 kHz to 100 MHz.
01449010 SURGE PROTECTIVE DEVICE 16670 - 3
04/ 1 1
PART 3 - EXECUTION
3.1 INSTALLATION
A. The SPD shall be installed outdoors adjacent to the main disconnect switch.
B. The Contractor shall follow the SPD manufacturer's recommended installation practices and
comply with all applicable codes.
C. Manufacturer shall furnish an installation manual with installation, start up, trouble -shooting
guide and operating instructions for the specified system.
D. Electrical and mechanical drawings shall be provided by the manufacturer, which show unit
dimensions, weights, component and connection locations, mounting provisions, connection
details and wiring diagram.
E. No sharp bend will be allowed in wiring from SPD unit to ground.
3.2 FIELD QUALITY CONTROL
A. Inspect each wiring device for defects.
B. Verify that all connections a properly bonded.
3.3 WARRANTY
A. Manufacturer shall provide a full ten year warranty from date of shipment against any failure
when installed in compliance with manufacturer's written instructions, UL listing
requirements, and any applicable national or local electrical codes.
END OF SECTION
01449010 SURGE PROTECTIVE DEVICE 16670 - 4
04/ 1 1
SECTION 16990
ELECTRICAL SYSTEM TESTING AND START-UP
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General
Requirements apply to the work of this Section.
1.2 SECTION INCLUDES
A. Testing procedures and methods required prior to acceptance of electrical systems by Owner.
Electrical system start-up procedures.
1.3 RELATED SECTIONS
A. Section 16000 - Electrical General Provisions
B. Section 16120 - Wires and Cables
C. Section 16441 - Enclosed Switches
1.4 REFERENCES
A. National Electrical Code - NEC
B. National Electrical Manufacturer's Association - NEMA
C. American Society for Testing and Materials - ASTM
D. Institute of Electrical and Electronic Engineers - IEEE
E. American National Standards Institute - ANSI
F. ANSI C2 - National Electrical Safety Code
G. ANSI Z244-1 - American National Standard for Protection
H. Manufacturer's instruction manuals applicable to each particular apparatus.
1.5 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01400. Calibration of all equipment utilized in electrical
system tests must be documented and capable of being verified. Accuracy of test instruments
shall be directly traceable to the National Bureau of Standards. Analog field instruments shall
be calibrated within 6 months of use. Digital field instruments shall be calibrated within 12
months of use. Leased instruments shall be calibrated within 12 months of use where the
accuracy is guaranteed by the lessor.
B. Accurately record field data obtained during tests in a manner acceptable to Owner. Provide
three copies of tests summary to Owner in a form acceptable to Owner.
C. A copy of all test reports shall be included in the Operating and Maintenance Manuals that will
be provided to the Owner by Contractor at project close out.
01449010 ELECTRICAL SYSTEM TESTING AND STARTUP 16990 - 1
04/ 1 1
PART 2 - TEST REQUIREMENTS
2.1 CABLE TESTS
A. Visually inspect cables for physical damage and proper connection in accordance with single
line diagram. Verify that all cables have been permanently numbered. Check cable color coding
with applicable Engineer's specifications and the National Electrical Code standards.
B. After installation and before rated voltage is applied to any power cable #8 AWG or larger, a
DC insulation check shall be made for each cable with a megohmmeter. Applied potential shall
be 1000 Volts DC for 1 minute. The minimum acceptable resultant value shall be 100
megohms. Individually test each conductor with all other conductors and shields grounded at
both ends. Terminations shall be properly corona suppressed by guard ring, field reduction
sphere, or other suitable method. In the event that any power cable fails, the entire length of
cable shall be replaced.
2.2 GROUNDING SYSTEMS
A. Inspect ground system for compliance with plans and specifications. Perform three point fall -of -
potential test per IEEE Standard No. 81, Section 9.04 on the main grounding electrode,
Resistance to ground shall be no greater than five ohms. Contractor shall be responsible for
installing additional electrodes as required to lower resistance to five ohms, if greater, at no
additional expense to Owner.
B. Contractor shall perform a 3-point fall of potential test at each location indicated by the
Engineer at the completion of the Project.
2.3 FIELD DEVICE TESTS
A. Visually inspect the all field devices for physical damage and proper installation. Calibrate
devices per manufacturer's recommendations. Verify proper operation of all field devices prior
to Start -Up.
PART 3 - EXECUTION
3.1 GENERAL
A. The purpose of the start-up procedures is to assure that the equipment and systems utilized are
ready for operation and use by the City of Follett.
B. Start-up will be performed by the Contractor with the Engineer and City of Follett
representative (if desired) present.
C. The Contractor shall be responsible for recording the results and providing a report to the
Engineer.
3.2 PROCEDURE
A. Field devices and other equipment utilized will be operated as required for efficient system
operation. Contractor shall demonstrate that the field devices work as specified. Upon
effectively demonstrating the satisfactory operation of all electrical systems, the contractor will
energize all equipment that will not be adversely effected for a period of seven days. Any
01449010 ELECTRICAL SYSTEM TESTING AND STARTUP 16990 - 2
04/ 1 1
controls or other equipment found to be defective shall be replaced prior to acceptance by
Owner.
B. Contractor shall provide "Certification of Proper Operation" to Engineer upon completion of
Start -Up.
END OF SECTION
01449010 ELECTRICAL SYSTEM TESTING AND STARTUP 16990 - 3
04/ 1 1
APPENDIX A
SOIL AND LINER QUALITY CONTROL PLAN
TTACHMENT 10
Si71L AND LINER QUALITY CbNTROE. PLAN
ATTACHMENT 10
SOIL AND LINER QUAUTY CONTROL PLAN
TABLE OF CONTENTS
Secfion
adO
d W *,r
AV;
MI HAEL K STACE �
4"s ft""M1069 i *-Edon !i ��■ i
65460
piacle
r 1■� INTRODUCTION . . . 1 . . . . . . . . i . • , + L L 4 4 r . + r ■ r ■ ■ Sol . ■ ■ ■ ■ m . i . a + , 'I
1 .1 Generai . i ■ a . a . ■ a . ■ 4 ■ . + F r ■ , r ■ ■ , r . ■ r . ■ ■ ■ ■ . ■ ■ a ■ . • i ■ a r , r ,
1 +i D efl n ifio n ■ ■ T 1 r ■ , . . ■ . ■ ■ ■ ■ ■ ■ a ■ ■ ■ ■ ■ ■ a ■ ■ i ■ L L a L a _ T ■ 1 ■ ■ ■ ■ ■ ■
LO CONSTRUCTED CLAY LINER .. ■ ■ ■ ■ ■ ■ Loma and ■ _ L 4 i r a - + , r , r ■ v ■ ■ r 4
• 1 General i ■ a L ■ L ■ + . 1 ■ r ■ ■ r r ■ ■ 10 ■ ■ ■ ■ • ■ ■ ■ a ■ a ■ ■ ■ a ■ a ■ a ■ i L L + 4
2.2 Preliminary Sampling and Testing Procedures i L a a a r. F a r4 14 r■ 100 15
r .1 Imported Natural C lays + F Y 4 4 + ■ 1 r ■ ■ 7 1 ■ ■ ■ ■ r • ■ ■ ■ ■ . ■ a L . 5
. T On -Site Soils Enriched .■ nth Eentcn!W; L 4+ a r- 1- 1■ F■ r■ r.■ r■ 6
13 Sampling and Testing of Constructed Clay Liners ........... a .. a . 7
. .1 tensity and Moisture Content ... r ...... i .. + .. a . a . a L , -1 r 7
L3., Sieve ++ Analysis and Atterbarg Limits ■ ■ a ■ a L r L r a - r , - , r , ■ . . ■ 8
2.3.3 CoefficientofPermeab[iity ■■rr•■■■■■■r■,.■.i.L.L■ LL__
LL4 Thickness Verification ■ ■ ■ AS ■ ■ a a ■ ■ a L . i L i _ i r a _ _ a i - r ■ r ■ ■ r
r4 Construction of Lfners Using Imported Clays ■ r r ■ . ■ . ■ r ■ ■ , ■ ■ ■ • ■ ■ a �
2.5 Construction of Liners Using On -Sate Soils Endched With Bentonite , ■ +11
3,0 FLEXIBLE MUMBRAELINER(FML) . ■■4 LL■4 M4+r1 rrr■r■ a ■■ ■■ a 1 12
■ 1 General a ■ ■ L ■ i ■ ■ i ■ ■ i -4 + ■ ■ 1 r ■ ■ r r ■ ■ r ■ 1 r ■ r ■ r ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ a 1
3 L Submittals + r + r ■ r ■ ■ r ■ ■ ■ ■ ■ ■ , ■ ■ ■ a ■ ■ a ■ ■ i ■ a ■ 4 L a L 4 a r L + h r ■ ■ 1
a QuaI1ty Assurance 4 + ■ ■ r . ■ r ■ ■ ■ A ■ ■ . ■ . ■ . • . . ■ ■ ■ i ■ L a ■ a ■ a L a L r 14
14 Delivery, Storage and Handling ... i .. a L . a L a . - r ■ , r , ■ r , ■ . ■ ■ . . 16
3.5 Products ■ ■ ■ ■ ■ ■ L ■ ■ i ■ ■ a ! i + + r i ■ r ■ i r r ■ r ■ , ■ r ■ ■ ■ ■ ■ ■ r • a ■ a L 16
- I nsta I la o n Procedure ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • L ■ ■ ■ L ■ i ■ a i r ■ i ■ r 1 1 1 • 1 ■ 1 1 19
.7 Field(Duality Contral ■ r■■r■■■.■■■ L■■i■a.■a La _a _i. L_ r■1 23
4.0 LEACMATE COLLECTION SYSTEM ■ ■ ■ ■ ■ . . i ■ ■ L . a L . _ a r _ _ - _ + r , r T r . �
5.0 PROTE Ta E SOIL COVER ..,....L.,LLaiLaF_rr1..T1■.■rams ,a3
6.0 MAR ICI NG AND 1 DENT] FYI N G OF EVALUATED AREAS . , ......... ■ a a 34
7LO BLEB, FM LER, AND CONSTRUCTIO N D 0 C U M ENTATIO a _ i - - , - - . , r r 5
City of Lubbock 104 August 1994
M S LF Fermat M od[Ications Revised
i r 1,101 Introduction
General
This Sail and Liner Quality Control Man (SLQCP) presents engineering and quality
control requirements for construction for the Lubbock landfill composite lining
system,
The SLQCP shall be used "in conjunction with the Sifte Development Plan
Attach m a n is a n d fi n a i co n stru cti o n dra i rig s an d spe cifica ti ores. The S LQ C p-s h a1
address es the following,
Quality Assurance Program and the Quality Assurance Procedures
to be 1vmplemented during the ccMPOSite liner construction 'ncluding
fi el d e b se rvati on, la b oratory a nd fie I d testing I a n d acre p tan ce Crite ri a
for constructed work.
Recording and do turn a n tfn g procedures to demonstrate that the
constructed composite liner meets the requirements of project plans
and specifications.
Unes of communication, responsibilrfies and role of Quality
Assurance team and other related project p erso n n eI
Report submittaJs required by the Texas Natural Resource
Conservation Commission (TNRCC),
City of Lubbock 10-1 August 1994
M LF Permit Modifications Revised
5
1.2 Definitions
This' section provides the definitions for terms used in this SLQCP.
"Quality Control" - Actions taken by the FBI L manufacturers and FIVIL contractor
to ensure that the geosynthetic materials and workmanship meet the requirement
of project plans and specifications.
n I "
ily Assurance'.' - Actions taken by the Geotechnical Professional Pto
assure conformity of the liner system production and installation vVith the Quality
Assurance Plan, drawings and specifications. QA is provided by a party
i nde pan de n t of installation.
"Work" -All tools, aquipm ent, supe sion, labor and material or supplies necessary
to complete the project as specified herein and as shown on the plans.
" an sy n th eti " - A generic cI a ss ifi oa ti o n given to synthetic (man-made plastic)
)
materials used in gaotechnIcal engineedrng applications. Included are flexible
membrane lining, g iota ti Ea si ge o n its' g aogirld s, g o oco m po si tas and g aocal I s, 1= o r
the City of Lubbock Landfill, g e os n th o tics is used to refer to F M L, geosynthebre
cushion, and ga are ti l e .
"Flexible Membrane Limn F L : - Essentially an impermeable synthetic material
used as are integral part of a lining system, It is sometimes referred to as a
g eo m e m bran a, sheet or panel. On this prof a, the F L will consist of a High
Density Polyethylene (HDPE) material.
k, a ote tf f e'l - A permeable synthetic tewi fe used with soil' rock' sand gravel or
an other slm[lar materials as are integral part of the composite lining system, It
provides protection to the F L as a geosynthetic Cushion and also serves as a
filter 'Interface between two types of so!] Materaafs.
City of Lubbock
MSWLF Permit Modifications
1 0-2
August 19 94
ReVised
rrM anufaoturee' - Firm(s) responsible for the production of 1= AIL and geoto tile from
resin,
"EarthworkContractor" The firm responsible for subgrade preparatfon and clay
liner construction tinder the FML installation. The firm may also be responsible for
P I a ci n g prote ctive cove r an d g ra War d rain a g e m ate r i aI s over th a Insfa I led l i n In g
system,
"FNIL Contractor' - The firm responsible for handling, sto ring, placing, seaming,
and other aspects of the installation of the FIVIL, geo ynthctic cushion and
ge cte t1 le s as a part of the composite lire i rig system.
"Geotechnical Prof . sional," (GP) - Person(s) of f rm(s) authorized by the Owner
to manage and oversee the execution of the we rk, The Geotechnical Professional
is a fs o ro p o n si h Co for ob se ruing, testing and documenting a ctfvfti es related to liner
quality assurance during the installation of the lining system, and for issuing the
final report. All completed work is subject to approval of the Geotechnical
Professional.
"Owner" - The City of Lubbock
"Qualified E rig i n ca ri n c n i i a n" � The re pre scnfofive of the ao tech n icai
Professional who is IC J C ET - Certified in Geotechnical Engineering Technology at
Level 1 or higher, an engineering technician With a Minimum of four years of
directly related experience or a graduate engineer/geologist with one year of
dirett[y related o padence.
"Quality Assurance LahoratThe firm responsible forcon ducking tests on clay
line- and gac ynthetic samples token from the site. The laboratory shall he
independent of the Owner, Manufacturer, Lining Contractor and any party involved
City of Lu b bock 10-3 August 1994
MSWLF Permit Modifications Revised
B
with the manufacture and/or installation of any of the g eo ay n th eta .
"Profect Plans and Snecifications'T - All project related plans and specifications
including design modifications and 'kasibuilt" pleas.
P rol ect D o cu ro ents" - Al E contracto r a u bm i tta I: , co n stru ction pl an a, ,1 �a_b u l I V p I a ns,
con traction specificatlonsT QA plan, safety plan and project schedule.
.0 Constructed Clay Urye ir
.1 General
This section covers the work to construct and test the constructed clay liner. Prior
to litter construction, the landfill grad coordinate system should be established in
and around the construction area, The markers should be visible to personnel in
the construction area (sec Section 6). The minimum constructed clay liner
thickness, measured perpendicular to the surface being lined, will be two feet
I
ncluding the sumps. The surface of the finIshed clay liner should be smooth rolled
i th a fl at wh e e I ro IJ er a n d Ise pt M of st p ri c r to In sta I late on of th 9 tl e l ble m am bran e
Unar. New liner se ices should be properly tied back into previous liner sections
to ensure continuous liner coverage.
Fo it a oavati on surfa oc s wIth a sl o pc of 3 H crizo rota! to 1 Vertical (3 H + I ) or flatter,
l I n e r co n stru ctl o n may U tl Ca Ze I MS parallel to the surface. For excavation surfaces
that have steeper than 3HAV slopes, linings should be placed in successive
horizontal soil lifts; however, such lifts must be sufficiently wide to safety
accommodate both the a construction equipment and the related placement a n d
compaction operatfons,.
City of Lubbock
MSWLF Permit Modifications
1 0-4
August 1994
Revised
2.2 Prelim [nary SamplInq and Testing Procedures
. .1 Imported Natural
Preliminary sail sampling and testing W111 be performed on natural clay sails
imported to the a landfill before they are used for co n structl on of liners.
Additional tests will be performed it the soil characten"stics are variable,
Only clayey soils wNch meet the minimum requirdments of a coefficient of
p erm ea hd l i f y of no more then 1.0 x 10-11 cm/sec. a liquid limit of no less than
0i a plasticity index of noless than 15, and percent passing No. 200 sieve
of no less than 30 will be used for liner n stru ctio n,
Composite samples will be obtained by collecting equal volumes of soil from
a number of locations ithi n the soil source. If soil characteristics appear
to change within the stockpile, one composite sample will be ohtalned from
each soil type, Samples will be sealed, labeled~ and delivered to the
laboratory for evaluation.
The laboratory vVill test each sample for Atterb a rg Limits, percent passing
the N o� 40 a n +d 200 sieves, and the moisture -de na ify relationship, The test
procedures to be used are A TM D4318, ASTIR D422 and ASTIR[ D 8
respectively.
Once the m a i m u rn dry density and the optimum moisture content of the
soil samples have been determined, a sample will be compacted to 96
pernt of the maximum compacted dry density at the optimum moisture
content, or wetter, as necessary to meet density requirements, A Fading
1
Head permeability test (Appendix VIl of the Corps of Engineer I anUai,
E 1110- -19 0' May It 1980, or more current version, Laboratory Soils
Testing) will then he performed on thris sample. Constant Head
permeability test (ASTMID5084 or EM 1110-211906E Appendix il) may be
used a s ;aii a ite rn ati ve. The p e rm e a nt fluid must be tap water or water with
City of Luba ock 10-5 August 1994
MSVVLF Permit Modifications Revised
a 0.0 5 N solution of GaS0.4. The maximum acceptable coefficient of
permeability value shall not he greater than 1..0 x 10-7 cry/sec or less.
When a coefficient of I, 0 x 1} cm/sec is achieved, the density value of the
compacted sample and It optimum moisture content are considered the
m i n i m u m acceptable for checks of that liner material during construction.
In no instance it I the a percentage of compacted Standard Proctor Density
be less than 95 or the moisture content be less than optimum.
