Loading...
HomeMy WebLinkAboutResolution - 2008-R0472 - Contract - LD Kemp Excavating Inc.- Landfill Final Cover Construction - 12/04/2008Resolution No. 2008—RO472 December 4, 2008 Item No. 5.18 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Unit Price Construction Contract for the Cailche Canyon Landfill Final Cover Construction, Cell IV as per RFP 08 -740 -DD, by and between the City of Lubbock and L D Kemp Excavating, Inc. of Haltom City, 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 this 4th ATTEST: Rebec a Garza, City Secretary AS TOC day of December , 2.008, TOM MARTIN, MAYOR Loomis, Transportation & Public Works mt City Manager APPROVED AS TO FORM: Chad Weaver, ssistant City Attorney vwlccdocs/Chad/Resolutions/RES-LD Kemp Excavating, Inc.-PurchaseOrd November 11, 2008 CITY OF LUBBOCK SPECIFICATIONS FOR Caliche Canyon Landfill Final Cover Construction Cell IV RFP # 08-740-DD Contract # 8708 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://l2r.thereDroductioncompany.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas RFP# 08-740-DD Addendum # 1 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM # 1 RFP # 08-740-DD Caliche Canyon Landfill Final Cover Construction, Cell IV DATE ISSUED: October 23, 2008 OLD CLOSE DATE: October 30, 2008 @ 1:00 P.M. NEW CLOSE DATE: November 4, 2008 @ 1:00 P.M The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Due date is CHANGED from October 30, 2008 at 1:00 P.M. to November 4 2008 at 1:00 P.M.. 2. Electronic AUTOCADD 2005 drawings are available for download from Bidsync. (Add the extension .dwg to the file name). If you would like to request the AUTOCADD 2005 drawings on CD, it will be the contractor's responsibility to contact the Buyer at 775-2164 or e-mail to ddoss i mvlubboek.us. 3. Offeror's must submit the **REVISED** PROPOSAL SUBMITTAL FORM attached. Form is available on Bidsyne in word format. 4. Offeror's attention is invited to the Engineers Addendum #1 attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to c(io�. <<=rrtltil�lu>ci_tts. THANK YOU, CITY OF LUBBOCK Val&w DO" Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Buyer if any language reauirements etc.,or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. RFP# 08-740DDad 1 1 Addendum No. 1 Caliche Canyon Landfill Final Cover Construction, Cell IV Please modify the plans and specifications for this project as follows: 1. Replace BID FORMI with the revised copy included in this Addendum. 2. Included with this Addendum are multiple drawings, the purpose of which is to provide clarification and to assist the following drawings : • AutoCAD drawing: Landfill electronic topographic survey - available for download from BidSync; www_bid,ync.com • AutoCAD drawing: Proposed Final Contours - available for download from BidSync; www.bidsync,cQm • PDF attachment: Sheet G02 - figure showing location of existing water wells and tire chip stockpile area • PDF attachment: CKC13 Section B-B .- addition of gabion basket at downstream end of concrete • PDF attachment: C-5-iA South Swale Profile - new sheet showing profile of drainage swale • PDF attachment: color version of C04-1 Subgrade Construction Cut/Fill Plan • PDF attachment: Record Drawing of Sheet C 1.0 from the Gas Condensate Removal System and Gas Well Field Expansion project. Gas condensate lines shown as heavy solid lines (Compressed Air Supply and Condensate Discharge linetypes in legend) and gas lines shown as lighter hidden lines (lines not replaced as part of this project) 3. Included with this :addendum are the necessary forms for filing the Storm Water Pollution Prevention Plan as required for the EPA. These forms include: • Notice of Intent (NOI) form and instructions • Notice of Termination (NOT) form and instructions 4. Addition to Specifications • Section 02371 Gabions and Filter Fabric • Section 02720 Aggregate Base Course 5. Change to Bid Form,Section 01025, Measurement and Payment section A. Item 12 Demolition of Tri-lock Channel --- All references to wood and tire chips have been removed. Demolition of the tri-lock channel will be paid as originally specified on a per square yard basis. B. Item 1.3 Removal of Wood Chips and Tire Chips - Pay item created for removal of wood and tire chips. Wood and tire chips may be used to fill low areas up to the bottom of the intermediate cover layer. Any tire chips removed shall be separated and stockpiled in the tire chip stockpile area shown on the plans. C. Item 1.4 Subgrade PreparationiIntermediate Cover Layer Preparation - No changes to item, other than item number. D. Item 1.5 Infiltration Layer Construction - No changes to item, other than item number. E. Item 1.6 Erosion Layer Construction - No changes to item, other than item number. F. Item 1.7 Drainage Swale - Pay item created for construction of 6-inch caliche drainage swale to lines and grades shown on the plans. A profile of the drainage Swale and specification section has been provided with this addendum. The caliche channel will be constructed as detailed in the original plans, A4 C13. G. Item 1.8 Drainage Outlet -- This item was revised to include a gabion basket place at the downstream end of the drainage outlet for erosion protection. The gabion basket size will match that used for protection of leachate sump riser pipes. Detail C3/C 13 has been revised to include a gabion basket adjacent to the structure next to the bottom of the footing in Section B-b. Specification section 02371, Gabions and Filter Fabric has been added to the specifications. H. Item 1.4 Rock Gabions No changes to item, other than item number. 1. Item 1.10 Gas Wellhead Type A Adjustment No changes to item, other than item number. J. Item 1.11 Gass Wellhead Type B Adjustment No changes to item, other than item number. K. Item 1.12 Pumping Unit Manhole Adjustment No changes to item, other than item number. L. Item 1.13 Combination ,fir Valve Enclosure Adjustment No changes to item, other than item number. M. Item 1.14 'Miscellaneous Valve Enclosure Adjustment No changes to item, other than item number. N. Item 1.15 Retaining Wall No changes to item. other than item number. O. Item 1.16 Seeding, Fertilizing, & Watering t U LJ 1 Item changed to include only the requirement to scW, fertilize, and water the temporary seed mix for the establishment of temporary vegetation. The specifications have not been modified, but only the temporary mix will be required. Either temporary mix will be acceptable. P. Item 1.17 Landfill Markers Pay item created for the installation of landfill markers denoting the limit of GML liner and the landfill grid, as shown on the original plans. Q. Item 1.18 Erosion Control No changes to item, other than item number. 6. Response to questions raised during pre -bid meeting held on October 16, 2008. Ql: Are the borrow sites for topsoil and inlrltration layer material close to the project area? And how can a contractor gain access for inspection and possible surveying? Also, is all the material needed onsite? Al: Yes, the both are just west of the cell. For site access prior to bidding, contact the city of Lubbock by calling 806-757-2151 and schedule an appointment with Mr. John Cobb. The city indicates that there should be ample topsoil onsite to complete the project. If needed, the topsoil may be blended with the borrow site soil to increase the total volume. Contractor will need to make this determination at the beginning stages of the project. Q2: Is the gas system currently in use? And are plans available? A2: Yes, the system is operable and consists of a gas collection lines and condensate removal system and air supply line. Contractors will be responsible for locating these lines prior to start of heavy construction and provide adequate protection to prevent damage or disruption in service. It is suggested that the contractor locate all of these lines by potholing and marking the alignment. A -set of layout plans for the gas lines and leachate removal system is included with this addendum. Q3: Is the survey available electronically? A3: Yes, the survey and final contour maps will be provided electronically for download on the city's electronic bid site. Q4: Do the wood chips and tire chips have to be disposed of at the city's current working cell? Also, do the concrete erosion blocks have to all be removed? A4: The city has decided to retain all tire chips. Tire chips will be removed and stockpiled next the archaeological site east of the cell. The wood chip material may be used in the lower fill areas with caution. Too much of the wood chips in die low areas could settle making achievement of final grades difficult. Contractor will need to decide how to blend the material with soil to accomplish the project as intended. Depending on the final grades, the concrete erosion blocks on the north side may remain in place and be covered with till soil. The west side where they form a berm up will have to be removed. Q5: Regarding the quantity of concrete blocks, will we paid for the total amount if some are left in place? A5: You will only be paid for the amount that is moved by measured quantity. Q6: How will we be paid for moving tire chips and wood chips? A6: Q7. For clarification, is the zero layer the top of the 12-inch infiltration layer? A7: Yes. Q8: !f during cut operations and trash is encountered, what do we do with it? A8: You may dispose of waste in the low spots as long as it is below the intermediate layer. Q9: If we do hit waste, how far do we have to excavate down? j A9: You will need to excavate clown to a point below the intermediate layer J , which means 12-inches below the zero layer. This layer will then have to be filled with soil as required. QlO: Can we use any of the soil already in place? A10: Yes, but it will have to be removed and reworked in order to achieve the desired final consistency and density. The lone exception is any material in the intermediate layer may be left in place provided there is at least 12- inches and provided it is "fluffed" by whatever means necessary to achieve the desired consistency and density. 1 Qll: Can excavated material be used as fill? Q 11: yes, s Q12. Who pays./or construction tests" Al2: Contractor pays for all preconstruction testing to show materials are acceptable and any failed tests during construction. Ou-ner will pay fiir any passed tests during construction. I Q13: What is the test refusal point for density? A 13: The maximum is 80% of standard proctor density. Q14: Is there a maximum on lift thickness? Q14: No. As long as it is done with safe, sound practices. Q15: Is the use of a settlement plate and accepted means to measure thickness? A 15: Yes, settlement plates would be most helpful. Two issues to remember, the first requirement is the minimum thickness, the second is final grades. The final surface must be graded to the contour elevations shown and at a minimum of 2% slope with no low spots that impede drainage. Q16: Is the current landfill at the permitted contours? A 16: No, but there are some isolated areas that are above those contours and will require cutting and removal of the material in place to correct contours. QP7 Can we obtain electronic drawings for bidding purposes. A 17: Yes, we will provide an AUTOCADD drawing of the survey and final contours for bidding purposes only. Contractor understands that they are responsible for verification of quantities. Drawings will be posted on city's bid site. Q18. Are there any restrictions on the borrow site as do depths, eta? A 18: There are no formal restrictions other than the contractor must coordinate with the City's Street Department who is operating a rock crusher at the far south end. Also, the contractor should use safe practices for r : excavating operations. Q19: What are the working hours at the landfill? A19: The landfill is normally open between the hours of 7:30AM and 5:OOPM, Monday through Friday and then 7:30AM to Noon on Saturday. Contractor may work beyond those hours. This will be coordinated during the pre -construction meeting. Q20: Is the borrow site open? A20: There is a gate on the west side of the cell and a road that goes to the topsoil and borrow sites. Q21: Where is there survey control on the site? A21: There is a permanent bench