2.2.2 Qn site Soils Enriched with Bentcnate
Samples of the raw on Si19 lolls shalt be initially tested in the laboratory for
tte rbe rg Limits, particle size analysis, coefficient of Permeability using
either failing or constant head tests, and the moisture density re Ia ti o n-sha p
using the test methods described above.
The b e nto n ite shall be from a source approved by the City of Lubbock,
Preliminary laboratory testing of the en ri the d on s i to m ate ria i must begin
with the addition of a known percentage of b ento n ite to the raw soil. Two
percent, by dry weight, is the recommended additive starting point, with the
percentage of bentonite increased as needed to reach the desired
coefficient of permeability. Once the material is thoroughly Mixed ith a
known percentage of ben to ni to i a sample m u t be tested for Atterberg
L i m i ts, Particle ize analysis, coefficient of permeability using either falling
or constant head to StS, and the moisture-cfensity relationship.
rA mo tore -density relationship (ASTM D 698-78) must be developed fora
known percentage of h entc n ite by dry Freight. Once the maximum density
and optimum moisture content have been established, a test sample
suitable for running of the appropriate parmeiabilaty test stall be prepared
at 95 of the mn amum dry density at or above the optimum mci-stars
City of Lu Mock August 1994
MSWLF Permit M odiiicati ins Reel,%e d
content. After the -sample is preparedr it must he hydrated for a period of
4 to 48 hours with top water prior to testing for the coefficient of
permeability.
The coefficient of permeability must not be more than 1,0 1 O,7 CM /S 8 C.
In addition, the bentonite-enriched material must have a liquid limit of no
loss than 30, a plasticity index of no less than 15, and percent passing No,
00 sieve of no less than 30P
2
.3 Sam Pliny and TesIinq for Constructed 1ay U %WI-�
E ach sl dewy I I a nd f to o r area m u st be sep a re to Iy eval uated un I o ss the two a r ea
are constructed ire a oontInuous monolathicfashion. All soil samples will be visually
inspected for compaction planes, permeable zones, poor compaction, or other
problems and to determine SoH type. Any diner~ sections not meeting the minim um
Standards on the first test will be reworked or replaced and retested, until they do
meet the m l n'lm urn standards. All test and sample locations will be i d entifi cd by
lift number and landfill grid coordinates on a drawing of the e mnstruction area.
l Pensirty and Moisture o n tent
For parallel lifts, one test per each 5FOOO square feet, or less, of surface
area of lining for each 6 inches of depth (but no less than 3 density tests
p er 6 in oh lift), Fc r h c r'i zc n to l I ifts F one to t for each 100 lineal feet for each
12 inches of thickness. The test I o oat on s will be evenly di stri bated across
each lift being tested. Any area a ppc ;� rin g to be of questionable quality Wi I I
be tested instead of, or in addition to, the area prevfously planned for
testing. Test procedures for determining moisture -density relationships in
the laboratory a I t1 li z e ASTM D 698 (Standard Proctor density). The
density obtained in the field must be at least 95 percent of the Standard
City of Lubbock 10-7 August 1994
MSWLF Permit M odi ficab on s Revised
Proctor value with a Moisture content at or above optimum. Sections of
compacted o it finer er h i ch do not pass the density and moisture
requirements shall be reworked -and retested until the section in question
does pass. All holes created for densIty machine probes shall be backfUled
ith a Mixture cf liner material and dry powdered b e nto rya te.
2.3.,2 Saeve Analysis a n d Atterbera. L Im its
Bulk samples will be collected for analysis to determine the Atterherg limits
and the percent passing the No. 40 and 200 sieves. For parallel lifts, a
m i ni m u m of on a to st sarn p le fa r each 100, 0 00 squa re fe et of s urface p er• I ift,
or majo r fra efilon thereof, but no less than one test per 6 inch Iift of parallel
liner, For horizontal lifts, a rn 1n im urn of one test per 2,000 I i n ea I feet per 1
inches of h o d zo ntal liner, Test procedures to be fol l owed to the laboratory
will be ASTM 0422 for Sieve Analysis (+40, +200, and - 00) and A T
D4 18, forAtterbarg Limits. The liner oat must have a liquld limit of no less
than 30, a plasticity index of no less than 15, and percent passing No. 200
sieve of no less than SOL
2L3,3 Coefficient of Fermeabillt
Undisturbed samples of the constructed liner wiff be collected for
p'armeabiIlty testing. These samples wIll be collected using a 3-inch or
larger diameter sampling device. The void left by the sampling d eVICe ill
be ba ckfi I led w1th a mixture of liner material and powdered be nton ite.
For parallel I1ftS, a minimum of one test sample for each 100,000 square
feet of surface per lift' or major fraction thereof, but no less than one test
per inch lift of parallel liner. For ho'•a ontal lifts, a minimum of one test per
,000 lineal feet per 12 inches of horizontal liner, Each sample shall he
City of Lubbock 10-8 August 1994
MSVVLF Permit Modiffications Revised
tested in the laboratory using a Falling Head procedure (Appendix V1I of the
r
Corps of Engineers Manual, EM 111- -1906, Laboratory Soils Testing, or
m o re re ce ref versa o n) , o r a Co n stant If a ad p ro ced ure (AS TM D 50 84 o r• E M
1110 - i 1 06, Appendix 1 I) . The pe rm ea nt fluid must be top water or water
i th a 0-06N solution of GaSO4, The liner coefficient of permeability must
not exceed 1 x 10"? cmisac*
.14 Thlekness Verifi tion
Elevation of grid points taken before and after clay placement with field
su rve y in g e qu i p m en# sha 11 be used to d e term i n 9 w n stru cted I i n er th ickn es sT
Elevations will be taken at a minimum of one per 5,000 square feet of
surface area or major fraction thereof,, If the lined area udder evaluation i
le ss th a n 5 , 0 00 sq u a re feet, a M i n i M um of two refe rence p o i rats a re re q Lri reed
for verification. Probe holes that disturb finished clay liner may not be used
to determine thickness.
.4 Construction of Liners U s'rn Imported N atu ra f Cl� �
Placement of clay liners shall he performed in accordance with the following
1 T Prior to placement of clay i i n er m ate rla 1, the su h g rad e in the bottom and
side wall (3 H o rizo n a l to 1 Vertical slope or fl atter) areas should be brought
ithin design Jives and grades and then be scarified to a depth of
approxim etefy six arches. All rocks, foreign objects and orgianic material
shall be removed. The scaffied soa I s should be recom pa uteri to of !east 135
percent of Standard Proctor density at or above optimum m c i stu re wntent.
This re cu m p a cted section is not part of the constructed Ci n e r section.
City of Lubbock 10-9 August 1994
M S LF Permit Modifications Revised
r
. All soN liners must be constructed in compacted layers or lifts using a
Maximum loose I'M th ckn es s of eight 'Inches (6-inch nominal Compacted
thi kn es s) . Layers m o y be form e d by uti lizi n g eq u ip m en t wh ich a I I spread
the m ate ri al as it is dumped, or the layers may be formed by spreadIng or
blading from piles or windrows previously dumped from excavating or
hauling.equapment in such amounts that the materdal is ever!y distributed.
Water used for sprinkling must be clean and shall not have been in contact
with solid a ste or other objectionable matter. Water required to bring the
m ate ria I to the m 018ture eon to n t n ecessa ry fo r m a iry u m CO m pa OtIon sh o Ua d
be spi1i n led evenly at t h e bottom of each 1 ift so as to achieve a uniform
moisture content throughout each III. The liner s of I material shall contain
n o rocks n r sto n es la rg of th an o no 1 n h or h ave m ore th an 10 pe rcent rock
by welght. The maximum clod size will be approximately one inch in
diameter.
. Ea ch co nstructe d so it I ift, o r lay e r of I i n er, r'r'r u st n of a cee d e 19 ht in Chas of
loose depth, and must be compacted to at least 9 8% Stan d iard E r'o o r
m a im o m dry density at or above the optimum moisture o n teat. Each rift
shall be compacted with a padtta m pa rig -foot or sh e e ps-foot roller. The lift
th!ckness shall be controlled so that there is total p netratlo n through the
loose iM under compaction into the top of the previously com p acte d lift;
therefore, the compacted lift thickness must not be greater than the pod or
prong length. This is necessary to achieve adequate bonding between tiffs
and re d o ce seepage p iath ways. Adequate cleaning devices must be in
place and maintained on the compactlon roller so that the o r pad
prongs
feet do not become clogged with clay soils to the point that they cannot
achieve full p en c tr atlaon during i n a ti a i compaction. The footed roller is
necessary to achieve bonding and to reduce the Mdividual clods and
achieve a blending of the so -If matrix through 'its kneading action. In
addition to the kneading action, weight of the compaction equipment is
City of Lubbock 10-10 August 1994
MSWLF Permit Modifications Revised
Important. When using ASTM D6 98 (Standard Proctor) density, the
rnini'mum weight of the compactor should be 1500 pounds per ilnaar foot of
drum length, and a M inimurn of eight passes is recommended for the
compact -Ion process.
. . Construction of Liners Using On Site Soils Enrched with Bontorrita
U ne r co n stru cta on rn ay uti li za o n site a of I s end the d with b on to n ito . Bento n Ite s h a 11
be added to the on site solls i n a p ug m it I or equivalent operation to ensure
continuous supply of quality liner matedaJ. A general guldeffne for placement of
the soil admixture is discussed below.
I. Prior to placement of clay liner material, the subgrade in the bottom and
side aIl �3 H ofton a I to 1 Vertical slope or latter) areas should be brought
within design lines and grades and then be scarified to a depth of
approximately six inches. All rocks, foreign objects and organic Material
shall be removed. The Scarified soils should he re co m p anted to at toast 95
p orcont of Ste n da rd Proctor dare si ty at or a b oe Opts m u m m oa aturo 0o n teat,,
This recompacted section is not part of the constructed liner section.
, All soil liners most be constructed in compacted layers or lifts is using a
maximum loose Oft thickness of ofght Inches (6-Inch nominal compacted
thickness). Layers may be formed by utlli ing equipment which will spread
the material as 'rt is d u m p ad, or the layers may be formed by p re ad in g or
bi ad i n g from plies or windrows previously dumped from excavating or
f h ao I i ng equipment in such amounts that the material is evenly distributed,.
Water used for sprinkling must be clean and shall not have been in contact
with solid waste or other objectionable matter. Water r required to bring the
mate n"aI to the moisture content necessary for m a Jmum companticn shcuid
be sp ra n kl od evenly at the bottom of each lift so as to a ch i avo a uniform
City of Liu bbock 10-11 August 1994
M WLF Permit Modifications Revised
moisture content throughout each lift. The liner soil material shall oo nta i n
no rocks or stones larger than one 'Inch or have more than 10 percent rock
by Freight. The maximum clod size will he approximately one inch in
diameter..
The loll admixture shall be compacted with a pad/tamping foot or sheep -
foot roller to a minimum density of 95% of the Standard Proctor maximum
dry density established in the laboratory at or above optimum moisture
content. The admixed Soil should be laid and compacted in layers not
e caodfng six inches in th lick joss.
.0 Elexible Membrane Lining (F M L)
General
This Section covers the work necessary to construct and test the a flexible
membrane E1ning (FML) system, which will consist of a 60 mil High Density
Polyethylene (HDPE) material. The overall objective is to provide an o f'oota ve
lining system at the completion of the work,
3.2 S ubm ittal
Th o C o retractor sh a 1 I su h m it written oe rti i ca ti o n by the I In is g M a n ufa to re r the a t the
lining materials conform to the requirements of the LQ P' are Similar and of
same formulation as that for which certification is submitted; and has been
demonstrated by actual usage to be satisfactory for the inta nod e d application.
The- lining Manufacturer and the Contractor, each shall submit a complete
description of its quality control p rog ra R a S 8 PP I i oa bl o, for manufacturing,
handling, in ta[Jing, tasting, repai ng and providing a completed lining in
accordance with requirements of the SLQCP,. The description shall include, but
not be lire ite d to, p o ly m e r re s i n su PP I fer, pro du ct -1 d enti tioa ti on, accepts n ce testi n g
fabrication and production testing, Installation testing, documentation of changes,
City of Lubbock 10-12 August 1994
,9 LF Permit Mod1 f cati ores Revised
a lte ra tfo n s and repairs, retests and acceptance.
The Contractor shall submit installation drawings, d escrfpti o n df installation
procedures, and a schedule for performing/completing the Work. Installation
drawings shall show a lining sheet layout ath proposed size, number, position,
and sequence of placing of all sheets and indleating the location of all field Seam&
Installation drawfngs shall also show complete details a ridlo r methods for
a n ch ors rig the lint f ng at its perimeter, making field seams, and making
anchorstseels to pipes and structur eSL
The Contractor shall submit for approval by the Engineer samples of lining
material(s) and field seams prior to start of construction.
The Contractor shall subMit SIX(6) 8 inches x 10 inches samples of dining
material(s) and six (6) Samples of field sears, The field warn samples shall he
�. fa b d sated by the C ontractor u si n g th a sa m e m ate ra al s, equipment and procedures
for the lining, Samples shall measure 1inches plus seem width in width and 1:5
lashes in length. The samples shall he numbered and dated.
The Contractor shall submit a complete des trip tfo n of welding procedures for
making field seams and repairs. The welding procedures shall conform to the
latest procedures recommended by the lining Manufacturer and to the SLQCP.
The Contractior shall submit for approval by the Engineer certification that the
surface(s) on which the lining will be p laced as acceptable. Installation of the lining
shall not core m e nca until this certi l Cat, on is furnished to the Engineer.
The lining Manufacturer shall furrrfsh a written fIrlirig material warranty on a prorato
basis for a period of 20 years. The warranty shall be against manufacturing
defects or workmanship and against deterioration due to ozone, uItravaoIet or other
City of Lubbock t 0-13 August 1994
S WLF Permit M a difications Revised
normal weather aging. The warranty shall be limited to replacement of material
only, and shall not cover installation of said mateftl. It shal[ not cover damage
due to vndafasm, acts of anima[s or unusual acts of God.
The Gontractor shall fern sty a written guarantee that the entire I In i ng work
con stru cte d by h 'I'm to be fre a of d efects in m ate ri al an d workm a n S h! p a nd i n Sta Ile d
pursuant to the SLQCP for a pie rio d of two (2) years following the date of
acceptelince of the Work by t h e Engineer. D u rfng the 23rd month, a pro -guarantee
expiration i ns pe ctlon will be conducted to identify any necessary repair work
covered by the guarantee. The Contractor shall agree to make any repairs or
rep [a ce m e n is m ad a ne ces sary by defe cts i n rn ate rl al s or workm a n ship lrn th a Wo rk
whi ch b e co m e ev1de I with i n s a i d g u ara me a peri od . Th $ C ontra ctor sh a] I m a ke
repairs and/or replacements promptly, the Owner may do so, and the Contractor
shall be liable to the Owner for the cost of such repairs and/or replacements.
'3.3 QA-Wity Assurance
Prior to start of work, the lining Manufacturer and the Contractor, each, shall
submit for approval by the Gootechnical Professional documented evidence of its
a bi I [ty and capacity to p erf o r tit is Work. Each shall have successfully
manufactured andlor installed a minimum of two (2) million square feet of similar
lining material. in S0141d waste containment structures. The Contractor can meet
these cr[te ri a by teaming with a subcontractor who Is i d enfif ie d in the bid along
with the firm's exiled a nce.
The Gontractor shall submit the name and qualificaflons of Its project
superintendent that will be on the project whenever lining m ater vials are being
hand[edli stalled plus the names and qualifications of senior installation personnel
on the protect.
City of Lubbock 10-14 August 1994
MSWLF Permit M odi fi of 1 o ns Revised
The Quality Control Plan(s) to be 'Implemented for the Work by the lining
a n ufacturer and the C nntractor sha1I be in accordance with applf bis paragraphs
of the SLQCP,,
The Manufacturer shall provide on -site technical sup er vi s Io n and ass rsta n ce at all
times during installation of the fining system. The Manufacturer and Contractor,
as applicable to each, shall submit for approval by the GeotechnicaJ Professional
written certification that the I Crying system was Installed In accordance WIth the
M an ufa cturees reco rrrm endataon, the S LQ C Pp praj act speefficat! ons ared dra ings
and approved Submittals.
The GeotechnIcal P rofe s i o n al Sri f I initiate a pre -installation meeting with the
Manufacturer and Contractor prior to installation of the lining system. Topics for
review/discus ion shalf nclud8, as a minimum, project plans and specitivatfons'
approved submittals, tsar ar and qualification procedures for- Contractor personnel
and demonstration of making a geld welded Seam (s) including peal and shear
tests.
Prior to installation of the lining system, the Contractorshall instruct the workman
of the hazards of installation, such as h a nd l Ing sheets of l 1n i n g material in Nigh
h
i n d s r use of eq uj p m s rat; ap pI i cati o n of so lve nts F adhesives and caulks; and
ial i n g on Ci n i ng surfaces. Work gloves, safety glasses, hard hats, and smooth -
soled shoes are minimum safety wear requirements when working on the f` f L.
Safety shoes must be worn when handling heavy objects.
Th c� Geotechnical Professional shall have authority to crd e r an im m cd f atc
stoppage of work because of improper a n eta I lat cn procedures, safety Infractions,
or for any reason whfoh may result in s defective 11n s r.
City of Lubbock 10.15 August 1994
M WLF Permit Mod i frcafl o [is Revised
.4 Delive Story a and Handllr�
The Contractor shall submit for approval by the Geotechnical Professional a
m ethod(s) for handiing end storiage of lining material(s) which have beers dasivered
to the project site.. These m iato rials shall be stored in accordance i th the
Manufacturerjs rece m m a nd aflon .
La n i ng m ate ria is de I were d to the site shall be In s p e ted for damage, un fee de d, and
stored with a minimum of h and! i ng . Materials shall not be stored directly on the
ground, The storage area shall he such that all materials are protected from mud,
soil, dirt and debris. The starring of lining shall not be higher than two roils.
Under no c1rcumstances shall the Iirtiing be subjected to materials, sandbags,
equipment or other items hying dragged across its surface. Nor shall workmen
and others slide down slope$ atop the lining. All scuffed surfaces resulting from
abuse of any kind caused by the Contractor1n performance of the Workshall he
repaired at the Geatechnical Professional's d ireot fo n,
Th e C o ntmotor s ha I I b e co m pleteiy re Spo ns ib le fo r shj pp In g, storag e, ha nd it rig, and
installation of all lining materials in compliance with the SLQCP.