mark near the gatehouse. There are also survey control points at each of the groundwater monitoring wells that are the north and west sides of the cell. These survey points will be made available to the contractor. Q22: Is there water onsite? A22: There are two existing wells onsite. One is located adjacent to the landfill entrance (10 to 15 gpm) that discharges into a concrete lined pond. The pond is small and only holds approximately 150,000 gallons. The second well is located at the far south end of the landfill, just to the south side of current Cell tiI (50 to 60 gpm). There is no pond near the second well. Contractor may use these wells, but will have to locate other water sources if this proves insufficient. Q23: Will the contractor be required to keep his contract open until final seeding is established? A23: After discussions with the Owner, it was decided that the seeding requirement will be revised. The contractor will only be required to seed and establish the Temporary Seed. Final approval will only be granted when the temporary seed mix is fully established at the end of the project. Permanent Seed Mix requirements will be removed for this project. Q24: What material is needed for the 6" CRUSHED AGGREGATE OR STABILIZED SOIL SURFACE? A24: A flex base (caliche) is acceptable. A spec is included with this Addendum. Q25: Will there be a bid item, for the Swale? A25: A bid item will be included. End of Pre -Bid Questions RO&V N, LLC QUESTIONS Q26: Will the Owner provide an electronic CAD file for the project in order, for the Contractor to perform quantity take -offs? A26: Yes. See prebid notes. Q27Is all barrow soil material for the project acceptable with no overburden removal or rock picking necessary? A27: Borrow soil is acceptable with no overburden. Some rock picking may be necessary. Q28: Is there an acceptable source and quantity of topsoil on -.cite? If sn, exactly where it is located (GO3?)9 If not, does the City have a secured source and where is it located? A28: Yes. Approximate location is shown on sheet 003. Q29: ;Measurement and Payment (010.15-1) Base Bid Item 1.2 states that removal of wood and fire chips will be paid for on a cubic yard basis. However, there is no bid item for this in the whodute of val"ex. Please clari6y. A29: See revised Measurement and Payment section. i� Q3Q: Measurement and Payment 01205-3, 1.14 describes a pay item for Seeding, Fertilizing and fVatering. however, there is no bid item firr this and ne description as to how it will be paid. A30: See revised Bid Proposal and Measurement and Payment sections. Q31: Is the Contractor expected to attain the compaction requirements stated 02236-2. 3.1 for the Intermediate Cover containing the wood and tire chips that are to be spread throughout the project? This would prove impossible unless we are expected to go to great lengths to mix the material(s) with on -site soil which would significantly increase the cost to the Owner at no great overall benefit to the project. A31: Compaction requirement of only 70% minimum is extremely low. It is doubted that this will be difficult to achieve. The intermediate cover should not contain any wood or tire chips as these deleterious materials should only be placed in the fill void below the bottom of the intermediate layer. a. It has been our experience that placing wood chips within the top 4' of soil will inhibit/kill vegetation establishment Would the Owner consider not placing such a great amount of wood chips in the areas to be vegetated and instead have the Contractor place them in the current working ,face or somewhere else on -site? The owner would consider not placing the material in the area to be vegetated. There should only be soil in the top 36-inches of final cover. Any wood chips or waste will have to be below this area. Q32: how shall the Contractor be compensated for waste that will be exposed, undercut and -- then covered during the subgrade preparation process? Will the Contractor be paid separately for waste excavation and additional fill required to cover the exposed waste areas? A32: No. That is all incidental to the subgrade preparation process. a. For areas with any significant cut, it is highly probable that waste will be exposed Possibly, but not necessarily. It is recommended that the contractor do whatever is needed during bidding to determine how much waste might be encountered. Q33: Please confirm that the Contractor shall assume the top of Intermediate Cover Layer will be grades shown on drawing C05 minus 2.5, and minus 1' for Irn fltration/Vegetation Support Layer and that the final grade shown will be the top of the Erosion Layer. Therefore, subgrade prep and Intermediate Cover Layer quantities could be quite substantially greater than I' thick. A33: Yes, the top of the intermediate cover layer is minus 2.5' from the final grades and the infiltration'vegetation support layer is minus 1' from the final grades, and the final grade is the top of the erosion layer. As far as the subgrade prep and intermediate cover quantities are concerned, the intermediate layer is on 12- inches thick, no exception. The fill void beneath the intermediate layer is the only quantity that will vary. Q34: Is the Contractor to make all cuts/fills shown on drawing C04-1 before the I ' Intermediate Layer is placed or does this represent the top of the Intermediate Layer once all cuts/ftlis are made? A34: The zero line shown on drawing C04-1 is the top of the intermediate layer. If there is 12-inches of soil below- the zero layer, then that soil does not have to be cut, only "fluffed up" by whatever means the contractor chooses. a. Due to the large amount of grading/leveling to be performed before Infiltration layer placement, would the Owner consider a cubic yard basis of payment for Base Bid Item 3 in lieu of a per acre price? If not, will the Contractor be allowed to perform a topographic survey at his own expense prior to bid time in order to establish for himself an idea as to how much material must be relocated in order to achieve bottom of Infiltration Layer grades? No change in bid quantity will