3.5 Products
The High Density Polyethylene (HDPE) lining materials shall be new, first quality
p ro d ucts de slg n ed a n d m an ufa ctu re d spe cifica I ly fo r fh a pu rpo se s of the Wo rk an d
shall have sati sfa cto rH y demonstrated by prier use to be suitable and durable for
such purposes. The flexible membrane shall be an unmodified MD PE containing
no Plasticizers, fillers, chemical additives, reclaimed polymers, or extenders. For
u ltravio l e t resistance, the FM L material shall contain not less than 2.0 percent
carbon black as determ fined by ABTA 0 1601 The only ether oompound
L
ingred[ents to he added to the F L resin shall be anti-o ldanis and heat stabilizer
City of Lu bbo i* 10-16 August 1994
M SWLF Permit M odiffcaLions Revised
required 'fior manufactuNn . The FAIL shall be supplied as a single ply continuous
sheet with 110 faCtOry seams and 'in rolls with a minimum width of 15 FT. The roll
length shall be M a im ized to provide the largest manageable sheet for the fewest
fieid seams.
The FML lining Maten"als shall be as manufactured by Gundle Lining sty
Inc., Houston, Texas; Poly -America, Inc., rand P ra i d e, Texa • Niational Seal
Company, Galesburg, Illrncis; LT North America, Inc. �r�r�c Texas, a , or
approved equal..
Pri or to U s e, th e F M L m ate d a1 a aha 11 be cer t 1 ie d In writi n g by the Ma n ufacf u rer to
m ref the m in i m um t p i oaf phy ai cal P rc Pe rty Va l u as d e scri bed i n Tab le A. Al ternate
manufacturer's brands with slightly different phys]"cal properties may be approved
by the ecfa ni l P rufe a i o n ai. The certificate should include roll i d e n tiff cat, o n
number, testing . procedure and test results. Test results are r e ua r ed for every
5o,000 ft, of i= ILL shipped to site.
TABLE A
H DPE PROPERTIES
City of Lubbock 10-17 A� �u st 1994
M S L.F Permit M odifirafion s �Revised
Tensile Properties
(Each Direction)
1. Tensile Strength
At Break (lbFin width)
At Y' eld (I bin Width)
2. Elongation
At Break (Percent)
At Yield (Percent)
Tear Resistance (Ibs Fru" n)
Puncture Resistance (lbs. girt)
Low Temperature ri#tlenees
(br-)
Dime nylon e [ Stability
(Each Direction, change
max)
Resistance to SO S u ri al
(Max change, o rig In el
Value)
1. Tens i le Strength
At Break & Yield
2.. E long abon
! At Bread & Yield
Environmental Stress Crack
(Ull n Hm)
Water Absorption
Max % wt change)
Coefficient of Lire e a r Thermal
Expansion (crn/crnO )
Hydrostatic Resistance (psD
M OTStn re Ve p or Tra ns mission
Max. (gim, day)
I ndex F riction �
Bonded Seam Strerqth.
V bfi n)
Peel Ad hesi o n
Fusion (Ibfin)
Extrusion (I rn)
*FilTea r Eond
sm co 4-i1 /
ASTM D 838
Type IV Spec1rnen
Dumb bell @ 2 iprn
8
132
132
132
750
200
12
1
ASTM D 1004
45
45
FTM Sbd 1010
108
108
Method 2065
ASTM D 74 B
-60
Procedure U
ATM D 1204
2
12
1 00"C 1 HIS
ASTM D 3033 baling
ASTM D 638 'hype
IV
SpecImen Q 2 ipm
;L 10
10
f 10
10
ASTIR D 1693
0 0
200
Dondi#io o C (1001C)
ASTIR D 570
0.1
ASTM D 696
2x104
2x10'
ASTIR a 751
400
350
Method A-1
ASTM E 96
0.02
1D, 0
ASTM D 4437 132, FT8* (less than 10 Into
seam)
ASTM D 4437 90(FTB") 90(F:TB&)
78(FTB') 78 (FTE�')
City of Lubbock 10-18 August 1994
MSVVLF Permit Modifications Revised
In addition to the manufacturer's quality control certificates, samples of the
delivered rolls of geomem brans will be obtained for confarmanc' a testing. Upon
delivery of the rolls of g eo rnem brave' the test samples sh a I i be obtained for
conformance testing in accordiance with the schedule in Ta b l e E or as specified
in the construction specifications for the project, , if greater.
TABLE E
e ome cobrarye Conformance Test Schedule
TESL'
METHOD
FREQUENCY
Thickness
ATM D 751 /15 93
Leading edge of each
geo membr an a rnlf
��# f ��� #I� � n 1 test ��r 100,000
fF with not less then one per
resin Cot
M intro urn of 4 tests requ i red .
Carbon black content
ATl� 1
Carbon black dispersion
AS TM D 3015
Tensile P ru peri es
ATM D 638
Puncture resistance
ATM 0 4833
Tear resistance
AST +! D 1004
Extrusion re i n used for fusion welding w1th extra date to make field seams
between F L sheets and for repairs shall be H D P E produced from and th e s am e
as the H D E sheet resin. Physical properties shall be same as H DPE lining
sleets,
3.6 Installation Procedures
Prior to installation of the FIVIL, ig site inspection will be conducted by the
note Cl n i C@ I P rofe ss i o n as a nd t l e C o ntra ctnr to verify M e a s u rem a refs a stru ntur e s
and surface conditions to suppoil the FIVIL.
Cif of Lubbock 10-19 August 1994
S LF Permit M odi ricat« ns Revised
-TIC e C c ntra ctor wl I I p rn vi d e wr1tten do cu m e n tati o n to th e G e otech n ical Pro f e ssi on al
that surfaces s to receive ive the F Lt have been inspected � ecte d and are acceptable . � for
Installation of the iinl ng .
All earth subgrade surfaces will be maintained ivn a smooth, uniform* and
compacted condition du ri i-i g i n stal i etio n of the lining. Excessive cracking (defined
as cracks of a least 1 " in depth and at least 1' in length) of the surfaces will be
repaired as directed by the Geotechniveal Prafaasi c na I . Immediately pd or to
installation of the lining, any erosion or other- damage to the sub grad a which has
o u rred since completion of e e rth work will ba corrected. Adequate drainage of
the spa bg ra d e will be provided and maintained until 'installation of the lining is
Completed. No vehicles Will be permitted to travel the completed sub g rade .
Before the work begins, the Contractor will `inspect a I l lining materials for damage
from tr'a n it. Materials that cannot be repaired will be rejected and removed from
the work area and site.
During unwrapping of lining materials for use and placement, the Contractor i f i
visually inspect all materials, partinulerly surfaces of lining sheets, for imperfectlan
and faulty areas. All such defective places will be marked and repaired in
accordance with approved methods.
The F L will be installed as shown on the project plans and approved installation
drawings. Placement of the FIVIL will be done such that good fit, without bridging,
i s p rovi de d o n a] I co very a n d g rad a ch ang es. E ces live la ck wl' I I b e avo id ed to
menu ize rippling during the soil cover operation.
Sheets of F L materials will be of such lengths and widft and will be placed in
such a manner as to reduce field seaming to a minimum. The lining will be
anchored In accordance with details sh own on approved plans and drawings. The
City of Lubbock 10-20 August 1994
lit LF Permit Jodi (cations Revised
lining will he anchored and sealed to tructure T pipes and other types of
Penetrations, (If any), In accordance with details shown on approved plans a n d
drawings. All charges in approved installation diraWings and procedures must be
approved by the Geotechnicall Professional.
Extreme care Will he taken during installation of the Jiving to be certain no damage
as done to any part of the lining. Dragg'Jng of the FML material an the subgrade
fl l be avoided, Smoking by installation personnel will be prohibited. All handling
and installation procedures will he pe rfo rm e d by workers wearling shoes with
smooth so f e s. Shoes with soles that have patterns in relief shall be prohibited.
No foot traffic SriII he allowed on the FML except with approved shoes.. No
veh icul ar traffic wil I b e x 11 owed o n the I i nfng. Al I rn oto r dri ve n e q u i pm ent o sIng fu el
will have spiry arrestors, No gasoline d d ve n generators or cans of gas or solvent
will be placed darootly on the lining maten-iai+ Undarno circumstances will the lining
be used as a work area to prepare patches or to store tools and supplies. If
needed, a tarpaulin of approved materfaI will be spread out as a wary area.
During installation, the Contractor will be responsible for protecting the lining
against adverse affects of h f g h Winds such as uplift., Sand begs Will be used as
requjred to hoId the lining maternal ire position during in stallaficin. Sand bags will
he cuff ci entl y cl os a -knit to p re of u de fin es fro mi working thrc u g h th a bottom , s id es
or seams. Paper hags, whether or not lined with plastic, will not he permitted.
Burlap bags, if used, must he lined Wirth pf a stir. Bags will contain not less than 40,
nor more than 60 pounds of sand having 100 percent passing a number 8 screen
and will he tied closed after filling, using only plactisVies. Bags that are split, torn
or otherwise losing their contents will be immediately removed from the work area
and any spills immediately cleaned up, Fetal or wire ties will not be used.
The FML materiel will not be installed under adverse clfmatirccordffions, unless the
ontractarcan demonstrate that His installation techniques adequately compensate
City of E'Ubhock 10, 1 August 1994
for such adverse Cond'it[ons and quality of workmanship is not compromised.
Adverse climatic conditions occur when the air temperature measured 6 inches
above the FILL surface is less than "F and decreasing, or more than 900 F; when
th a re I ative h u m I d1ty is m ore ter a n 8 0 p ercent; whe n i t is ra i n! n g; o r wh en th ere a
frost on the ground, or during conditions of excessive i nd s,
FM L field seams will be lap scams a s sh own on approved plans and drawings,
The lap seams will be formed by lapping the edges of FML sheets a minimum of
4 'Inches. The contact surfaces of the sheets i I! be wiped clean'
l e a r� to remove dirt,
dust, moisture, and other foreign materials. For fillet weld seams, b eve I edge of
F L and clean o f da do n from SUtFaCe S tO receive a cru da to by disk grinding or
equivalent not more than one hour before seaming,
Lap seam interne ions invo[vfng more then 3 thicknesses of lining material will be
avoided, and all seem intersectionsWHI be offset at least 2 FT. No horizontal field
seems il[ be allowed on the slope and sheets of lining material on the slopes will
extend down slope out onto bottom a minimum of 5 FT from Joe of slope.
Field seams between sheets of FILL material will be made using approved fusion
welding systems, equipment and techniques+ Approved fusion welding systems
include fillet weld using a trudate, lap weld using a trudate, and lap weld using
single or double wedge welder. If the wedge welder is used' the free edge of the
s eam of th a top shy eet wi If be re m oved WIth out affeoUng the e i n teg ri ty of th a sea m
Any neces a ry repairs to the FM L Will be madawith the Iining mate ri@I its aIfr uSfng
approved fusion welding systems, equipment and techniques. The patch size rl
be 4 inches larger i n all d Erect i ors s than the a area to be patched. l i corners of the
patchy will be rounded with a 1 inch Minimum radius.
Cary of Lubb ock 10-22 August 1994
M SL F Perm -it M odaficaf t ns Revised
All seems and seals of the FIVL will be tightly bonded on core pletOn of the work.
Any lining surface showing injury due to scuffing or penetration by foreign objects
or showing distress will be replaced or repaired as directed by the a Geotechnfcal
Professional.
Cleanup withIn the a work area will be an ongoing res po n i b [I i ty of the Contractor.
Particular care will be taken to insure the at no trash, tools, and other unwanted
materials are trapped beneath the Uning. Care wail be taken to insure that all
scraps of lining m ate ri a l are removed from the work area p d o r to Completion of the
installation.
31 Field Q ua I [ty _ o ntroi
n spa cti on a n d to sti n g wi I i involve th a fu I I ti m e o ba swat'lo n of th a i ns to I la ti o n of the
Fib L, including the making and testing of lining seiams and patches and period'ic
�measurement of the liner material thickness to insure compliance.
Te st seams wilI be made to verify that adequate co rid it! on s exist for field seamlrig
to proceed. Each seamer will produce a test seam of the beg[nning of each shaft
to determine the peel and ton ile strength of the seam, The Geotechnical
Professional may require a sample field seam be made at any time during
e am i n g production to ver'IN e q u i pm entlope rater performance and seem integrity.
In addition, if a se am In g operation has been suspended for more than n V2 Dour or
if a breakdown of the seeming equipment occurs, a test warn will he produced
prior to resumption of seaming operations.
During the field seeming operation, representative, non-destructive samples will be
made for field seams by the Contractor, Thew samples i[I be made of the same
H D P E sheet and fusion weld materials using the a same installation procedures as
the F M L ire sta Cl ati on itself. Samples ill have a width of 12 inches plus the seam
City of Lubbock 1 0- 3 August 1994
MSWLF Permit Modifications Revised
fwidth and length of 36 [nehe . A minimum of one sample per crew each morning
and each aftemoon1 will be made. All field seems will have a film tear bond in
peel and shear and a minimum pounds per inch wlpdth seam strength in shear
when tested as sp ec1� ed i t If*i ti onS.Sample testing Will he conducted by
an independent testing eigency paid for by the Owner. The independent testIn
agency will save all tort samples Including speamens tested until notifjed by the
eotech n icn I Professional relative to their disposal., I l sp a ci m an s which have
failed under test will he shI pp e d immediately by express delivery to the
Geotechnical Professional for determination of corrective measures to be taken.
During the field seaming operation:, destructive samples wIll be removed from field
seams by the Contractor at locations selected by the Geotechnical Professional.
Repairs to the field seats *ill be made in accordance with repair procedures
sp ecifi ed i n th es e S p e CIti cat! on s. A m in [m um of o ne stratafie d Sam p!e p e r 5 00 fe et
of field seam will be made. All field seams will have a film teat` bond in peel and
i shear and a minimum pound per inch w1dth seam strength in shear when tested
as specified in the LO � . A �f i i ent amount of the seam must be removed in
order to conduct field testing, independent laboratory testing, and archiving of
e no ug h m ated al In a rde r to rete st th rr se a m wh erg rye nes sa ry. 1= i al d to sti ng sh al
include at least two peel tests (four when possible for testing both tracks on dual -
track fusion welded seams) . Independent laboratory testing shall consist of five
s hisa r tests and five peel tests (ten when possIble for both tracks of dual4rack
fusion welded seams).. Destructive seam -testing locations shall he cap -stripped
and the cap completely seamed by extrusion weldIng to the FM L. Capped
s ecti ens shall b e no n-cle strn ctive I y to ste d. Add lti a na I b est r u ctive test sa m p f e S m a
be token if deemed necessary by the Geotachnical Professional or h i s
representative.
All field-tested samples from ran a destructive -test location must he passing i n both
shear and peel for the seen to be considered as passing. The Independent
MY of Lubbock 10-24 August 1 N4
MGWLF Permit M odifica#ians Revised
laboratory testing must confiTm these field results. The passing criterion for
Independent laboratory testing is that four of five samples must pass i n shear a n d
four of five must pass in peel (four of five samples from each dual track fusion
welded seem, when possible to test each seam, must be passing) before the seam
is considered as passing,, The manufacturers sheet -strength values must be
provided.
The independent testing agency W11 save all test samples including specimens
tested until notified by the e ote h n i ua f Professional relative to their disposal. All
spec4mens which have failed under test will be h"piled lr�mediately b express
d el ivery to th a G eote chtin i cal P rofes sio n al #o r determ i n atio n of co rre ctive m ea s u res
to be taken.
All specimens tested of field weld sample by the independent Wsting agency will
pass. If any specimen fa R S, the entire sample will be con sI d a red as a fa llure, and
the fi a [d weld i [I be rejected. In this event, the field seam(s) i [l be rejected as
nonith the SLQCP and corrective measures wipli be implemented,,
For nondestructive samples which have failed, correctIve measures Will include a
rerun of the weld test using the same sample. If the a second test passes, the
e ote ch n i ca F Professional m ay assum c a n erro r wa s rri ad a In #b a fi rst test and th e
field e a m accepted, If the second test fa ll s � the Contractor will cap all field seems
re prey erg teed by th a fa [l ed sa m ill a a nd a n ew to st sam p] a su bm a tte d fo r rete St. The
decision of the Geotechnical Professional will be final,
For d estru dive sam P I e s whi ch have fa it ed, CO rre ctive m a as u res wl I I in 01 ud e a re run
of the weld test using the same sample. If the second test passes, the
eotechni a] Professional may assume an error was made in the first test and the
fe[d seam accepted. If the second testfalfsr the Contractor will reconstruct all the
fl el d seams between any two previous passed seam locations h i include the
City of Lubbock
MSWLF Permit M od lffi c4 ons
10-25
August 1994
R ev [sed
failed sears or will go on both sides of the failed seam location (10 feet minima )a
tale another sample each side and test both, If both pass, the Contractor will
re co nstruct the a fie Id se am b etwe e n thti a two I o catlon s. I f elthe r fall s, th e G o n tra otu r
will repeat the a process of taking samples for test. In a I I cis e:s acceptabfe field
seams must be hounded by two passed test locations. The decision of the
ry otech n i cal Professional i I I be final,
In the event capping of a field s ea rn is required, the Contractor will Use a cover
strap of the same thickness as the lining (and from the same r of l if avail a h l and
of 8 inches min mum width,, It will be positioned over the center of the field seam
and welded to the lining using a fillet weld each side.
All i` M L sheets, seams, anchor's, seals, and repair's will be visuallyinspected b
the Contractor for defects. to a diditi ors, all seams a n d repairs Will be further
checked by a metal probe. Depending on seam a ld ire gequipment used, all
seams and repairs will be tested by a vacuum testing device, a spark testing
device and/or air pressure.
visual inspection of the liming sheets, seams, anchors and seals will he made b
the Contractor as the installation progresses and again on completion of the
installation. Defective and questionable areas will be clearly marked and realr ed.
F rn a l approval of repairs all be given by the Geotechnical Professional.