be made. Contractor is allowed to survey the site for themselves. AutoCAD of the survey and final contours will be posted on city's bid site for contractor's use. 035: Please clarify if' the Contractor is to provide settlement plates at verification point locations shown on C04. If so, is this item incidental and is there a particular detail the Owner wishes to specify? A35: Contractor may provide settlement plates, PVC pipe, or other such means at the verification points. This will be at contractor's expense. Q36: Will the Owner provide an adequate source of water for construction on -site? 1+71ere e-ractly is the source of water and how much pressure does the source have? A36: See other comments. Q37: Is a grading profile available for the drainage improvements shown on drawing C05- 1 ? If not, please let us know the minimum/maximutn cuts/f ills that can be expected! A37: Grading profile provided with this addendum. Q38: Please specify if the Contractor is to provide 6" crushed aggregate or stabilized soil surface for detail A4 shown on drawing 13 and not either. Does the Owner have a preference? A39: Owner prefers to use a 6" flex base which is typical of caliehe material found in the Lubbock area. a. What exactly is meant by stabilized soil surface (vegetative stabilized, cement stabilized, erosion blanket .stabilized, compaction only, etc.)? 6" flex baw is acceptable. b. Will the Owner provide bid items fir (I)cut/fill/grading and (!)stabilization of the drainage ditch improvements work or is it considered incidental? Shall we place it in the SWPPP item? A bid item for this will be included in the bid proposal included in the addendum. Q39: Please confirm that the Owner does not require the Contractor to install any sort of energy dissipater at the toe of detail C.? Section B-B .,,hown on drawing C13. Will the Contractor be responsible for any re grading due to wash -outs at the ends of the proposed drainage outlet structures once they have been installed? A39: A revised detailed has been included with this addendum. 1 I Q40: Please confirm that the Contractor will be compensated for any relocation of Landfill Gas System piping that does not have a bid item such as lateral lines. A40: No relocation for the landfill gas system lateral lines is required. No bid item needed. Q41: Will the Contractor be able to dispose of the Tri-Lock blocks and geotcxtile in the landfill working face free of charge? A41: Yes, Q42: Is the Contractor expected to remove silt fence to be installed as shown on drawing CIO? A42: Yes, after temporary seed is established. End of'Rodman, LLC Questions t- BIDS YNC QUESTIONS Q43: Will Field Of.fices be required, or lcft to the discretion of the Contractor? Thank you. (Submitted. Oct 17, 2008 8:19:35 AM CD7) A43: Field Office is at the discretion of the Contractor. Q44: What kind of'protection would you suggest to prevent any layer in the final cover from freezing? Thank you. (Submitted: Oct 17, 2008 8:22:09 AM CD7) A44: There is no freeze protection required other than for concrete. Q45: Section 2936-Seeding of the specifications makes seeding mi:Y recommendations that are not consistent with the Final Cover Quality Control Plan. Which mix recommendations will govern? Thank you. (Submitted. Oct 17, 2008 8:24:44 AM CDT) A45: For this project only the temporary seed mix as specified in Section 02936 is required. Q46: Can excess vegetative material be disposed off in a nearby cell? Thank you. (Submitted: Oct 17, 2008 8:26:32 AM CDT) A46: Yes. Q47: Where will the owner pay for the seeding of the Final Cover? Thank you. (Submitted: Oct 17, 2008 8:32:57 AM CDT) A47: Use the item in the revised bid form. Q48: Where will the owner payfir or the Landfill Markers? Thank you. (Submitted. Oct 17, 2008 8:33:44 A.fI CDT) A48: A bid item has been added. Q49: Is the 12 `➢rainage Flume to be built surrounding most of Cell IV (as shown in C04), or only as shown in the Drainage Improvements Plan (CO5-1)? Thank you. (Submitted. Oct 17, 2008 8.38:24 AW CUT) rill A49: Only as shown on the Drainage Improvement Plan (CO5-1) and the Profile (C05-Ia) with this addendum. Pill Q50: Where exactly are the five (5) drainage Outlets going to be built? Thank you. (Submitted. Oct 1 ? 2008 8:40:54 Aril CDT) A50: In the location shown on Sheet C05-1. End of Bidksyne Questions In IN N E CONTRACTORS-\ ;tiTRANCE KEUKA ROAD lxjl SCRAP iiRE AND STORAGE/ �I FACILITY � °- TOPSOIL k� SITE I IL N CELL IfI I I NO SCALE I CEL V TIRE CHIP % STOCKPILE CELL rs j AREA i \ ' BLACK%VATER 1E A j EXISTING I--•�.�R+�y � WATER WELL ' W Z CELL t ot �I o w X 2 � 0 1 a C t I m a 6 I o } 1 Imo`--1 4 CELL VI MAIN ENTRANCE CELL L Mi `NOT FOR CONSTRUCTION) SELL 4711 OF I,w .:- r� ,s �d ROBERT HO!!Y H(ilOEf ..o ..... •69052 .... z z —EXISTING WATER WELL s ...r.u.r.....r... PROJECT NAME: CALICHE CANYON LANDFILL SHEET: 002 uuurrw.urrsrr .oao.rrru..ru TCEQ MSW PERMIT NO. 69 ISSUE DATE: 10/22 f 2008 ; ; ;, CELL IV FINAL COVER ADDENDUM 1-1 ;; ;; ;; ;; "t •1 • •w• u... rl N. v u... CONSTRUCTION V. ii� i - .. PSC PROJECT #: 01-2760-08 11 1111• 1. .. ::.11::1;:.:.:::;: PLAN VIEW NOT TO SCALE 3' VARIES 3 2 — 6x3x1 ROCK 1 FILLED GABIONS nsy$�t'y . �Cn•��4•�• 8. � GEOTEXtiLE or ,J . ` R08GR +`. `... SECTION B--B ..... +o .� = 0 `* 4 NOT TO SCALE 0�2 zAr awrrrraurnrrrur PROJECT NAME: CALICHE CANYON LANDFILL SHEET: C13 rrnrwrrrrrrrrwrrw TCEQ MSW PERMIT NO. 69 ISSUE DATE: 10/22/2008 " ' " O. �iIn tom CELL IV FINAL COVER ADDENDUM 1-2 at ' CONSTRUCTION :�..':.5 In-" iiriaiGrriiiuii PSC PROJECT: 01-2760-08 wwaww■ roarrurrr VL-900 jnWOUd wims mLnm 69 'ON jjvmd mam 0301 "nwNvi NOAM DWO11VO ! W�,,— All; 7qu! IV. ... ........ 1. .... . .... . ......... . CAUCHE QAWON UNDRU TCEO MSW PEFIMrr NO. 69 CeLL IV RUAL COW" . Q� . ............ "Mom T%W* "7j iw . ........... .... . ... suwatAm commuoym CI #KL PLAN . .... ..... 