The Conlractor wul run a metal probe, such as a dull -pointed lee pick, along the
length of a l I seams and repairs to Insure that the seam is Continuous and absent
of leak paths. Defects will be clearly marked and repaired.
If the fillet weld, extrusion lap weld or -single hOt-wedge fusion lap weld is used to
weld seams, the Contractor Will further test ;all seams and repairs in the e FM Lb
vacuum box. Alf vacuum box testing will be done a in the presence of the
City of Lubbock 10- 6 August 1994
MSWLF Permit Modificafloris Revised
e ote hn i ca I Professional. The area to be tested will be cleaned of all dust,
debris, dirt and other for -sign matter, A soap solution will be applied to the test
area with a print roller and the vacuum of 10 Inches Meru (Hg) will be indticed
and held at least tan seconds to mark for rap as r any sus . pi ci ous areas ias
evidenced by bubbles in the a soap solufLon.
If the fiI I et weld is used to weld seams, the Contractor will further test all seams
a rr d repairs in the F IVI L by us In g a high voltage spark detector, The s ettfn g of the
detector will be 203000 Volta- In order to conduct this test, all, warns to be tested
will be provided with not less than gauge 4- 0 oopp e r wires properly am h added
in the seems and grounded. All spark to sting will be done in the presence of the
o
e otechn ice I Professional. All defective areas will be marked for repair.
1f the double hot -wedge is used, the Contractor will further test all seams in the
i~ILL by using the air pressure test which consists of [inserting a needle with gauge
in the air pace between welds. Air Will be pumped into apace to 30 psi and held
for 5 minute . If pressure m a intaIns. 6- 0 psi, seam i acceptable. If pressure
drops, the outside o I d edge will be sprayed with a soap solution and v1s u a! Iy
examined for h u b hi o-s, If no bubbles a p p ea rx the problem Is with the a rnsi da weld
and the sea is aooiapteble. If any hwhhles appear, the d efect wiir he rep asred by
extrusion a Id i n g and tested by vacuum box.
All costs of retesting of the FIVIL including reruns of field weld tests and all repairs
will be at the o ntra o �s expense.,
The,Contractor will rota l n res p orns id i I ity for the late gnty of the 1= L system until
acceptance by the GeotechnIcal Professional.. The F M L will be accepted by the
eotechnioal Professional wham
a) Written certificatlon aette including "as huiW' dra ings, have been received
by the Geotechnical Professional.
UY of Lubbock 10-27 Aup-st 1994
MSVVLF Permit M a dificatfo ns
Revised
b) Installation is completed.
0) Documentation of completed installation, including all reports, is complete,
d) Verification of adequacy of field seams and repairs, including associated
testing, IS complete..
Acre p tarp oe of the C10 M p iete d wo rk Vil I i nclu d e receipt of a lJ s o bm i ttal s o n d a I I wo rig
completed to the Satisfaction of the Geatechnical Professional.
4.O Le a ob ate CollecHon Svstem
A Jeaohate collection system (LCS) will be placed above the Flexible Membrane Liner.
In the floor area, the LCS will consist of a minimum 1-foat thick continuous granular
drainage layer With embedded leachate collection pipes in the sump and pipe tran h
areas. The I ea ohate collection pipes will consist of six Inch diameter pipe with IJ2 inch
diameter holes on six Inch centers. To avoid piping losses into the collection pipe, the
granular drainage layer stall consist of rounded, river -run gravel meeting the
requirements of ASTM C-33for coarse aggregate. Crushed material will not be
acceptable. The gravel should meet the gradation requirements of Size Not 67 (Nominal
sa ze 314 inch to N of 4) o r ooa r er. I n a d di tic n i th a g ra ve I Wil I have a perm a e bi I ity of I
10' cm Is ec or g renter an d the pe rcent of ca lclu m carbo rate by we ig ht wi 11 not exce e d 15
percent, A I -oun a non- ove'n geote tile CUstion (Nlcolon S 1 00 orequivaIent) wiII be
placed between the FM L and drainage layer. A m1normum 6-ounce non -woven geete the
filter (Nicolon S Series or equivalent) will be placed between the drainage layer and the
protective cover discussed in Section 5.0. The geotextile materials Waill be hand placed.
The d ra in iae layer material will be placed in small e g rn ant Starting ting from the perimeter,
fo lJ owed by the upper ge o text i le and protective cover. This operation sh o u id contintie
across the lined area. Placement of granufar drainage materials over FML's will generally
not proceed at ambient temperatures below "F or above 104"F, but should be
conducted at the coolest part of the day to mfnimJze the development of wrinkles or
folding of the geosynthetic materials, A minimum of one foot of material is required
City of Lubbock
MSVVLF Permit M adffic;afions
10-28
August 1994
Revised
between low ground pressure dozers (Le, track pressers fens than 5 psi) and the
geom embrane+ Greater material thickness must be maintained above the geomembrane
to support heavier spreading equipment and hauling vehicles. In such cases, a m[n]" um
of 2 feet of drainage material thIckness Will he used unless otherwise p ecifi ed In the
d es fg u, The p I a ce m e rat of the LCS will be controlled to avoid damage to the ii ne r,
however, the drainage layer does not need to be density controlled.
ra n u iar d re i na g e m ate r a a Is wi I I be s e I e cted to m eet the Spe Cif Ca tEo ns d escri b ed a b ova,
At I ea st o n e set Of pyre -00 nst rustic n to sts wi El h e con d ucte d for ea Ch d ra i n ag e m ed is from
each proposed source. Gravel and sand sources Will include a co m p le to grain -size
analysis, including Minus No. 200 Sieve, by ASTM D 422. Hydraulic conductivl may be
correlated from the grain -size distribution to determine the gravel's or Band's suitability.
Granular drainage materials selected fc r use wIl I be tested at regular intervals for
conformance during construction. Minimum testing frequency will be one grain-size
analysis for every 3,000 cubic yards, or portion thereof, for each material being used,
�. T u i re d th iclkn es s of drainage materials Will be verified sure methods on an
established grid system with n o f less than one ve rif ica don point per 5,000 square feet of
surface area,.
The g e ote to e m ate r'fa I s Vill include a 1-ou n e cushion on top of the F L and a
minimum 6-ounce filter fabric on top of the granular drainage layer. Both fabrics WHI be
non -woven materials meeting the requirements described in Table C. Manufacturer's
ce rUffie to of M a teri ai s a n d p e dorm a n ce chi ra cferi stirs will be o hta in ed an d d ou m e me d
for every 10 0, 00 0 ft� of m ate d al delivered to the site.
CityC[ty of Lubbock `I 0-29 August 1994
MSWLF Permit Mod i fi eatfen s Revised
TABLE
EOTE TILE PROPERTIES
Properly
'hest Method
Test Value
Fifter
Cushion
Fabric Weight (azlyd�
ASTM 3776
8 oz.
12 oz,
Thickness (mils)
ASTM D1 l77
135
185
Grab Tensile Strength
(ibs)(MflrcQ),
ASTM D4632
190I205
425I455
Grab Elongation
(°k}(MDfCD)'
ASTM 04632
60l84
60f90
Puncture Resistance
(Ibs)
ASTM D4833
130
245
PerneabiJity (cm/sec)
ASTM D 4491
0.57
4.43
1. M DIC D = MD - Machine V re on/CCU - Cross Direction
In addition to the manufacturei's quality n fro l cerrificates, samples of the delivered rolls
of geotext'lles will be obfa i rie d for conformance to sfing., Upon delivery of the rolls of
g a ote til a s.1 th a test sa m p I es wi I I b e c Main e d for confo rrn a rice test! ng j n accord a n ce with
Table D or as specified in the construction specifications for the project, if greater,
U
Y �
vv
'L � 1
x
1�
Its' of Lubbock 10-30 August 1994
MSWL F Permit Mod Iff caUc ns Revised
0
TABLE D
PEOTEXTILES ONFOR #ANCE TEST SCHEDULE
TEST
METHOD
FREQUENCY
Th ick tress
ASTM D 1777
Leading edge of each
eate tiEe roll
Fabric Weight
ASTNI D 3776
-5le,
Not less than I test per
1 0 �
,oDO
Minimum of 4 tests
required.
rab Tensile Strength
ATIVI D 4632
Grab Elongation
TIVI D 4632
Puncture Resistance
ASTIR D 4833
permeability
ASTASTM D 449
0 n the Ea ndfil Is i d e wa I I s' th a LC S wi1 I consist of a h eat too nde d H 1) P E g eon 9tIg eotext I e
drainage composite (geocomposite) hared paced on the FIVIL. The geote tife WIII be
bonded on both sides of the geonet. Geonets WIII conform to the material and
I'performance pr a rt i e s described in Table E below. Manufacturer's certificates of
material and performance characteristics will be obtained and documented for every
403000 fe of material delivered to the site,.
City of Lubbock 10-31 August 1994
MSWLF Permit M obi fl cati o ns Revised
0
TABLE E
EO N ET PROPERTIES
Property
rl
Test Method
Test Vale
Thickness (mils)
AST![ D 751
200 �
Mass per Unit Area (Ib/W)
ASTNI Q 3778
(Option C)
0,96
Polyethylene Content (%)
--
95
Density (black resin)(glr,c)
AS7M D 1505
0.940
Caron Black Content
ASTM D 1603
2.0 to 3.0
Meld Index (g/1 Q min.)
ASTM D 1238
(Condition 1901216)
1.0
Tensile Strength
(machine dire ciionj(lblin)
ASTM Q 1682
4D
iransmissiviiy (m2lsec)
AST D 4716
1 x 10-3
In addition to the manufacturer's quality control cartificates, samples of the delivered rolls
of ge on et wi ii be o bta in ed f o r conf o rm a n ce to sting T U p on d el wary of th a rya [Is of g eo ne t,
the tot a m lei es will be obtained for conformance testing in accordance with Table F or
as specified its the constructfon specifications for the prof ecta if greater.
Gity of Lubbock 10-32 August 19194
MSWLF Permit Moth fi catl o ns Revised
TABLE F
k
EO N ET CONFORMANCE TEST SCHEDULE
TEST
M ETH O D
FREQUENCY
Thickness
A TIVI D 751
Leading edge of each
g a oco m p cite roll
Maas per unit area
A TI I D 3776
Not less then 1 test per
'� 00,000 R12With not less than
one per resin lot.
MInIMUM of 4 tests required.
Carbon b [ac1� content
DTI D �1 0
Ten i [e Strength
A TM 1682
`brans MIS IVIty
ASTIV D 4 716
The g eote tine on both sides of the geonet will be a min Morn G-ounce non -woven
material m acting the physical pro per-t[es and conformance testing described in Tables D
and E above. Protective cover will be carefully spread an top of the ge a co m po site to
avoid damage to the liner system.
5,0 Protege Cover
A m i n i m u m 1-foot thick p rota ctIve cover i n the fioo r area and ,a minimum -foot thick
protective cover on the aide walls will be placed above the LGS. The protective cover
may use gravels and sian ds with a USCS clan sifi ti o n of GP, GW, SP, or SW. The
m axim u m gravel slze s h e 11 not a ce ed t O i n ch e. Silty san d s( ) a r cI ayey as n d s( )
may be considered if these materials can meat g cote ti I e retention, clogging, and
permeability re q u rrem e n ta, Pre -construction and confo rm R nce to sta ng for the protective
yc r ao its i I [ [n cI u d o tta rburg Lim its and fu I i gradation with a Min im u mi conformance
testing frc qu en cy of one grain -size analysis (AST D4 ) and Atte r rg i m it (ASTM
D4318) per 5,000 cubic yards of Ire -place m atenal.
Protective cover does not ra q u i ro cam pact i on control; however, it should be stable for
construction and disposal traffic. Care will be exercised ire placement so as not to shifty
City of Lubbock 10-33 August 1994
M 1 LF Permit Mod i fi catilon!Fr Revised
wrinkle or damage the underlying geosynthetic layers, and the placement methods will
be documented. Protective cover will be p I a ce d such that the top surface, while
spreading, is a least 2 ft above the geosynthefic layers # all times, unless low ground
p ria ss u re doze rs a re u sed (i. e. tra ck p re ss u re I ess th a n 5 p si ). A g re ater #h'Ckn a s S wl I I
be maintained to support loaded hauling trucks and trailers and for tuming areas. Drivers
will proceed with caution when on the overlying sail and prevent p ire ni n g of tires or sharp
turns.
Protective cover will generally be placed in an up -slope direction for sidewalls as long as
th 8 a m e m a to H a I Is be i n g us a d. Wh ere th a top few feet of si de al I (typica I ly I ess tha n
5 feet vertically) is to be protected by a different soil type, such as clay for tying in the
final cover soil liner, this m ate ra ai may be place from the top, if adequate care is taken to
protect the synthetic liner components.
The required thickness of protecfive cover will be verified by survey methods on an
established grid system with not less than one verification point per 5,00C) square feet of
surface area.
a r ki n a a n d «eviftAng of Eva lusted Areas
Red markers will be placed so that all areas for Which SOF11 and Liner Evaluattcn Report
(SLER) and Flexible e m bran a Liner Evaluation Report (FMLER) have been su h rnitted
and approved by the TNRCC are readily identifiable, Such markers are to p rn v Ide site
workers immediate knowledge of the extent of approved disposal areas.
Reel markers will be steel or wooden posts and will extend at least six feet above ground
level, a r ker ill not be obscured by vegetation a ri d will be placed so that they are not
destroyed during c Ise rat i c n s. Sufficient intermediate markers will be installed to show the
required boundary. Lost m iarkers will he promptly replaced. Limits of the evaluated area
City of Lubbock 10-34 August 1994
MSWLF Permit ModificaHon s Revised
r
i O be referenced to the site grid system. Markers will not be placed inside the evaluated
area.
Upon completion of all re q ua red la n e r construction and evaluation, the Geotechnica.l
Professional will prepare and submit both the Soil Liner Evaluation Report (SLER) and"
FI exib le M e m b rane L i ne r Eve I uati on R e po rt (F M L Eli) to th a Go m m is sio n for re view and
approval. These will be submitted along 'Jth a construction documentation report.
Multiple submittals of the reports or docurnentaUon during the project may be made, If
they may facilitate review of the project by the TNRCC. The SLER and F LE R will be
signed and sealed by the Geotechnical Professional performing the evaluation a n d
counter -signed by the site operator or his authorized representative.
The construction documentation i l l contain a narrative describing the conduct of work
and testing programs required by the SLQCP, "as- b u i lC or record d r aw n gs, and
appendices of field and laboratory data. Because the volume of data for these projects
can be quite large' the documents may be subdivided for ease of review. The preferred
document format will include the SLER, FIVI L E R, narrative, a -bu it t d ra in g s, and
summaries of test results in a single volume, The remaining appendices will be placed
in accompanying volumes. SLERIFMLER submittals will include test documentation in
a form as recommended in TNRCC technical guides,
p e ifi ca ll y' t h e construction documentation report will co n taa n or d1scuss the fo [l o [n g
informations at a "m U m, for g eo m em bran a liners:
■ Roll shipment and receipt information
■ M a n ufa ctu ree s quality control certi fioa ten and results
■ Storage and handling i reform ati o n
N Conformance test sa m p I i n g and test results
n Seamers names and resume of experlence and qualifications
City of Lubbo ck
MSVVLF Permit M od i f anti o ns
10-35
August 1994
Revised
n
u bg re d e a coe pta noes
■Anchor trench preparatiron and backfillIng
■� Panel deployment, identification and placement
f Panel wrinkling, fishmouthing, and manufacturees creases
x Seam p re pa rat[ o n, orientation and 1 de n of ratio n
n Weather and am bient/sheet temperatures
■ Equipment ,placed or operated on geomembrane -
0 100 Pe rcent vi sua l i n sp a etib n fo r d efects, da m a g e, etc.
■ Trial seam tests for each combinaton of seaming equipment and personnel
0 SeamTng methods, times, temperature, eq W p m ent shutdowns and startups
■ C n n ti n u o u s 10 0 p e rcent non-d a tractive sea rn to sffngTm a tb o d s, trite rie and res u Its
■ Destructive testing methods, criteria and re su [ts
x Repairs' Including preparation and procedures, failure deCineation, patch size and
shape, and retesting
x Material properties and placement of drainage materials and protective covers
The report will also include pertinent record drawings including;
■ Sectorized fill layout plan,
* Lo ca ti o n of th a subject tre n ch o r ce I I with S L FRIED L E R rn a r ers,
iff Previous Mad and active areas,
*As -built panel layout dra Inge, shoVing location of destructive test samples,
patches and repairs, a n d
■ s -bu i [t drawings showing elevatIons of protective cover to cc rrfi rrn 'Its thickness.
City of L ubbook 10-36 Atigust 1994
M LF Permit M o daft oati o ns Rew's l
PAGE :2/E
Nil
+ r '
+
TRw4O4j9
C OLLO I D ENV] RO NM E NTAL TEC H NOLOGI ES CO M PANY
TEcqNICAL DATA SHEE-r N
BENTOMAT =
DIRL= C T SHEA R TES TING S�lMMAR'Y
Revised 9-3u-w,93
I M00 W. Sh ure ib rive ; Ariin gtan Heig hts, <<li nois 60004-03 + (70:9) 392-58 00 o Telox 1T T 43 30321 * FAX (7() 50B•S150
A wftolly owned sUbygddiaty 4f Am $rlca n Cotlold Com-pany
The ininT mai don and 6018 contained herei n apre Eeflwua i to be Dccu Iota and ml iabfe, CETCO ma kas no f-ra o( ;pny kind s n d a [�[�.gjs
lesponsibilidly fOr VW rmulm obtained thTovgh application of this information.