004-1 .. .............. -.1.1-1­1 .......... . . L --------------------------- T- 71 ------------ TCEQ Office Use Only Notice of Intent NOI for Storm Water Permit No.: TxRu Discharges Associated with Construction RN: MEN Activity under TPDES General Permit CN: TCEQ (TXR150000) Ref No: Sign up now for ePertmts NOI at ti+nn6.tcea.state.u.us steers Get Instant Permit Cot ct age .Ind ouh pat a M225 application fee. `aoif filing a paper NOI you can pay the application fee online? Go to www.teeo.stxite.ts.usie�t Select Fee Type: GENERAL PERMIT CONSTRUCTION STORM WATER DISCHARGE NOI APPLICATION If submitting a paper NOI, coverage under the general permit starts seven (7) days after the date postmarked for delivery to TCEQ.— i IMPORTANT: -Use the INSTRUCTIONS to till out each question in this form. I -Use the attached CUSTOMER CHECKLIST to make certain all you tilled out all required information. -Incomplete applications WILL delav approval or result in automatic Denial. Renewal of General Permit Is this NOI to renew an ACTITiT permit'! QYes - What is your permit number? Permit No. TXR15 EDNo - a permit number will be issued. Application Fee if mailing a paper NOI: You must pay the 4325 Application Fee to TCEQ for the application to be considered complete. Payment and NOI must be mailed to separate addresses. See instructions for correct mailing addresses. Provide your payment information below, for us to verify payment of the application fee: ❑Mailed: i Check/Money Order No.: Company Name on checking account: nEPAY: Voucher No.: is the Payment Voucher copy attached? nYes A. OPERATOR (applicant) 1. If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity'? 2. What is the Legal Name of the entity (applicant) applying for this permit'? (the legal irame anatt he spilled etactip as:liled with the Texas Secrewrs of State. Count), or in the legal documenrjniming the eniin. j 3. What is the name and title of the person signing the application? (The person must bean official meeting signatory requirements in TAC 305.43(a).) --- -- --- 'dame: Job Title: 4. What is the Operator's (applicant) mailing address as recognized by the US Postal Service? (serif. at UsPS.com) Address. Suite No.. Bldg. No./Mail Code: City: State: Country Mailing information (ifoutside USA). 5. Phone No.: ( } - -- -- _...----- --- - - - - --- 6. Fax No.: ( ) __.__---.------------. ___--.-.._ ------- --. Indicate the type of Customer: EJ individual [Corporation ❑State Government [Other Government -._...._.._......... ........ ---- TC'FQ-2002.2 (03it)5t2(X)8) Country Code: Extension: i F-mail ;address: ,.(Sole Proprietorship-Ii.f3.A. [Federal Government []County Govcrriment ❑ Other (describe): ZiP Code: Postal Code: [Limited Partnership OGeneral Partnership []City Government Page I F9Independent operator: Yes ­. C]No (if governmental entity. subsidiary, or part of a larger corporation, check ,�No) . 9. Number of EmplOVees: C]0-20, 021-100: C]IOI-250-, 251-500:or C]501orhigher . . . . .C]............... ........... 7 - 10. Customer Business Tax and Filing Numbers (This item anot 01,714k able to Indilicluals, Government, Gil or Sole Proprietor.) and filing no. st)S ;it -5I2.40j--;r__:;) REOUIRED for Corporations and Limited Partnerships t Verift file entit sl3l"i . ...... ,Federal Tax ID: State Franchise Tax ID Number. — — ---------- _­ ........ _DliNS `umber._(if TX SOS Charter (filing) Number. B. APPLICATION CONTACT rding this application, who should be contacted!!.... ifTCEQ needs additional information rega . ... . Company* 1. Name; Extension: 2. Phone No.: 3. Fax No.: mail Address: C. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE 1. TCEQ Issued RE Reference Number (RN): WN, .1: 2. Name of Project or Site (the name as known by the community where this facilityproject is located) (example: phase and name of subdivision or name of pMiLct that's unique to the site) .... . ..... 3. Does the site have a physical address? If Yes, complete siicdJjii.A for a physical address. If No, complete sieWil for site location information. - — --- --------- ---- - -------------- ........ Enter the physical address for the site. t scrifv if e.rth CSPS.com or iii her dere. r.% sour Street Name: ZIP Code 7_S_;e_f_J_9n_* Enter the site location information. Number & Street Name). provide a written location access description to the Site: 7T1�_o­,ph­y_s­icaI -address (Street y 290 South) (Ex,: phase I of Woodland subdivision located 2 miles west from intersection of Hwy 290 & 1143 5 accessible on Hw Citv where the site is located or nearest city to site: ZIP Code where site is located: 4. Identify the county where the site is located: Longitude; 5. Latitude: 6. What is the primary business of this entityI in your own words, briefly describe the primary business of the Regulated Entity: (Do not repeat time SIC and NAICS code) What is the mailing address for the regulated entity? 7Is the RE mailing address 'the —same -a-s the Operator? address is the same as Operator Nio, provide the address ----­------ ------- ----- --- ..... ....... . . ____ .... ...... Street Number. Street Name: . . ...... - ----------- ZIP Code; City: State: D. GFNERAI, CHARACTERISTICS ---- - 1. Is the site located on Indian Country Lands? f Flyes if Yes. do not submit this NOI. Contact EPA. Region V1 hQA.!q, lot] VI_ Ahlin authorization th it :he i"ic i� 1 '1 hidi country lands. you must Ppt��g iseareh Qsha.gov) Classification (SIC) code (see 2. What is -the StandardIndustrialClassifi ---- ------ -------- instructions for common codes): Primary: Secondary: Page 2 TCEQ-20022 (0316!2MR) L 3(a) What is the total number of acres disturbed'? 3(b) Is the project site part of a larger common plan of development or sale'? QYes--wo _ If Yes, the total number of acres disturbed can be less than 5 acres. If No, the total number of acres disturbed must be 5 or more. If the total number of acres disturbed is less than 5 then the FJ project site does not qualify for coverage through this Notice of Intent. Coverage will be denied. See the requirements in the general permit for small construction sites. _ ` 4. Discharge Information (fill information M ST. be. pkovlded or the permit will be deriiedjt j 4(a) What is the name of the water body(s) to receive the storm water runoff or potential runoff from the site? -.--.-.-._.._.._.._ 4(b) What is the segment number(s) of the classified water body(s) that the discharge or potential discharge will eventually i reach? _._....