SUMMARY OF BENTOMAT DIRCC7' SHEAR TEST ]DATA
I
interfiteez
a & L
0- 3 0-90
/Sand
NW/Sand
.NWICIfty
NW/Clay
STS
09-11-90
NW/40-3nil Tex L, B )Dpk
NW/8 0-M ll Text, HDPH
/8 0-m it Text. HDP
L
1 1 -�09
/Sa ridy of i
GRl
04-19-91
bt rnal
STS
05 `28- 91
NW/4 0-mlx Text. HDPJB
/80-M i I Text, HDPE
UTA
8- 1 9 1
Intexpal
a L
-9-91
/ o1x Cover
Ionet
NW/B Stone
TRI
5i 9
/ 0-mil Text. VLDPIR
/ 0 -m it Smoolh VLDpE
TRI
11-12-
/40-11A ] Text, VLDP!
orml
Moisture
Sfressgsfusi)
Qudiflod
112/3
Hydrated
11213
1/2/3
Hydrated
11 /�
Dry
/ 5 1 7 0
Dry
5/170
Dry
5//70
Dry
2/3,515
Dry
Od511/ / /101 0
Dry
0,121 Od5 / 115 / 10
Hydra
0, 12 1 O.5 / 11 / 10
Hy dmicO
5 / 5 / 70
Hydrated
3 515 / 70
Hydrated
/ 9114 / 19
Hydrated
0, 6 / 1,2511.98
Hydrated
r 6 11,25 / 1A
Hydrated
U/1,251 1'88
Hydrated
/ 8 1 1 4
Hydrated
/ / 1 4 ,' C'
Hydrad
15 ! 7 { 14 Hydr&tcd
0.02 mm}hr
Friction
35
8
41
1
18
37
4
3
4
37
9
0
1
6
,5
17
53
22 -
14
� y
z
w
• r
ul
Y
P4
0
�n
n
r
r
0
H
"a
W
SUMMARY OF BENTOMAT DIRECT SHEAR TEST DATA (Continued)
Lnterfaco
N or l
Moisture
Friction
A dddezI
l
-16 - 3
WPISaturawd Sol"I
1/211,
Hydrated-
,
P/Dry Soil
1/2/3
Hydrated
O.O4 jift i lj
22
F
IW/Dl nage Ococomposile
1/2/1,
Hydrated
02 i tf `
16
xn gem a1
0, 11 / 2 / 4 / 10
Hydrated
0 W ,
ti
27
/Drat mige Geocomposite
O.5 111 14 / 10
Hydrated
O. i n/nii n
21
W/Texturcd HDPE
045 f 11 / 4110
Hydrated
0,0 i
TRI
7-1-93
W1304mil PVC
113/5
Dry
0--04 Wit in
24
0-ml1 PVC
1/315
Hydrated
ON ` , 1
13
Immal
,5111 / 4 / 10
Hydrated
0.04 W/Min
5
L ` eiij rig jr�pmnyq lap
I ;4Qn3Lt � IPA (mud i � �
S'�S �- 3amltinLLt�l.. I�I��k IL�I,tRad A � ����tm ��h�� ���� � ��i�c�
Wa01Mmudo IZfaah.Aw b
GRS :u Cmcaya(hclie R14crch 144 hit. Dfc9ct Uwivem;r4y, iIkAmd-alpWal A( sod � '4��kc]���rt ��ttna�c �v'I�c
TW pnvimampmtil, toe.. AtutiN prca&s (8$c4.A J 2'ikWjj aLIc
L ct shm Wx)
O'A , <k4kff Augici arcs, MAM CuIocadr) (12e io4;fj dLr�j jhc4r box)
CC - IW 0111C cejuohantr4 Mom, rm's [a
2 NW Ntm.v avcaWP
m Wovcn gwooiillc utJ.Mracrlfi t pjrtijL
3 INY' jr. m*Ia Imed irn thr.a,,jacclmd inorjIurt ZI&IO, wJddi is iypically 1
prim to tes&1Ag, aijbipfth lbg 4rE11VO, k1hWiM mcr4 0& mW druari w vary.
SIkmpLef wtrc hyd"Acd wiLh 46111194 wctfrt uNIN: ctkr isc not
4 tlydia" Eli leas-Wc,
0
< L
b
z
CL ry
LLr
Z
L0
L
GE E WELD NEW
BOTTM (W UrAVAMN AEMBROLN10 3,-(), 1"ZM
2' PRO701A WL C&M Eoq=40 CEOWEWRRAHE MOM GEOMMPOSTE
MommPOSITE DRAMAGIEUATERIAL DRAINAGE WiLTERAL IN I -xi- TRENCH 2' PftC=TJVE SOIL -COYD (Ql.0XlGr4M/SEr-)
soAleRDPE 900NUAIMANE I'X I' ANCHM TR9NCH- BACWLL V C*ALVEL PLAWGE 14ATMAL
vdT:H COWAUVO CLAY GEOMPOSITE DKOWCE -WA101AL
OM"IHEMC CLAT UNEX (GM) (95X sTa. I ocTna rf 00 Uk -HDPE =WEWWtAW (MlUfffa)
GEMYH-.NE= CLAV Limm Com)
FF
T', I "' N .1flEmms�— CWFACTED BACMLL
-Xlt� (90Mppoom
MQMG V PJMIEC73YE UL WYM
CF APPjRVQlD EUMMO OWIMLIE FILT01 r
-ENU OF APPJ*VM
CLAY 9AA nALEFt EMSTINC ld GRAMa- DR04NAW
MOSTING QVVMZ CUMON
—51114- 60 1& HMK GEOMMORAKE GM LINER
E)OSMNG CLAY LINER GCL LINER0QffMVr'r CLAY IMUtNER 09VO1 OF DCAMATICK AN04 OR =AL.-.
nE—tN OEM1 SCAM 1/4' Vill
SCAM- vv I'
9' fft=Cll'& SCIL CDWW
GEDCONPMTE DRANAGE MATERIAL
00 WL MPF GENEUMWE (TMURM)
OG 1UL WPE WMIXOMM (SMWlH)
GEMY47HEM CLAY Lttffl (GICL)
t7
1-T141
117
DTICAL BOTEOM LINER DETAIL TYRICAL SDE SLOPE UNER DETAL
SCALE I /ar I'•4r
r MTEMIVE SM WM
GE0013WPCWM ORAINAGE MATERAL mrmunw SOIL Cam (pcZI.WTICmIsm
W WL HDFE GBOLOAMME (-%MtH) 2
Oc"p4nc WY UMER
W PHASE TMMIN&MON 4ppElENCE
1. W = LIHM Aff:Wft
L PLAW 00 OF HDPE LINER To uwrT SHIML
36 fULD IV HOPE FACRnENAL STRIP W HDPE UNER FOR 00 pn=TION-
,L WaD 127 sAWCIAL. SIMP M HDPE LINEIt (LF.AQU7E WRrER).
& PLACE :r MAWR WMM, OVERLAP WIH lr SACFAMAL STIMP.
9. R-OZE 9MMPCOIE MMMAGE WMAL AND SOL 00YO TO LIMIrS SWM.
- I
M OF
tWE UWEX
LA rsk%-E QLlWF
10' HDPE Sk=Flokwallm
GM LINER
PHASE TER.WINAMON
LWBOCK 7EXAS
14LPNOM kMDFILL
FERmit mommmolts
MW MW :00. Go
ALTERNATE
LINER
DETAILS
AMLwaff I a
Projitt Mondpr
FtFLF—
ouired
KKH.
em"
01-2677—*4
19
f
NOT FOR CONSTRUCTION
FOR PERMIT PURPOSES ONLY 2A
Addendum to AuaQhment 10
Soil and Liner Quality Control Plan
eosyrithatio Clay Liner
.0 Geosynthetig ClayLiner L
5.1 General
AN e. OF -
ROBE
OLDER
;'•ftf \Sii" �2�
L
This section covers the work necessary to construct and test the g e osnth ati o
clay liner ( CL) system which will consist of natural bentonato ofaY supported b
g eoteti I es
5.2 Subrnnals.
The Contractor will submit written certification by the GCL Manufacturer that the
materials conform to the requirements nfthe LO FT{ are similar and of the same
characteristics as that for which certification is submitted; and has been
demonstrated by actual usage to be satisfactory for t b e intended application,
The GCL Manufacturer and the Contractor each will submit a complete
description of a quality control program, as applicable, for manufacturing,
handling, instetting, testingr repairing and providing a completed GCL system in
accordance with the SLOCP. The description will include, but not be limited to,
soli u nn bentonite supplier,, product identification, acceptance testinQr fob rication
nnil prod uetaon Ce tingr instaIIatinn to StEngr docu oneNat ion of c ha nig es, aIteration-S
and repairs, retests and acceptance,
The Contractor will submit in tallatron drawings, description of installation
procedures, and a schedule for performing/completing the Work. Installation
drawings will show a GCL panel layout with proposed aize,. riumber, position, and
sequence of placing of a I t panels and indicating the location of all field soars.
MSWLr Perm It Modifications R evi:sed
Installation drawings will 8180 sh(:)w complete details and/or methods for
anchoring the lin in g at the perimeter, field seaming techniq uos,, and propersealing
around pipes and structures.,
The Contractor will :submit a complete description of procedures � e for performing
file and rape
t* Tire p�roore III or�forrr� to the latest p roced u rs
recommended by the lining Manufacturer and to the SLCICPI
The Contractor wfil submit for approval� the Engineer certification that the
surface(s) on which the lining will be placed is acceptable, Inst I I at'e ry of the
lining will not commence until thl certification is furn shed to
the Engineer,
The GCL Manufacturer will furnish a written material warranty
on
a prorata basis
for a period of twenty (20) years. The warranty witl be aa mat manufacturing
defects or workmanship and aga[nst deterioration duo to ozoneUltraviolet
r or
other normal weather aging. The warranty will be I i rn fted to replacement e� acement of
material only, and will not cover installation of aid material. It wil
l not cover
damage due to vandalism, acts of animals or unusual acts of
God, For n ead Ie-
p c nc hed G Lrs, the manufacturer will verify that the GCL has been co
ntinuously
inspected for the presence of broken needles using m detector
a eta l and found
to be needle -free,
The Contractor will furnish i ritte n guarantee that the entire liner constructed
by h rn to be free of defects in material and workmanship anshi end Ins
talled talled pursuant
to the SLQCP for a p er fo d of two (2) years fa J f o i nthe date Df
� acceptance of
the Work by the Engineer. During the 23rd month, a reT uar
� � antee epiratlon
inspection wifff be conducted to identffy any necessary repair � � work covered by the
guarantee,. The Contractor will agree to make any repairs o r replacements a c ern ant � � made
necessary by defects in materials or workmanship in tha Work which become
evident within said g uara ntee Period. The Contractor wJ11 make `
repefra and/or
City of Lubbock fi 0A - 2 march' 1995
replacements promptly. Otherwise, the Owner may do so, and the Contractor
i 11 be liable to the O n er for the cost of such repairs and/or replacements,
53 duality Assurance
Prior to start of work, the GCL Manufacturer and the Contractor, each, will
Submit for approval by the Geoteohnical Professional, documented evidences of
their ability and capacity to perform this Work. The GCL manufacturer must
demonstrate they have successfully manufactured a minimum of one (1) m[II on
square feat of airfiilar awning material in solid waste conta� meat structures, The
Contractor must demonstrate they have successfully installed a minimum of one
(1) million square feet of *miter lining material in solid waste containment
structures. The Contractor can meet these criteria by teaming with a
subcontractor who is identified in the bid along with the firm"s experience
The Contractor will submit the name and qualifications of the field project
superintendent that ill be on the project, The field Project superintendent rust
be on site whenever 11n i n g materials are being he n d I ed /I nsta lied, The Contractor
will also submit names and qualifications of senfor installation personnel assigned
to the project.
The duality Control Plan(s) to be implemented for the Work by the lining
Manufacturer and the Contractor will be in accordance with applicabfe paragraphs
of the SLQCP.
The Manufacturer will provide on -site technical supervision and assistance at a I I
times during installatIon of the lining system. The Manufacturer and Contrac#or,
as applicable to each, i It subrnit for approval by the Geotechnical professional
written cartificatlon that the lining system was rnstaIled in accordance w1th the
City of Lubbock 10A - 3 Me rc hr 19 95
M:SWLF Permit Mod if i cations Revised
Ida n u foot u rer's Tern m m on d ati o n . th a S LQC P, p ro j e of :s pec ificatio ns a nd d ravvi o
and approved submittals,
The Geotechnical Professional will initiate a pro -installation meeting with the
Manufacturer and Contractor prior to installation of the lining system. Topics for
rovi o r/d Isc us s to ti will include, as a minimum,, pro" ect plans a n d seca f 6catio ns
approved submittals and training, and qualification procedures � p es for Contractor
personnel.
Prior to installation of theining system r t h a Contractor will instruct the workmen
of the h azards of In sta I lati o n a n d us a of eq u 1 p rn a rat. W o r k g loves, safety g tasse
hard hats, and smooth -soled shoos are m 1n i m u m safety wear requirements when
working on the GCS. Safety shoes ,mast be worn when handling heavy objects,
5.4 Deffvery,, Storane and band
The Contractor will submit for approval by the Geotechnical Professional a
method (s) for handling and storage of lining material (s) which have been delivered
to the project site. Those materials will be stored in accordance with the
Manufacturer's recommendation.
L materials will he delivered to the site wrapped individually in relative)
impermeable and opaque protective covers. Upon delivery, the lining materials
will be inspected for damage, unloaded, and stored with a min i m u rn of handling.
Materials will not be stored d i reedy on the ground. The storage area will be such
that all materials are protected from water, mud, soil, ultraviolet light, d i rt and
debris. The stacking of rining will not be higher then five rofiis or as recommended
by the manufacturer.
City of Lubbock I OA - 4 March, 1995
MSWLF Permit Igo dificataun s Revised
Under no circumstances will the GCL bia subjected � cted to materials, sandbags,
equipment or other fterns dragged across its surfa
ce. All damaged surfaces
resulting from abuse of any kind caused by the Contractor ire
Performance of the
Work will be repaired at the Geotechnical P{ota icnldirect*on.,
The Contractor will be completely responsible for shipping, ipping, storage, handling and
f natallation of all lining materials in compliance with th the SLCICP.
5.5 Broducts
The Geosynthetic Clay Liner (GCL) materials will be
new, first qu a lIty products
Ifdo-signand manufactured pcff for thepurposes of t h e work and wiff
have lose n s atiafa ctc ri ly d a imo n stra ted br� o r us � `
� � t� �� ��u�ta bfe a n d d urable fir
such purposes. The GCL sheets will consist of natural bn
� to n ite clay material,
Supported by geoteti I a s.
L material to be used on sfOPes exceeding 7 h •
� horizontal �n nt�l t� � vertical I i I I be
reinforced to provide ad d it Eon a l internal shear strength. The internal
'Shear
reinforcing mechanism will resist farf ur
e due to thread Pull-out over long-term
Creep ftUatlons.
Benton fte used for sealing penetrations and Maki ' a� repairs �ii consist of the
s8 rn a natural be nto n itG as the GCL B h e ets and will be as recommended
by the
manufacturer.
. , 1 Be nto n
The be nto n ite used to manufacture the G C L will b • � �n�i�� ��nt��rillanite
variety. The manufacturer must Provide certified bi e r�t� n ate quality i� ts control
tuts for the following tests.
Chy of 1-tibbock I OA - 5 1995
M E LF Permit Modifications March,,
Revs i
TABLE 1
BENTONITF MATERIAL
Y r¢ }�,}Y}{{f{ }A iX rX 11•Y{}Y h+i tiX:YAti•�r yr h.. A.. • yrA rr A •A r. • % \
J Jir ti 2)t Jtiry{Af. rhh Xr y+hy;{X'}{},X. X•{J S{ r`.la. r} SJ�T /A{.Li X 'Ou.%1Y�
? {
. ti •ti 3Xiki•{}v Y f• tiXtirtih}
�:: tiY{ }iY #Y •hti }•Xh , 1 l f ' .• } Y. hti .L • 1
1� ti•• v. r 4 {
ti �Yr •.K r { iA • T Y � •
i':i YY ffY MOX hti X of J ~
I y h ti ti r\ti
1 •• Y h , h J ti
Y rr�M1 Y �• IJ� ••� j��'ii•`•♦• tit rX A% Yi X-P%
% Sh}5 �rrS � rr{
M}X{Y,Xi}
• h A `ti ~ �� ~AYE} .
{ �X M. ¢ }�{ +C i 5y�} } . f h r
} { tiY} %* • k Y�i 1 ` yX v�yy :
ti� }Y •Jt {X{�C rr r;1lF{
{ f rr A.rf/v. • ti } •A.Artiti h..�f.
�. .•
%F A.% }A. Y�ti �::{ ?rah `AY }L{ : { }X }r k.%OJC
y� �C A tiYr
h { } r iS }'ri } r �M1 may{ Y {
} {�
l
f
�
h . h J YM i /C : { �.:AX�tif , ti • Y Y� tiyJ A . L Y.. yr }
■ : ••} J . -.l .
l ri }¢ tii r
ti•}•A �� r tit Yrj J
A r .ti r %Y..% r • r .Y • �rhL . S % Jh► NY
}Xi r V
•
Free Swell USP-NF-XVII
18 min. MI
1/ 1000.000 f#� 2
I U i LOSS API 13AIl 313
18 max M1
1/ 1 00J O0 0 ft 1 2
5 a 5,2 Geoteti I
The geote tiles used in the manufacture of the GCL will be either a woven,
nonwoven or a combination of each. The manufacturer must provide certified
quality control tests for the following tests.
5. 5. 3 m si I i
The GCL liner will be constructed such that the bentonite will not be displaced
during handling, transportation, storage and installation inciuding cutting.,
patching and fitting around penetrations - The final GCL p rod u ct will be tested
in accordance with the following tests shown in Table 3. The minimum
sampling frun ICI be as shown in Table 3.
Chy of Lubb ock I OA - 6 Ma rchr 199 15
MSV&F Permit Mod ification $ Revised
TABLE
COMPOSITE MATERIAL
L rr h• L • .L h Lh ,L L J • LL rJ f . • tiL h•
h ' r : W ' �� ' h }„{ } L L r Y Y5� L h Yh } i ivr 1; } • 1 ¢ a • ! }.ii } 7G • ' . 1 ' , { %L h { r
JJ r` J�1-5y�- r) .. { �L L } X ` { J Y 1 i 1i Y i• . r
6 ' Ic {� A T�i •} {ha Y � Xr�� .. �({ a ; lei r L /1A L L7� �¢ y L . {Y. r Y{ { Jh J L JAa.•Y J LQy(S x{ hL h . �%�hY�h j} Yr � L L }}��Y�YJ L
rL Xk ihYr , i L }LYaY { L J ..�4x : L • }�•' �irX }h r' hL{ ••
a { • �..{+L� i•Liaf {'h
{ r7 % J`• yid
J
•' �
QY
X rr T4 L%x L
S .• �M f}
IY }h . r •{ %h f
Y,1{1 X{ xLf.rL h J . }J J Y. l
moffi-001
•%4
A%Xayy{Yir?