---.._..- -- --- ..............— -. _---------- -- 4(c) Are any of the surface water bodies receiving discharges from the construction site on the latest EPA -approved CWA 1303(d) list of impaired waters? ❑ Yes Elio yIf Yes, provide the name of the impaired water body(s). 4(d) Is the discharge into an MS4? []Yes D no if Yes, what is the name of the MS4 Opeator? Note: The general permit requires you to send a copy of the NOI to the MS4 Operator. 4(e) Is the discharge or potential discharge within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer`? Yes ❑ No If the answer is Yes, please note that a copy of the agency approved Plan required by the Edwards Aquifer Rule (30 TAC Chapter 213) must be included or referenced in the Storm Water Pollution Prevention Plan. E. CERTIFICATION _ Check "Yes" to the certifications below. Failure to certify to all items hill result in denial. _____,------------_.---- _._._.._.---_....... .... ..-- I certify that I have obtained a copy and understand the terms and conditions of the general„hermit (TXR150000). Yes I certify that the full legal name of the entity -(Operator) applying for this permit has been provided and is legally authorized to do business in Texas. Yes ° I understand that a Notice of Termination NOT) must be submitted when this authorization is no longer needed. tes ; I certify that a storm water pollution prevention plan has been developed and implemented prior to construction, and that is compliant with any applicable local sediment and erosion control plans and prepared and implemented as required in the general permit TXR150000. Operator Certif cation: 1, Typed or printed name tRegnired & must he ietiihlej -title tRegidi-e t & legnhh/ certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons echo manage the system. or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I ant aware there are significant penalties for suhmitting false intonation, including the possibility of fine and imprisonment for knowing violations. I further certify that I ant authorized under It) Tv-n% idmigkirativn ('title 6UP; "to sign and submit this document. and ;an pre e ide decume,ntaticn in proof of such authorisation upon request. Signature: __... blue TCEQ-20022 (0104 2(M) Date: Pale 3 H H f I I Did you complete everything? Use this checklist to be sure! Are you ready to mail your fomi to TCEQ? Go to the General Information Section of the Instructions for mailing addresses. Customer GP Notice of Intent Checklist TXR150000 This checklist is for use by the openttar to enure a complete application. Missing information may result in denial of coverage under the __.._..._ ._pemuL,(See NOI Process description in the Instructions) Application Fee of $325.00 was mailed separately to TCFQ s Cashiers's Office (separate from the N_OI) or the EP__AY_ OPERATOR INFORMATION - Confirm each item is complete: is attached. i ❑iCustomer Number (CN) issued by'TCEQ Central Registry ❑ legal Name as tiled to do business in Texas (Call T\ SOS 512:463-5555) ❑ Name and "Title of person signing the application. This person must meet signatory requirements in 30 TAC Section 305.43 ❑ Operator Mailing Address is complete & verifiable �%ith LSPS. �aivu usps_com Fill❑I Phone Numbers/E-mail Address ❑? Type ofOperator(Entity"type) ❑1 Independent Operator jam; Number of Employees _._❑; For Corporations or Limited Partnerships-- Tar [D and SOS Filing numbers are REQUIRED * pptication Contact rson MSS call for uestions about this a p ication. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE - Confimi each item is complete: I V ❑ Regulated Entity Reference Number (RN) (if site is already regulated by TCEQ) ❑� Site: Prglect Name;Regulated Entity ❑� SiteiProject (RE) Physical Address Please do not use a rural route or post office box for a site location Or if no physical address, the location information that includes description rip code and city is listed- Latitude and Longitude tY.) 2 t .SGS 1' *pngrTphic_�tap ie 4er or fcrraSer4er,l 54 ❑ Business description iM Site Mailing :address (checked same as operator or complete.& verifiable with LSPS ev«w.usTs comb _._....... ___, GENERAL CHARACTERISTICS - Confirm each item is complete: i ❑ Indian Country lands —the facility is not on Indian Country Lands ❑ Standard Industrial Classification (SIC) code evvm osha god oshsta(s.'sieser,html Acres Disturbed is provided and qualifies for coverage through a NOI. 1 Common plan of dLvelopment or for sale? j ❑ Discharge Information: i❑ receiving water body ❑, segment numbers) is REQUIRED ❑i water body on the latest EPA -Approved Clean Water Act 303(d) list of impaired waters I 01 41S4 Operator Edwards Aquifer Rule-- — .__.._--- ........... _..._.__..___...-.-.----_ ❑ CERTIFICATION -a Certification statements have been checked indicating "Yes" Signature meets 10 fesus tdmini8r:iiire Cede I I':1C "` iiL 44 and is original and has been provided for dine Operator. TCEQ-20022 Checklist (03.05.2008) Page I Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under TPDES General Permit (TXR150000) General Information and Instructions GENERAL INFORIMATION Where to Send the Notice of intent (NOI) and other related forms: BY REGULAR U.S. MAIL BY OVERNIGHTEXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Storm Water Processing Center (MC228) Storn Water Processing Center (MC228) P.O. Box 13087 12100 Park 35 Circle Austin, TX 78711-3087 __.__ Austin. 7:Y 78'; 53 ..... ---._— _ TCEQ Contact hsr. Application Processing Questions relating to the status and forth requirements: Technical Questions relating to the general permit: tinvironmental La% Division: 's Records Management for obtaining copies of forms submitted to TCEQ: information Services for obtaining reports from program data bases (as available): Financial Administration's Cashier's office: Notice of intent Process: When your NOi is received by the program, the fomr will be processed as follows: 512234-3700, 51�'_35- f3,) orsk emtit.ii:tci: s ate,M.14 . 512i239-4671 orw_r 6 tcegatate.tc us 5 t 2l239-0600 5121 239-0900 5 t 21239-DATA (3282) 511239-0357 or 512,239-0187 i 1. Administrative Review: Each item on the form will be reviewed for a complete response. In addition, the operators legal name must be verified with Texas Secretary of State as valid and active (if applicable). The address(s) on the form must be verified with the US Postal set iu as an address i receiving regular mail delivery. clever give an overnight/express mailing address. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a notice of deficiency (NOD) will be mailed to the operator. The operator will have 30 days to respond to the NOD. The response will be reviewed for completeness. I Acknowledgment of Coverage: An Acknowledgment Certificate will be mailed to the operator. This certificate acknowledges coverage under the general permit, -or- Denial of Coverage: If the application is too incomplete to process, or the operator fails to rtsporid to the NOD or the response is inadequate, coverage undcv the general rmit ntav be denied. If co,.erAgis denied, the operator will be notified. General Permit (Your Permit) If tilin„. dle " 01 thruif,Oi trPCrmits /YnIN2C alil)tiCa(iRn. coverage under the general permit begins the day the NOI is submitted to fCEQ through epermits. Sign tip no�v for on line N01 at hops:r','ti}tf�f(i.tctci.statc.tl.ttS StL't iSl If mailing a paper NOi, coverage under the general permit begins seven (7) days after a completed Not is postmarked for delivery to the TCEQ. You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site h[tp;,;151w `•� Jectpst2te.n.u�, pernlitt ng }y ttcr .du thn; st�?_rmtLater l tR i j„N� t.Kampitt. General Permit Forms The Notice of Intent (NOI), _\ogee fa:c� min 1(iin (NOT), and Notic_e_t�f Change (NCx j 20391 with instructions are available in Adobe Acrobat PDFforrnatontheTCEQtvebsite http "cot+�� ,cg,state.h.usperrn)thn�t+ales qualtl tnrm.tir r"("iRl,>,-11K,Ittml. Sign up now for on line Notice of Termination application at littp5 WWvt,6.tceq.sta1u.tx.us/steers Change in Operator An authorization under the general permit is not transferable. If the operator or owner of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator must submit a Notice of Intent. fix NOT and NOI must be submitted not later than It) day, prior to the change in Operator status. TCEQ-20022 Instructions (03105,2008) Page i SLj a'..._�__.._ TCEQ Central Registry Core Data Form The Core Data Forn has been incorporated into this form. Do not send a core data form to TCEQ. After final acknowledgment of coverage under the general permit, the program will assign a Customer Number (CN) and Regulated Entity Number (R`). Forer final acknowledgment tionledgPermits, a new RN will be assigned for each Notice of Intent filed with"fCEQ, since construction project sites can overlap with other i Customers. The RN assigned to your construction project wilt not be assigned to any other TCEQ authorization. You can find the information on the Genital Registry web site at �Nww-(.tceq.state-Mu crpub. You can search by the Regulated Entity (RN), Customer `umber (CN) or Name (Permitter ), orb your pennit number under the search field labeled "Additional ID". Capitalize all letters in the permit number. The Customer (Pcrmittee) is responsible for providing consistent information to the TCEQ. and for updating all CN and RN data for all authorizations as c liar es occur For General Permits a Notice of Chan ee form must be submitted to - Application Fees: $225.00 application fee if submitting the NOI through ePermits. $325.00 application fee if submitting a paper NOI for processing. The application fee is required to be paid at the time the NOI is submitted. Failure to submit payment at tite time the application is hied will cause delays in acknowledgment or denial of coverage under the general permit. • �fsilra I' ct i . DO \0I 1-all Use the attached Application Fee payment submittal font is mailing tile m e payent Do not include a copy of the NOI. BY REGULAR U.S. MAILBV OVERNIGHT/EXPRESS MAIL i Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division Cashier's Office, MC-214 Cashier's Office, titC-214 P.O. [fox 13088 12100 Park 35 Circle Austin, TX 78711-3088 Austin, TX 78753 Go to www.tceq.state.tx.us epay Select Water Quality. then select the fee category "GENERAL PERMIT CONSTRUC`fION STORM WATER DISCHARGE NOI APPLICATION". You must include a copy of the payment voucher with your NOI. Your NOI will not be considered complete without the payment voucher. The Annual Water Quality Fee has been consolidated into the Application Fee effective March 5, 2008. An annual fee will not be assessea anu billed to operators on 9/l/2008. This does not relieve the operator of fees due for prior fiscal year assessments. The operator will continue to receive an invoice for payment of any past due annual fee. A 54o penalty will be assessed if the payment is received by "TCEQ after the due date. Annual fee assessments cannot be waived as long as the authorization under the general pennit was active on September t of the FY billed. _ Page 'fCEQ-210022 Instructions INSTRUCTIONS FOR FILLING OUT THE NOI FORM IM ------------- 1. TC'EQ Issue (:u3-tcmierum . htr (CN) TCEQ's Central Registry will assign each customer a number that begins with "CN," followed by nine digits. This is not a permit number, registration number, or license number. • if this customer has not been assigned a Customer Reference Number, leave the space for the Customer Reference Number blank. • If this customer has already been assigned this number, enter the operator's Customer Reference Number in the space provided. 