�.�
C lay M as s/U nit A rea
ATM D 5261 (1)
0, 8
ps f
Water Content
ATM D 2216
!-
%
Permeability (5 Psi)
G RI- L-
510X 10-11
urn/sec
max
Grab Tensile
AS TM D 4632
90
Iles.
(1) eases! an 105 1
(2) One per week per production line
6.6 Installation PmQedurea
-C xa} { : x{ yy�v�yL:
tar ••x1�JI� �YxLY Ljr A{ }�(ax YI1AY1
hL��� Xai
hY•Y• LYr L. L r.L L.a• Jr {�aj
t /40 R OOO ft.2
1 140r000 ft.2
(2)
1/200rOOO fte2
Prior to installation of the G L, a site inspection will be conducted by the
Goote c h pica I P ro fas s to n a] a nd t h e C o at{a cto r to ve rif y rn e a s u re me nts f st r u ct u res
and surface conditions to support the GCL,
The Contractor will provide r itte n documentation to the Geotechnical
Professional that surfaces to receive the GCL have been Inspected and are
acceptable for installation of the lining*
The subgrada surface must not contain any rocks greater than 3/4" in size or as
recommended by the manufacturer. All earth su bgrade surfaces will be rolled
with a smoothy wheal roller and maintained in a smooth, uniform, and compacted
condition during installation of the lining. Excessive cracking (defined as cracks
of at least one (1) inch in depthand at least twelve (12) inches In length) of the
surfaces will be repaired as directed by t h e G e otach n i c a I Professional,,
immediately prior to 'Installation of the lining, any erosion or other damage to the
su bgrade which has occurred since completion of the earth work will be
corrected, Adequate drainage of the-subgrieda will be provided and maintained
City Gf Lu bbock 10A - 7 March, 1995
MS LF Rarm t Modif i ti ons RevNed
until nstellation of the lining Es completed. Rutting of the subg rade by vehicular
traffic will be repaired by additional h iad i n g followed by steel wheel compactor.
Before GCL placement,, the Contractor will inspect all lining materials for damage
fro r n tra ns 1 t. Mate ri a l s that ea n n et be re p a l re d wi l l he rejected a n d re moved fro m
the work area and site.
During unwrapping of lire i ng materials for use and placement the Contractor will
visually inspect all materials, particularly thin spots in the body of the GCL due
to shifting of the bentaniteF for imperfections and faulty areas. All such defective
places will be marked and repaired in accordance with approved methods,
The GCL vVIll be instai led as shown on the project plans and approved installation
drawings. Placement of the GCL will be done such that good fit, without
bridging, is provided on all covers and grade changes. Excessive slack will be
avoided to mini mite rippling.,
Sheets of GCL materials will be of such lengths and widths and will be placed in
such a manner as to reduce field seams to a rfli ni mum. No horizontal seams will
he allowed on slopes, exceeding 7 horizontal to 1 vartiral. GEL will be anchored
In accordance with details shown an approved pleas and drawings. The lining
will he sealed at structures,. pipes and other types of penetrations by applying
additional granular b e ate n ite at a rate recommended by the manufacturer. Sheets
will be ev erl a p peel one (1) feet at le ae h ate cell eat i e n sumps., and an extra iayef
of GCL material will be placed at the bottom of lea a h ate collection sumps. A I I
changes in approved installation drawings and procedures rust be approved by
the Geotechnical Professional.
City of Lubbock 10A - 8 March, 19 9,5
MSVVLF Permit Mod ificaVon s Revised
Extreme care will be taken during installation of the lining to be certain no damage
is done to any part of the lining. The following rules will be observed by
Contractor+
a Dragging of the GCL material an the suhgrada will be avoided
0 Smoking by installation. personnel will be prohibited.
All hand li rig and installation procedures will he performed by workers
wearing shoes with smooth sales.
* No foot traffic will be allowed on the G C L except i t h approved shoes.
0 No vehicular traffic will be allowed on the lining.
No gasoline driven generators or cans of gas or solvent will be placed
directly on the lining material.,
Under no circumstances will the lining be used as a work area to prepare
patches at to store tools and supplies, if needed+ a tarpaulin of approved
material will he spread out as s work area.
During installation, the Contractor will be raspon:sIble for protecting the lining
against adverse effects of high winds such as u pa lft * Sand bags will he used as
required to hold the lining material in position during installation, Sand hags will
be sufficiently close-knit to preclude fines from working through bottom, aide's or
seams. paper hags, whether or not lined with pJ a tic,, will not be permitted.
�r�ap bags, �f used, must 'fie lined with plastic. Bags will contain rent less than
40,, nor more than 60 pounds of sand halving 100 percent passing a number 8
sieve and will be tightly tied after filling With plastic ties. Bags that are split.. torn,
or otherwise losing their contents will be immediately removed from the work
area and any spills immediately cleared up. Metal or wire tins will not he used.
The GCL will not be installed under adverse climatic conditions, unless the
Contractor can demonstrate that the installation techniques adequately
compensate for such adverse conditions and quality of Da na n hip i's not
City of Lubbock I OA - 9 March, 1995
M LF Permit Mod i i ciations Revised
compromised,. Adverse climatic conditions. occur when the relative humidity i
t more than 80 percent- when iS it raining or tines of impending rein; or when
there is frost on the grounds or during conditions iof o ee save winds. The GCL
will not be placed in the presence of surface mo i to re or on ponded water. GCL
Moil becomes hydrated prior to boirail covered must be replaced,
L field seams will be lap scams as recommended by the manufacturer, The
overlap d1stonoe will he marked on both sides of the L with water proof
markings. The lap seams i I I be formed by lapping the edges of GCL sheets to
the manufactured match lino. Dry h ante n ite will be added to the overlap at a
minimum rate of % pound per linear foot or as recommended by the me nufeetu rer
if the GCL has non -woven geote the encasement. No horizontal field seems will
be allowed on the slope and sheets of lining material on the slopes will extend
down slope out onto bottom a minimum of five (5) feet from toe of slope:
Any necessary repairs to the GCL will be made by placing a patch of the same
ma to r W a to nd in g a t feast two Iva (12) i roc h es bey o nd t h e fl aw or da ma g od a rep.
Granular be nton i to will be added to the o ve rl e p pad area at a rate of of i oast A
pound per linear foot. Approved adhesive may be used to keep patches in place
during placement of overlying materials+
Cleanup~ within the work area will be an ongoing rasp onsibiiity of the Contractor.
Particular care will be token to insure that no trash, tools, and other unwanted
materials are trapped beneath the lining, Caro will be talon to insure that all
scraps of lining materl'e l are removed from the work area prior to completion of
the installation. The installed GCL "IM be inspected for noodles or other foreign
objects which could result in damage to the overlying membriane..
City of Lubbock 1 0A - 10 Ma rch + 1995
M' L F Permit Mod [ f l eatlo ns Re sad
5.7 ,field Quality Qntrol and Conformpnce Testlna
Upon delivery of the G C L material, test samples will be taken by the G ooteo h n i oial
Prof essi o na I, Samples f i f be randomly selected rolls, The selected ro I I will b
sampled thorn rewrapped and planed in the protected stockpile area. Samples will
be out from the full width of the roll and throe �3) feet in length. One complete
outer revolution of GCL will be out and discarded prior to taking the sample.
Each sample will be identified by recording the following:
a Manufacturer"s name
a Product Ne rn e
0 Lot and Rolf Number
0 Machine Direction Noted with Waterproof Marks
Note: A lot is defined as a group of consecutively numbered rolls from
the same manufacturing line.,
Each sample will. he tested for the following properties shown in Table 4,
TABLE 4
ON SITE CONFORMANCE TESTS
X{ xr r r a .. h ti }ti rn
�{75%�} X�%}••
�yyn1a.. r'•tiA 0r
• JVY ,T( \
{::{ y..Y� �J } }J��Xy
}}%4r 444 Y
�¢ }} X{ YX YX } }k�}rcY•
Yr ti yQ � y { %jh ¢% �•'4%+�% }%8}J4Xti 4r
{y•yy
A-C Y{ %� 4:. d
YXn 1•• h
{�•.f { }% {::�}SyQ}�hr4Q
S�'} •�X�X{
ti Yr y0-0
�r •V
tiv Vi�{ Y' %\Y}r
%
�L5� YA'/'�{
iQX1{ X}{$%%•'�¢
IMF
�hy¢Y.
•�V
y J 4 r ti ...ti Ati ¢M1 r
�
} YYT (. /�
i Y }1{SNLXr {�lG� J
h••XrCST
uYu�v ¢�{ X X{ }h4},�¢.p{
% }Y
{ XJY:' r{ }J� !�
ih$}�
{{ } { 5�
rC'{
{ ¢h}
j Y+CB%Ji X}rl�ii8 { Ar YY4h rAit iJ %4Y :4A•
{ \ }f.Y
f4ky# • rti:¢ k j{{¢r{{ ri�A{ X }X
..X¢M4h{ }J4ti rr{ .x{ .�r� }nv�
YA %45L7
tiv�v L: .{
• +; { Y{ j k{ : %f
Fn r rn ea b iI ity ( psi)
FBI- C L-
5.O l 07'
u I e u
1 / 100, 000 f t2
max
Clay Mass/Unit Area"'
A STIVI D 5261
0.8 Min
psi
1 / 1001.000 f t2
Direct Shear (internal)
ASTIR D 5321
22
degrees
one
Direct Shear (Inter*face)
ATM D 6321
2
degrees
()
(1) Based on 1050
2) Once per soil type
All test results should meet or exceed manufacturer's test results,
City of Lubbock 10A i 11 March, 1995
MSWLF Permit Modifications Ravised
The Contractor will retain res po n i b i I i ty for t b e integrity of the GCL system until
acceptance by the Geotecbnical Professional* The GCL will he accepted by the
eotechni al Professional when.4
a) Written certification Iette:rs including "as built" drawl ngs, have been
rece 1v a d by th a G eotech n ica I Pro fens io n a 1
b) Installation is completed.
c) Documentation of completed i n to f latio n, including a l I reports., is
complete.
d) Verification of adequacy of field seams and repairs is complete*
Acceptance of the completed worm will include receipt of all submittals and all
work co m pi eted to t h e satisfaction of the G aotec h n i ca I Professional,
City of Lubbock 1 OA i 12 March, 1995
MSWLF Permit Into dlllcal I ons Revised
Pro j�ct ��:�-o �[�. I�''�5I�
�� � W I L Lr SMITH � COOPER, INC.
ENGINEERS i ARCHITECTS PLANNERS ti
LUBBOCK E L PASS .fob No, O F u al 7 ' '1 [)ate
MIDLAND AUSTIN Shi
+ 1
1 ,
Jr
Dic
1 ,
4 6v�. ('D�.W% f) C-P.7, Uwa e -
1 ' . • • • I 1 1 . 1 1
Ir
jr-
I ,
rLS i
a
IL
r 1 1
r —r
1 ; 1
' `
a.i
1 �
i 1 I ..
JL
• 1 � , I I 1 • 1 1 I '
'L L y •4 +'� 3 ��� �'■_I,L=�1 � 1r-1 _ � L• 1� 4�' � 1 � .Z i h � 1"�'1�4.�� i � � J �� �'�'{`i ='�L � a1 � � 1' � I � i} � 1 � '
: •�= ; 1'-F� •�1 I;1 �.,�`t 3 �T1 ov-� 2 d+ �`••�'�' I r- , yl-� <<. ,:tip I_ •_ � -d! ,! �14
i
. I
Oil ,
lar
1
' � 1
- t
jT
1
•r , , +, I 1 7--
1 1 At-
0-1
_ 1
1
ti
PAR HILL, SMITH & COOPER, INC.
ENGINEERS * ARCHITECTS * PLANNERS
LUBBOCK E L PASO
MIDLAND AUSTIN
I. 1 1 . I • _ • _ 1 - . . . 1 y . 1 �
T)
1
1 1
1
1 � r
ILA ar
1 _
16 Ergo
� I erlic"T irvul
�;"t,v.!.L YID
_ _ , 1 �1 �, ,.� r.� � ' ti-fi r �'�-_�:I �'�-_ _ , ' � •� •- Y� 1. V..-N-�
1
1 i 1 ti 1- 1 r. 4 . 1 1 • • . . 1
....._,.
Jm
1
1 Y-
I F�� 1'� ��1�� � I��' �'� '1 1� �'' �� � � � ' �I ��ti—�" 5 tia rf I� ' ••, -I
IMF',-r�-�'�
L7 '�+� Ili {'r1� ,aJ�LL
5 •� .
r j 1 _ ._ .'! _� tr .
1 � i
1 1 1 , • 0.
Jr
Sp 4 0
71
1 r 1
1 r•� ti ,
i
1
• _ I r .. I
I
yl , Y m
I ' •--- '� � 7t ��''IL~ `� � 1mr�� '�' �fc ham- ��1� r 'I� 1 t�� j j_ ',ti3.71�•1'..�, ..
1 1 •1
- + . 1
r Ln 1
PAR HILL, SMITH & COOPER, INC.
ENGINEERS i ARCHITECTS ■ PLANNERS
LUBBOCK E! L PASO
1
MIDLAND AUSTFN
?."orI �-A-A �r'iin
a tie
Job No- f2l-
Ce Ic. Ely of
1
I 1 ,
I T r H
4.
• 1 1 '
'. ` • �1
T 5
r - � '�'�,�r`'�� �"'�+ �1� ( i M�. 4�'��ii% j.� � I • + � I I ,+�- � ~�,f� Rr'r•
a
• I 1 S- ` , .�. 1 _,...f. ' ' ram• r ... _ _ ...
1 1 1 1 �'• � � 7 fi _ i 1 _ ' -
1 Jz
i_ . ,
J.
1 1 - - •-• - , ..
' r 1
' " � ilk '' ■� '�1 IL
__. 1 1. _ _ 1 .y ■ 1 �� , 1
1 : 1
.5y1,� lT
I. . . 1 1 i _ _ . . 1 . . • 1
1 1 ,
1 1 ,
1 �
Ab .6.1 rl C,
Air
1
LI I 1
t ti7
i
1 ,
1 1 �
1 `Yr, f L J Lr _
' .. . • - I�? Y •rr' -" I 1 .l 1 1 �' Vim{ '{r�fy .. ._ .. _ __ ■
' _ i 1 � � �� • � I1�1 I � it �•�Z L�4} �� I �Y 4� ti-� 5'� �� IY,■r � , ' '
r I• t If e? 44- p
{
1
! +
' 1 ` 1
I 1 �
r1� 1
PAR HILL., SMITH & GCOPERo INC,
ENGINEERS & ARCHITECTS ■ PLANNERS
LUBBOCK 81, PASO
MIDLAND AUSTM
_ i
Job No. � i - �� � - ;� � , Date 01 ? ^ n
ca I c. By Ck 1 Etj2l�eSfi eg-t 4-
, 0 f
J 1
1 1
1 • -- -- - • • • - -- - - -• -
•` ,
ir
-IM6�r ;v -
1
1 ' 1 =•r- _ _• • . _.. ... _. _�. ti• ..rl r• ._r - . . . . _..- .._��__}• _ _ - • _, _ • • .. ti.�. . _.1 . . _. 1. .L �..• r • 1, 1
Jr
ir
prr
1
7 . d „ . 1
1
�._•}r - T.1•. • .. _•tirti i• �_ _•._�t • •1 ... -j--- __ ! _ �. 1��-�-•_ _ ti _ 1-Y . .1__ .. _ � , - 1 ' ,
te
-!_ -_, _ 1 _ ._ ` �'�-'�� dot ��'�.1 •_- •`}i �'
_v .... � .tir. • __ • _ •• - _�_ , • I- . . 1•... _ � � - _� �. .I.0 ++��, • .fib,. Y-y��41 _ �r- _... _. L � r 5�„ _� r_ rf � _, _ .• .. � �..� 1
_ 1_ _ _ 1 ., - - L tl ,AID ��_ r = • , 7 i 5�.pir
F6. )lr Sit
. L-k I '"CLrL."
L
1
1
1 !
.............
!A. k
IN........
No Text
Leachate Evaporation Pond
City of Lubbock, Texas Attachment 15
Callche Canyon MSW Landfill Leachate and Contaminated Water Plan
MSW Permit No. 69 August 2010
TABLE OF CONTENTS
1.0 INTRODUCTION......................................................................................................................1
2.0 LEACHATE AND CONTAMINATED WATER MINIMZATION.....................................1
3.0 OBSERVED LEACHATE GENERATION.............................................................................1
4.0 LEACHATE COLLECTION AND MANAGEMENT SYSTEM .......................................... 2
4.1
Drainage Layer................................................................................... .. .......... .. ...... ....... .. .. 2
4.2
Leachate Collection Piping...............................................................................................3
4.3
Leachate Pump and Riser System................................................................................... 4
4.4
Leachate Pump Riser System...........................................................................................4
4.5
Conveyance....................................................................................................................... 0 4
4.5.1 Conveyance by Tanker Truck............................................................................ 5
4.5.2 Conveyance by Force Main System.. .................................................................. 5
4.6
Leachate Treatment and Disposal....
4.6.1 Offsite Treatment and Disposal.......................................................................... 5
4.6.2 Onsite Treatment and Disposal ...... .... ...... ease ....... ..................... ....... so-so .... ....... ... 5
4.7
Monitoring and Maintenance Activities.......................................................................... 5
5.0 LEACHATE QUANTITY AND QUALITY SAMPLING......................................................6
6.0 DOCUMENTATION..................................................................................................................6
6.1 Record Keeping......................................................................................................6
7.0 CONTAMINATED WATER PLAN.............................................................................6
,,,48 ,'R�,.......
i &
R. MATT DYER
92189
t o.�.� o: • ki
t�S .E N,..
ONAL ••
F-56
8/18/10
PARKHILL, SMITH & COOPER, INC. TOC - i 01448709
X:\2009\4487.09\CLERICAL\Reports\Permit Documents\Lechate Evaporation Pond\August 2010\Attachment 15 Leachate and Contaminated Water Plan\Strike and
H ighlight\Att.15-toc. doc
Leachate and Contaminated Water Plan
City of Lubbock, Texas Attachment 15
Caliche Canyon MSW Landfill Leachate and Contaminated Water Plan
MSW Permit No. 69
May 2010
1.0 INTRODUCTION
This document presents the Leachate and Contaminated Water Plan for the City of Lubbock
Municipal Solid Waste Landfill (MSWLF). This plan provides methods to minimize the volume
of contaminated water generated, details the leachate collection system design, and describes
procedures for storage, treatment, and disposal of the leachate and contaminated water.
2.0 LEACHATE AND CONTAMINATED WATER MINIMIZATION
Stormwater will be managed carefully in all areas of the landfill to limit the quantity that may
come in contact with waste. Bulk liquids will not be accepted for direct disposal. Sludges may
be accepted, but they must be stabilized prior to disposal so that no free water remains, as
defined by the Paint Filter Test. Berms will be utilized to segregate uncontaminated rainfall
from leachate in parts of the cell area that have not yet received waste. As operations progress to
an aerial fill, an intermediate layer of soil will be placed over inactive areas that are not filled to
final grade.
As landfill areas are brought to final grade, a low permeability geomembrane and final cover will
-� be installed in accordance with (TCEQ) Municipal Solid Waste Regulations. Final soil cover
will be placed on currently filled (pre -Subtitle D) areas. Vegetation will be established to
promote evapotranspiration, limit erosion, and reduce the amount of infiltration.
3.0 OBSERVED LEACHATE GENERATION
Leachate production from Cell 1Vb began at the MSWLF in July 1995. During waste placement
activities an average of 9,500 gallons per month of leachate generation was observed. The
maximum amount of leachate generation observed in one month, 55,600 gallons, occurred in
July 1997. Closure activities began at Cell IVb in 2009 and installation of the permitted final cap
was completed in July 2009. Since the cell has been closed, leachate generation has decreased to
an average of 7,060 gallons per month.
4.0 LEACHATE COLLECTION AND MANAGEMENT SYSTEM
The leachate collection and management system is designed to ensure that the leachate head on
the liner is not greater than thirty centimeters. The final leachate collection and management
system consists of five main components as follows:
• Drainage layer
• Headers
PARKHILL, SMITH & COOPER, INC. Page - 1 01448709
Leachate and Contaminated Water Plan
City of Lubbock, Texas
Caliche Canyon MSW Landfill
MSW Permit No. 69
• Sumps, pumps, and risers
• Leachate conveyance
• Treatment and disposal
Attachment 15
Leachate and Contaminated Water Plan
May 2010
This system will collect and remove leachate from the landfill, minimize head buildup on the
composite liner, and effectively manage leachate to its disposal point.
4.1 Drainage Layer
The drainage layer is placed above the composite liner to allow leachate to flow laterally
to perforated header pipes. The drainage material will have a minimum permeability of
1 x 10-2 cm/sec. It is designed to maintain flow throughout the drainage layer. A granular
drainage material will be used on the floor area, while a geonet composite will be used on
the side slopes. The geonet composite includes a geotextile that separates cover soil from
the geonet and maintains the hydraulic conductivity of the system.
The drainage layer will be constructed with a two percent cross slope to promote flow
toward the leachate header pipes and ultimately to the sump area. The granular drainage
layer provides sufficient flow capacity to effectively transmit leachate to the header pipes
and sump area, thereby reducing head buildup. Leachate head buildup is estimated using
the resulting lateral drainage from the HELP model.
4.2 Leachate Collection Piping
The leachate collection system designed for the site utilizes six-inch diameter headers, at
a minimum grade of 1.3 percent. The headers are HDPE SDR 11, Schedule 80 PVC, or
approved equal with Y2-inch perforations. The perforated header pipes are placed in
V-shaped trenches. The perforated header pipes discharge into the sump area at the base
gr ade low points of the cell area. Cvllection pipes do not penetrate the liner.
The capacity of the headers has been calculated at approximately 360,000 gallons per day
for the headers. (See this Appendix for calculations). The maximum amount of leachate
the header pipe must accommodate is approximately 300 gallons per day, well below the
capacity of the header pipes. This corresponds to the maximum amount of leachate that
would be collected at an individual sump.
Cleanouts are provided at the top of the sideslopes for periodic maintenance of the header
pipes. The cleanouts are constructed of a minimum six-inch diameter non -perforated
HDPE or PVC pipe which is joined to the perforated header pipe in the sump. The
six-inch pipe size allows sufficient cross -sectional area for effective cleaning by the
pressurized jetting equipment. Correspondence from two reputable service companies,
PARKHILL, SMITH & COOPER, INC. Page - 2 01448709
Leachate andContaminated Water Plan
City of Lubbock, Texas
Caliche Canyon MSW Landfill
i MSW Permit No. 69
Attachment 15
Leachate and Contaminated Water Plan
May 2010
assuring the ability to clean out the collection system, has been provided at the end of this
Appendix. Refer to Figure 6 of the Site Development Plan for cleanout locations.
Pipe deflection calculations were performed to demonstrate that the leachate collection
piping will perform satisfactorily under expected maximum overburden pressures. Refer
to this Appendix for these calculations.
4.3 Leachate Collection Sumps
Leachate entering the granular drainage layer and headers will be discharged into
collection sumps. To allow accumulation of leachate the sump invert is approximately
three feet below the pipe invert. The sumps will have a capacity of approximately 1,700
gallons.
Sumps located at the MSWLF perimeter hold leachate until it is pumped out into the
leachate force main system. The force main will direct the leachate into the leachate
evaporation pond.
The estimated maximum impingement rate as shown on Figure 6 is 0.004 inches per day.
This rate can be used to estimate the hydraulic head above the liner system. The Giroud
-- -Equation- provides an estimation. ofthedepth-of-leachate-above-the liner -system.
Where:
4C + tang a —tan a
hmax — L r
Z cos oc
hmaX = depth of leachate on the liner
L =length of longest leachate flow plath to an interceptor (header) = 720 feet
C e!K the impingement rake on the lines in inches per dad (0.004 in/day)
divided by the hydraulic conductivity of the drainage layer material
(0.01 cm/sec) = 0.000012
a = angle of inclination. In the equation, tanoc and cosoc can be replaced
with 0.02 and 1.0 respectively.
Utilizing the above equation, the depth of leachate on the liner was calculated at
approximately 0.41 feet. Refer to the Appendix for the calculations of the head on the
liner system.
Similarly, the head on the sidewall drainage media, a geocomposite, can be estimated by
substituting the permittivity under load of the upper geotextile layer (assuming this value
is significantly lower than the in -plane transmissivity) and using the relationship
PARKHILL, SMITH & COOPER, INC. Page - 3 01448709
Leachate and Contaminated Water Plan
City of Lubbock, Texas Attachment 15
Caliche Canyon MSW Landfill Leachate and Contaminated Water Plan
MSW Permit No. 69
May 2010
Kn
t
to arrive at an effective hydraulic conductivity for the upper geotextile for use in the
Giroud equation. Assuming Kn = 0.54 cm/sec, tana .of 0.33 and cosa of 0.95, at the
maximum depth to the sump of approximately 60 feet (giving maximum crossgradient
length of 180 feet), is approximately 0.0013 feet.
4.4 Leachate Pump and Riser System
Extraction of leachate from the collection sumps is accomplished by submersible electric
pumps. The submersible pumps can be operated manually or automatically, depending
on what conveyance method is used — manually loading tanker trucks or automatically
with level switches discharging to a force main system. Leachate levels in the collection
sumps will be monitored to maintain a head buildup of less than one foot on the landfill
floor adjacent to the sump.
A sump riser pipe will be located directly up the sideslope from the sump and at the
disposal area perimeter for the two cell areas. Risers are 18-inch diameter HDPE pipe
and provide a means for lowering submersible pumps down the 3:1 sideslope incline into
N the collection sumps. Replaceable wheels may be attached to the pump housing to allow
the pump to be easily moved up and down the sideslope riser. The lower portion of the
riser within the sump is perforated (1/2-inch- diameter holes) which allows leachate to
flow to the pumps.
The depth of leachate on the liner will be measured manually by a water high level and
low level indicator at the sidewall riser.
4.5 Conveyance
Leachate will be transferred to disposal locations by tanker truck or a force main system.
4.5.1 Conveyance by Tanker Truck
Leachate may be withdrawn from collection sumps and discharged directly into
tanker trucks. Spill containment for truck hose connection and loading will be
provided by a portable trough or similar spill containment protection will be
provided at hose connection locations. Leachate pumped into tanker trucks will
be transported to the City of Lubbock Southeast Water Reclamation Plant for
treatment and disposal. A letter of approval for treatment and proper disposal
from the operator of this facility is included as an Appendix to this section.
PARKHILL, SMITH & COOPER, INC. Page - 4 01448709
Leachate and Contaminated Water Plan
City of Lubbock, Texas
Caliche Canyon MSW Landfill
MSW Permit No. 69
Attachment 15
Leachate and Contaminated Water Plan
4.5.2 Conveyance by Force Main System
May 2010
A leachate force main system will be installed from the sumps to the proposed
evaporation pond. The force main will be sized based upon leachate production
and pump capacity. The force main will be SDR 17 HDPE pipe. At road
crossings the force main will be installed in a steel casing. All HDPE joints will
be welded and tested by hydrostatic means prior to commissioning. Major bends
will be restrained with concrete thrust blocking.
4.6 Leachate Treatment and Disposal
4.6.1 Offisite Treatment and Disposal
Leachate to be treated and disposed offsite will be pumped into tanker trucks and
transported to the City of Lubbock Southeast Water Reclamation Plant.
4.62. Onsite Treatment and Disposal
Leachate to be treated and disposed onsite will be conveyed via a force main
system to a lined evaporation pond. The pond and force main layout are shown
on Figure 15a. Pond details are shown on Figure 15b.
4.7 Monitoring and Maintenance Activities
Regular maintenance and monitoring will be performed for the leachate collection and
transfer system throughout the development, operation and for 30 years after closure of
the landfill. The following monitoring and maintenance activities will be performed:
• Depth of Leachate on Liner: The depth of leachate will be measured by a water
high and low level indicator at the sidewall riser. The depth of fluid will be
recorded monthly and/or after significant rainfall e V C;11L during the active life of
the landfill, and semi-annually during the post-cl-osure period.
• Pump Maintenance/Replacement: Portable pumps will be maintained as
appropriate. The permanent sump pumps will be checked annually and
maintained as necessary. Backup pumps (portable pumps) will be provided so the
primary pumps may be removed and repaired. Maintenance activities on the
pumps will occur during the active life of the landfill and during the post -closure
period.
• Cleanout: Cleanouts have been provided on all headers. Cleanout activities will
occur on an annual basis, or more often as needed, during the active life of the
landfill as well as during the post -closure period.
PARKHILL, SMITH & COOPER, INC. Page - 5 01448709
Leachate Evaporation Pond
City of Lubbock, Texas Attachment 15
Caliche Canyon MSW Landfill Leachate and Contaminated Water Plan
MSW Permit No. 69 August 2010
• Disposal Facilities: The leachate evaporation pond will be inspected every 6 (six)
months for leaks, tears, or other damage to the liner system and to ensure
adequate freeboard is maintained. Inspections will be performed when the pond
is dry and clear of sediment. Any sediment remaining after the pond is dry will
be washed or swept to the low point of the pond. A concrete pad will be provided
at the low point to allow equipment and personnel to access the bottom of the
pond. In the event that the pond is out of service, leachate will be transported via
tanker truck to the City of Lubbock Southeast Water Reclamation Plant.
5.0 LEACHATE QUANTITY AND QUALITY SAMPLING
The purpose of leachate monitoring is to provide data on the quantity and quality of leachate
being generated within the landfill. Knowledge of the leachate quantity is often necessary to
evaluate the effectiveness of the landfill design. Therefore, periodic sampling of leachate at the
sump area will be performed to evaluate leachate quantity and quality. Leachate quantity and
quality monitoring will begin at the facility when a sufficient quantity of leachate is detected in
the first sump installed. At a minimum, monitoring will continue on a semi-annual basis.
6.0 LEACHATE QUANTITY AND QUALITY SAMPLING
6.1 Record Keeping
All records relating to this plan will be retained indefinitely. At a minimum, the
following rPr.nrds will he kP»t nn f;1P nt thim landfill•
aaa yr aav�.. Vai ia1V Ka. {.laV iKll`i1111.
■ leachate monitoring field information records,
■ leachate analysis results reports, and
■ leachate removal and disposal records.
Other information will be retained as necessary to ensure proper implementation of this
plan.
7wO CONTAMINATED WATER PLAN
To minimize the amount of water entering the working area from other developed areas. it will
be enclosed by a berm ranging in height from 1' to 6' depending on the round elevation. The
. g, g
liner phase termination detail (A/ 11) will, serve as the schematic of the prime workingface
berm. During normal cell operations where the working face of the landfill is greater than
PARKHILL, SMITH & COOPER, INC. Page - 6 01448709
Leachate and Contaminated Water Plan
City of Lubbock, Texas
Caliche Canyon MSW Landfill
MSW Permit No. 69
Attachment 15
Leachate and Contaminated Water Plan
May 2010
200 feet from this berm, an additional three foot berm will be constructed approximately 200 feet
upgradient of the working face until such time as the working face is within approximately
50 feet of this temporary, three foot berm. When the working face is about 50 feet from the
temporary berm, it will be removed and reconstructed 200 feet from the working face. This
procedure will be followed for all areas until the working face is within about 50 feet of the liner
termination berm.
The berm, which is designed to contain the 25-year, 24-hour storm event, will also prevent
contaminated water from leaving the working area. Drawing 16 of the Site Development Plan
illustrates a profile of the berming for the waste cell area. Any water that comes in contact with
waste will be confined in the working face area and will be collected in the leachate collection
system. Should a rainfall event occur whereby the collected contaminated surface water run-off
remains on the working face for 48 hours, the excess contaminated water will be pumped out of
the area to tanker trucks and transported to the on -site storage facilities or off -site for proper
disposal/treatment. There will be no off -site discharge of contaminated water.
The interim drainage controls will help to minimize the amount of water entering the leachate
collection system and potential flooding in the developed cell area. Water that is collected
outside the working face area, but within the cell area, is considered to be uncontaminated and
can be pumped out of the excavated area if water accumulation is excessive (does not evaporate
y� within 48 hours).
PARKHILL, SMITH & COOPER, INC. Page - 7 01448709
APPENDIX C
SOIL BORING LOGS
0w 1 /B 1 B2
• •
133
•
owe/B
i
B12• ow51Br4p
NEW I,:X(*Av/1'I'ION
B8 ow3/eh
B5
f(�r� ('Ovcr• maLerial
OW6/614 B15 NI?ESIt: N'I'
B9
B 1 o
10n use)
B1� owe/Btu
OW4/B
1 1
I'APANSION
A REA
I
• : 101
• O1���•r•� �tI. M11 W(-I I
C U R HEN.I.
A N I)I�'I I,I,
� 31.8
azo 0E'710N
R EA1 A
OW t 0/B 3
B22
Figure No. 1
Approximate Boring Location Plan 0W9/B21
•
Lubbock Sanitary Landfill
Lubbock, Texas
JUL 3 1 19'00
H R
�
qD D 2487
TABLE 1 Soil Classification Chart
•
Soil Classification
Criteria for Assigning Group Symbols and Group Names Using Laboratory TestsA
Group
Symbol Group Name B
Coarse -Grained Soils Gravels
Clean Gravels Cu >_ 4 and 1 <_ Cc <_ 3 E
GW Weil -graded gravel,'
More than 50 % retained on No. More than 50 % of coarse Less than 5 % fines c Cu < 4 and/or 1 > Cc > 3 E
200 sieve fraction retained on No. 4 _ _
GP Poorl graded rave!'`
_ Y 9 9
sieve
Gravels with Fines More Fines classify as ML or MH
GM Silty gravel,'13•H-
than 12 fines
_ - -� - Fines classify as CL or CH
_ GC Clayey gravel,'.G.H
Sands
Clean Sands Cu 6. and 1 <_ Cc < 3E
SW Well -graded sand
50 96 or more of coarse Less than 5 % fines ° - -
Cu < 6 and/or 1 > Cc > 3E
fraction passes No. 4 sieve . ______ __ _.___.__. _ . .. - .... _-
SP Poorly raded sand
_ -_ . _ Y 9
Sands with Fines Fines classify as ML or MH
_
SM Silty sando•H�J
•
More than 12 % fines
- --
-- _ Fines classify as CL or CH _
SC Clayey sand°•H•,
Fine -Grained Soils Silts and Clays
inorganic PI > 7 and plots on or above "A" line CL Lean clayK•IL•M
50 % or more passes the No. Liquid limit less than 50
200 sieve
PI < 4 or plots below "A" lines
ML Silt"•1•"�
_
organic Liquid limit - oven dried 0 75
<
_
Organic clay" .M•N
OL
Liquid limit - not dried-
Organic silt"•L•M.o
Silts and Clays
inorganic PI plots on or above "A" line
CH Fat clayK.L-.M
Liquid limit 50 or more
-
PI plots below "A" line
MH Elastic silt"•L•M
organic Liquid limit - oven dried < 0 75
OH Organic clay"-L.M•P
Liquid limit - not dried
-- Organic silt".`,M.o
Highly organic soils
Primarily organic matter, dark in color, and organic odor
PT Peat
' A Based on the material passing the 3-in. (75-mm)
E Cu = D D (D30)2 m If soil
�.
contains -:a- 30 % plus No. 200, pre -
sieve.
If field sample contained cobbles or boulders, or
� o p , u x D. dominantly gravel, add "gravelly" to group name.
f If soil contains > 15 %sand, add "with sand" to N PI > 4 and plots on or above 'A" line.
both, add "with cobbles or boulders, or both" to
group name. o PI < 4
or plots below 'A" line.
group name.
m' Gravels with 5 to 12 % fines require dual
c If P PI lots on or above "A" line.
fines classify as CL-ML, use dual symbol P
° PI "A"
symbols:
GC -GM, or SC-SM. plots
H If fines are- organic, add `with organic fines" to
glow line.
-� GW-GM well -graded gravel with silt
group name.
GW-GC well -graded gravel with clay
If soil contains > 15 % gravel, add "with gravel"
GP -GM poorly graded gravel with silt
to group name.
GP -GC poorly graded gravel with clay
-1 If Atterberg limits plot in hatched area, soil is a
° Sands with 5 to 12 % fines require dual
CL-ML, silty clay.
symbols:
SW-SM well -graded sand with silt
" If soil contains 15 to 29 % plus No. 200, add
"with "with
SW -SC well -graded sand with clay
sand" or gravel," whichever is pre -
dominant.
%J %J I pow^" ly gaded san ' with silt
L If soil contains > 30 % plus No. 200, pre-
SP-SC poorly graded sand with clay
dominantly sand, add "sandy" to group name.
SIEVE ANALYSIS
ISCREEN —IN I SIEVE NO. I
Eo
2 ''/, S4 ��� 4 7 20 40 6� •47 2 -1
►0C
o
Ec --- - ; - - - - �-- - - •- - -
- o
CL
Z_:
- - - - -•- - — �-
-i
Z
W
0
40
sn
Dmo' ISmm
(L
I
-
W
-
Z
i
►-
H
W
30
U
i
i Deo " 2. Smm ,
_!
LAJ
V
W
n-
+ ' 1
-- - - - -r- ... _.. -
X
hc. a
H
Q
2 S
• �
u,a-OUTS
—!
-
r
10
. J 10 • �. I S r.
7
PARTICLE SIZE IN MILLIMETRES
Cu - �so 15 - 200 Cc - ((1)30), _ (2 5 I2 5 6
D,o ' 0075 O,o, D,, 0 c,T5, 15 '
G^
For class if icot ion of fine-grained soi Is
and fine-grained roct ion of coarse -grained
sods.
Equation of •A - line
Horizontal at PI=4 to LL=25.5,
then PI=0.73 (LL-20)
p��
Equation of "W-line
'vertical at LL=16 to PI
then PI = 0.9 (LL-8) /
1\0e
MH
R OH
--- cL=ML'
MLOR OL
..v vv I v av 7V I VU Ili
LIQUID LIMIT (LL)
TEST HOLE NO. 6-1
Ci ty of -
Lubbock Sa n i tary Landf i 11
tiurf�cc 1:Icv3110m Depth:
3247
Oicnt
Ms. Risa t= hEngineering,
HOR
•r
.r
Description
TS I LTY LAY Y J It strong brown
ILTY SAM, reddish yellow
I LTY SAND. rw id i sh yel i ovi
th traces of cal i the
• B_ I LTY SAND.. reddi sh ,yel 1 ow
'th traces of calicne
� CLAY WITH SAND, 1 i ght gray
Fvqth traces . of ca l i the
_25_ PILTY SAND, pinkish white
88
-:gyp- !LTY SAND, reMi sh yel 1 ow
t.n to tr .P -3 of gal 7 Chi
-; SILTY SM. reddish vel i oar
t th traces of calithe
40_ LTY SAND. raMi sh vAl 'l ru
Pwifth traces of cal i the
_4 5- � I LTY SAM . re(idi sh yellow
I Wi th tra(--cs o f ca I I cho
BORING, i.OG
'-4ca'i, Texas
Rorie Mcdsod
g
Date fDrUling
Str. No.
:ter
Da11 as
Texas
L'Pcph to cwr
96.5
..
t1R
,g
u
_s
V
t?
O
S (r »
U
� 4
No. 4r Blow,
do
lst 21d 3rd . .
_r
b- 6-
.M
5
11 31.
8 . r;
-71 16JI I I I 128.41 sl iu I a
am==== EMIR
Imummmmomme
4
7
CL
39.1
38
30
8
77.4
9.9
3
SM
.4.5
25
SM.I 5.51 I I I 111-81 7I19125
am==== m Ime
am==== 1mj
SM 3.9 12.0 5 20 25
TERRA ENGINEERS INC.
TV Crlr tl fN it it x i &--,
I t:titiA ENGINEERS, INC.
TVcT u,r♦r r wram
TERRA ENGINEERS, INC.
TEST 1101Y No
TERRA ENGINEERS, INC.
TEST HOLE No
}
i CtiKA ENGINEERS, INC.
1"EST 11OLE NO. g-3
T'ro,cct BORING I� C) Ci
City of Lubbock - Sanitary Landfi 11 Locati D
tarf,cc Eir at ic,n rk th Lubbock, Texas stc of �iig
r Iltamctcr -'
3225 70 i Ronng MCUUW Str. No.
nicnt
W. i r= i her, HOR Engineering. F nc . Da l l as Texas L'Aqxh in cwr
ep K 8
u
ts. tP N
Dc scri p t' s . I o t? srr M
G J r No. CX Blows
> CrH
N �
• w
i -� if �' or I u f2�3'�
TS SILTY SAND, strong brown SM 8.1
_ _ 1vjith _ traces - of organics _ _ 36.6
SILTY SAND, pinkish white S�! 3. 7 Ned MC 1
-S-
vnnth cal i the 24.8
SILTY SAND, pinkish white SM 10.6 NON PLAS
Wi th cal i the128.6 --
SILTY SAND, pinkish white gH 6.9 1
- j ;_ vnn th cal i the 21.7 25
SILTY SAND, white. _ SM ---�-
8.4 25.6 5
- �- Fpe
11
ati
SILTY CLAYEY SAND, reddish yellow SC- 8.2
33.8 25
�i L fY SW, pale broom - ... - - �12.0 - -. - _.... _ ____ __ _
v i th traces of cal i the 24.9 I *25
-30- trati
SILTY SAND-, r ddi sip yellow low S4 8.�
with traces of caliche LAST C 26.1 5 5'
trati o
SILTY SAND, reddish yyellow 91 8.0
wi th traces of cal i cue - 27.3 25
40- .
SI LTY SAND, y611 avi sh red SM 14.6 16
TERRA ENGINEERS, INC.
TEST HOLE NO. R-71 (r-nn'tI
i
i tRRA ENGINEERS, INC.
TEST H O LE NO.
Rmicct
Ci ty of Lubbock - Sani Landfill
BORING LOG
�,
Surface Lacvstirn t�th:
3226 '
���
DrH
, Texas LDem ori26-9Q
8r
C1icrnW/C-C9V=sM
„
Rohs Mcdod No.
air
Fisher. i i
Inca
D llas. Texas
DcpshinG% r
r
Description
.. d No Sn'I'
Z ..
" . Of Iilm"
O
TS SILTY SN , 1igilt brown
SM
o
6.3
4
S
?mod 3rd
6' �• -
IC
with traces of caIiche
27.5
SILTY SAND, very pale brown
with caliche
SM
2.9
8.4
SILTY SAND. pinkish white
of th cal i the
9.3
LAS IC 3.
-10-
_rho
SILTY SAND, pinkish white
vri th ca 1 i the
SNI
6.0
24.7
-15-
SILTY SAND, white
34
6.6
_20• with caliche
25.9
SILTY SAND, white
1 vi th cal i the
94
6.1 1
Z9.3
-25-
SILTY S��ND, reddish yellow �
with traces of
1-30-1
g
'
1
caliche
.
l LTY -m`u; - pin- - ski white - -
-35_ with traces of cal i the
-
SILTY SAND, pink
•40•
gH
6. 1
18.
.45-
t
TERRA ENGINEERS INC.
,ry CT "!% v r-r w r i-,%
Q
TERRA ENGINEERS, INC.
TEST
HOLE NO. g_:
I'rLi jest
Ci ty of Lubbo,k - Sanitary Landfi 11
BORING LUG
LAVCau �,� or °n'�-�I2-90
1urlacc
I:lcv�ti•� 3 2 "�`',
22
Ovaineter
k . Texas _
C'itutt
�
��
Boring Method Str. No.
r i h r HLDR Engireering.
Inc.,
� to cvrrasxa _._.
r
■t G17(
K.
Description
sir N
sou No. Of Blows .E.
cr '«
S
SILTY SAND, strong brown
7
FR
a 1 n 2nd 3rd Y.
h• �• �-
SILTY SAND, pa 1 e bromi
SM
4.9
with caIiche
10.4 12 25
SILTY STAND, pi nki sh whi to
SM
with ca l i the
• -
10
(Hard)
t�-
-0-
SILTY SAND. reddish yellow
with cal i the
7 • 9
'VON LAST C 14.6 8 5 4
trati
SILTY SAND, reddish yellow
SM
with cal iche
5 2"
trati _.
- 30-
SILTY SAND. ai nki sh white
wi th cal i cheV
6.8
A.
21.9 L5 4
trati
-35-
SI LTY SAND, reddish yel 1 ow
with cal i the
SM
7.2
16.6 10 25
-40--
with
SILTY SAND, reddish yel 1 ou
ca 1 i the
SM
7.4
NON LASTIC
10.4 12 25
-4�-
SILTY
•
SAND, reddish ye 11 ov,
3P1
4.4
5.7 10 25
TERRA ENGINEERS INC.
TEST HOLE N(). R-5 (e-r)n'tl
1
J
TERRA ENGINEERS, INC.
TEST HOLE NO. 3-6
Pmjcct Ci ty of Lubbock - Sani tary Landfi 11
Surface Elevation 15;i
3224
4-• 1
ff,
81
t
Me 94
Fi h NDR En4ineerina_
U.
Description
TS I , strong own
•5-
SI LTY SAND, pinkish v hi to
wi th cal i the
BORING LOG
��eneter
L.ocata
Texas
Date Of Drillini
3
1/4
Bonn` Mcthod
Str. No.
. Da llas.
Texas
Depth 4i cw17
74.5'
y
�
K
u
8
V
�
S
r
.0 S
c dr S1'T
Z a; ..�
No. Or Blows
�C�i
S
W
C'
J
w
S
w
�
1st
2�td 3rd
b'
�- f-
10.2
1SILTY SAND, pinkish white
wi th cal i the
9
3.2 NON P LAS C
6.4
SILTY SAND, reddish ellow
th traces of cal i
SM
5.6
8.2
_20-
SILTY SAND, reddish yellow
th cal the
SM
4.7 NOc� P C
9.2
-2 S-
S I LTY SWD, reddish y el 1 �:.'
th cal i the
,y,►�
4. 2
9.2
-30-
SILTY SAND, reddish yellow
Sm
7.0
th calidtie
13.4
-35-
.
1 1 1
1
SILTY
SAND, reddish yellow
Sm
9.b
with
calithe
17.6
-40-
117.2
SILTY
with
SAND, reddish yellow
callche
SM
6.3
SILTY SAND r
`.
widish yellow SM 5.7
15.2
TERRA ENGINEERS, INC.
•r r. c_1-T• 1.1 r» c k : f It
i
TERRA ENGINEERS, INC.
BORING B-7 NOT DRILLED
TEST HOLE NO. a-s In hl„-ft ._ ,.•.
TERRA ENGINEERS, INC.
TEST HOLE NO- R_o
T =FRRA ENGINEERS, INC.-
TEST HOLE NO. a-9
TERRA ENGINEERS, INC.
TpCT Un> v xlr-t
TERRA ENGINEERS, INC.
TFCT uni v kip
TERRA ENGINEERS, INC.
TvCT ilni r. *Ii-%
TERRA ENGINEERS, INC.
No- R-1
TERRA ENGINEERS, INC.
,rEST HOLE No.
I cr MA CNUINEERS, INC.
TEST HOLE NO- R-> > 14-1
TERRA ENGINEERS, INC.
�
_~~
TERRA ENGINEERS, INC.
rlr V crlr T T rN ir V- V, I - %,
TERRA ENGINEERS, INC.
TEST HOLE N()_ P_,
'TERRA ENGINEERS, INC.
TEST' HOLE NC). B-13(con It
PWj=
BORING LOG
Ci ty of Lubbock - Sani Landfi 11
sue.« I:Icvatlon
LACation
Texas
Due of Drilling
'
IjPth:
Dia„�
- -
105
3 4„
1
Bong Mahod •
Str. No.
_:
iMs . R i sa r i sher . HDR E n i neeri n %Inc..
Dallas, TexasDcpth
w r4-
, -
to Gar•
100
r
b r
s °�
�
•
Desc nption
� u
o
� : � �
Srr N
No. ���� .�
r
.,�
.E.
J
S
h o.
I u
2nd
3rd
F'
h'
,�-
SILTY SAND, very pale brown I SM I 6.1
-55-
-60-ISILIY SAND, yellavish red I SM 15.5
vAth traces of caliche
SILTY SAND, yel 1 avi sh red 3.0
-70- with traces of caliche
(sarpl i ng termi nated )
-75-
-85-
* 51'
penetrati
�ooilcle
8.11 71 9112
TERRA ENGINEERS INC.
Tvcrr unT .r Xtom
TERRA ENGINEERS, INC.
TERRAENGINEERS, INC.
TERRA ENGINEERS, INC.
TEST HOLE N(). g-15 .
BORING LOG
of Lubbock -Sanitary Landf i 11
�,�"`' V14-90��� nr l�jTexas
3 1/4��
Boring Mcdmd Str. No.
Client
M - i h r' HOR n i
E neerin
Inc.
Dallas
Texas � in C#Wr
6
8
r i
C
u
+o* sprDe�crS v
`; N
, Nn. Or Blows
o
Cr r ac
QW h CA.
u_ 2M 3rd
TS SILTY SAND, brown
SM
- 9.5
Ef- •
1 2 1
- `- SILTY SAND. reddish ye l l a-i
S
-10- CLAYEY SAND, pinkish white
SC
9.0
25 16 9 44.6 8 14 25
-15- CLAYEY SAND, pinkish white
SC
extra nel y
hard
CLAYEY SAND, pinkish white
Sc
16 - 23'
0-5- SILTY SAND, reddish yel 1 ow
SM
vA th cal i the
SILTY CLAYEY SAND reddi sn yel l a-v
- j0- with traces of cagy i the
SC-
SNI
8.2
8 18 17
-35- SILTY CLAYEY SAND reddish yel 1 ow
with traces of cagy i
Sc-
the
SM
SILTY SAND, pink
. 40- with ca l i ch`
SM
.
G7
15 17 23
I t
_45- SILTY. SAND, pink
SM
vn th cal i the
TERRA ENGINEERS, INC.
'rEST llOLL NO. R-Ir-i
TERRA ENGINEERS, INC.
'r E S'I' HOLE No. Q_, r,
TERRA ENGINEERS, INC.
TEST HOLE No -
TERRA ENGINEERS, INC.
TEST HOLE NO_
1
CHKA ENGINEERS, INC.
TEST HOLE NO. g-17 con't
pm,cct
C i t of Lubbock - Sanitary Landfill
BORING LOG
Locauon
s�racc racvat,�, u�w:
th,mc,,v
�
t , Texas o�tc or D""1IL26-%
c licttt
3 1 4"
Boring Mcdmd Str. No.
`W/QQ9=s-sed
iM. Ri sa r i shcy- HC t i neeri n
I nc-1. Dallas,
Texas
r
°crah'^ C;Wr
. 78.2'
§
tp
tR
g
s De sm'Ft�on i
Q.
s o srrr N
No. CX Rln" �
~
J
p
S
,
s
• =
vs 1 a ?mod 3rd
SILTY SAW, reddish yel 1 ow
gH 5.7
NON PLAS IC 10.7
.25
-55-
- 5a- SANDY LEm CLAY, reddish yellow
CL 14.4
30
18
12 50.0 27
_05_
-70- SILTY SAND, reddish yel 1 ow
SM1 6.41
1
1
15 *25 3 1/2#1
(sampling to m nated)
�at�, o
_8
-85-
______
_cam_
TERRA ENGINEERS, INC.
TEST HO .F No
U-1 0
FERRA ENGINEERS, INC.
~_.
I hfifiA ENGINEERS, INC.
TEST HOLE NO. R-iQ
TERRA ENGINEERS, INC.
TFCT uni c &ifs
i tRRA ENGINEERS, INC.
TVCT Lsf%1 ,r- w►tx
TERRA ENGINEERS, INC.
TEST HOLE No. R-xn rf�^nl+l
TERRA ENGINEERS, INC.
TvCT Lit -if T:, T4,7,r1
TERRA ENGINEERS, INC.
'T*V cqr I I t,% I
UF:FiRA ENGINEERS, INC.
TL'cT ul11 r a,I
TERRA ENGINEERS, INC.
TEST H[)1 _F NtO
D- 7-n
I MKKA t:NGINEERS, INC.
T T' CST T T /1 T r i r iN
J
TERRA ENGINEERS, INC.
TEST HOLE NO- 6-23
''"°'=t
City of Lubbock: - Sanitary Landfill
�-�
BORING•LOG
Surface Elcvat»n 3
2 3
mow: 105'
��m�
Bering
Texas
'
Date of Dri11i�
Chcnt
1/4
M
_
�1.Sm
Fisher. HDR E n i neer i nr
I x' . ';u 1 l a s
Texas
a I r
- 77S
Dom' to GWf
91'
�_ D�•�cri ption
J
s
a. s b. .�.�
a S" N
r > No. Of Alow,
L)
M
u
.0
v
V
TS
•
�WJDY SILTY CLAY, Very dark brovin
CL ..
%
1D.6
`�
w
�
>� �
c 1
2td
�- 3�
2.5
SANDY LEAN CLAY,, s brainML
tror�
CL
3.0
-
24
16
g
67.7
•
SILTY SAND, light brown
With traces o cal i the
�
2•4
15
17
20
- I 0_
SANDSTONE, pink -- - - ..- -- .- - ----
--
4'7
25
SANDSTONE, pink 2.9
SILTY SAND, reddish Ilow SM 5.8
do th traces of Cal i re
_,5. 1
ILTY SAND, reddish ye llar 9M 2.8
_30. •rith traces of caliche
(SILTY SAND, reddish yellar I gH I 3_7
-ap• Mn t'� traces of * cal i ene
-4
C i 118-2125
25 4"
trati
I15I 23I*25 411#ratiI
C I I 9.2I 19 I 22 I
*25 4��trati
TERRA ENGINEERS INC.
i
m
TEST HOLE NO- a-9-i
TERRA ENGINEERS, INC.
'lr V cqr lul i-% T T- W I A-k
TERRA ENGINEERS, INC.
CEOTECHNICAL REPORT
PROPOSED LUBBOCK 3
U BOCK LANDFILL
LUBBOCK, TEXAS