2. Legal Name Provide the legal name of the facility operator, as authorized to do business in Texas. The name must be provided exactly as filed with the Texas Secretary of State (SOS), or on other legal documents forming the entity, that is filed in the county where doing business. You tray contact the SOS at 51'r463-5555. or go to limp tycysv_u ti.statc_tx u5;Corp cant x sht.rt)1 for more information rotated to filing in Tc-cas. If filed in the comity where doing business. rovWe a copy- of the legal documents showing the legal namz. _.. _ 3. Name and Title of person s uing the tiatice of intent plicatton form. Signature meets.t_ t c is ldminimiratn r _Code t 1-�('13 �tj t t - --- 4. C)p .rator Mailing Address Prov idea complete mailing address for receiving mail from the TCEQ. The address must be verifiable with the US Postal Service at %%v y u (ts,coRj, for € regular mail delivery (not overnight express ntail)- Ifyouu find that the address is not verifiable using the LISPS web search, please indicate tl:e address is used by the LISPS for regular mail deliver. •- 5. Phone Number This number should correspond to this customer's mailing address givers earlier. Enter the area code and phone number here. Leave "Extension" blank if i this customer's phone System lacks this feature. 6. fax Number mid E-mail Address This number and E-mail address should cotresEond to operator's tailing address provided earlier. (Optional Information) 7. Type of Entity Check only one box that identities the type of entity. Use the descriptions below to identify the appropriate entity type: individual is a customer who has not established a business, but conducts an activity that needs to be regulated by the TCFQ. it Sole Proprietorship— D.B.A. is a customer that is owned by only one person and has not been incorporated. This business may: • be under the person's name • have its oven name ("doing business as," ord.b.a.) • have any number of employees Partnership is a customer that is established as a partnership as, defined by the Texas Secretary- of State's Office. Corporation the customer meets all of these conditions: • is a legally incorporated entity under the laws of any state or country • is recognized as a corporation by the Texas Secretary of State • has proper operating authority to operate in Texas. Government- Federal, state, county, or city government (as appropriate) the customer is either an agency of one of these levels of government or the governmental body itself Other is Estate. Trust, etc. the customer does not fit one of the above descri __..._blank rovided. — -- - -- — i 8. Independent Operator Check "No" if this customer is a subsidiary, p_an.of a larger conI ar or is a governmental entity, Otherwise, cheek "Yes:" 9, Number of Employees — - Check one box to show the number of emptoyees for this customer's entire company, at all locations. This is not necessarily the number of employees at `the site named in the NOL IO_ State Franchise'T'ax (D Number - -- -- - - — Corporations and limited liability companies that operate in Texas are issued a franchise: tax identification number. If this customer is a corporation or limited liability company. enter this number here. Federal Tax ID - -- -- -- —_---- - -- _ - — -, All businesses, except for some small sole proprietors, individuals, or general partnerships should Ka -.ea federal taxpayer identification number(Ti\). Enter this number hers Use no pretixcs: dashes or hvpherns. SoleQroprietors, mdivrduals or general partnerships do not neeY{ to pro%idea federal tax [D. _, TX SOS Charter (filing) Number Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or filing number. You may obtain further infonuation by calling SOS at 512461 5555 http wwu sc+.srtta,tti a 'Trp cvnitct .tthnl IC'EQ-20022 Instructions (O 05:2008) of the Page 3 U111 1 LA t)UVS tiumber Must businesses Irav e a DU\S (Data Universal Numbering System) number issued by Dun and B. Application Contact Provide the nine, title and communication information of the person thatTCEQ can contact to It the application is missing information and there is no contact person to call, the applica nicer r .4.•rcn r%-rtTV MF) NIFORMAT1ON ON PROJECTOR SITE If this customer has one, enter it here. additional information regarding this application. on may be denied. 1. itcgulat�tl 1nti(g,jt�l�rru_c �un�bcr(AN) This is a number issued by TCEQ's Central Registry to sites (a location where a regulated activity occurs) regulated by TCEQ number, registration number, or license number. • if this Regulated Entity has not been assigned a Regulated Entity Number, leave this space blank, • If this customer has been assigned this number, enter the operators Regulated Entity Number. - __—_,•____,_.� 2. Sitc-Pro3ect NameiRegutated Entity If the site is already regulated by TCEQ. use the same name as on the existing Regalatrci 1 ntity R�tcrvne Vutnlf4r(RN}. This is not a permit if new, provide the name of the site as known by the public in the area where the site is located. Tile name you provide on this application will be used in i 3. Site: Project (RE) Physical Address ' Secti6A)o Enter the complete physical address of where the site is located. This must be a street number and street name for a complete physical address. 'This address must be validated through US Postal Set -,.,ice or your local police (911 sen ice) as a vatic( address. Piease confirm this to be a complete and valid address. In some rural areas. new addresses are being assigned to replace rural route addresses. Please do not use a rural route or post office box for a site location. # Section*- if a site does not have ail actual physical address that includes a street number and street name, then provide complete written location access description, and the zip code and city where the site is located. For example: "The site is located 2 miles west from intersection of Hwy 290 & IH35, located on the southwest comer of the Hwy 290 South bound lane." -This includes authorizations for construction projects such as highways and subdivision. _..W....___._._ —.------------ 4. identify the County where the site is located. If the site covers more than one county, provide the county that is most affected by the ant onz i 5. Latitude and Longitude l Enter the latitude and longitude of the site in either degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to: I I(1 (S(rS �nro�r �i ►nf Vi 44�r ur Teti 5cmvcr ['SA 6. Description of Activity Regulated In your own words, briefly describe the primary business being conducted at the site. (A description specific to what you are doing that requires this authorization - Do not repeat the SIC Codes),) SITE MAILING ADDRESS .. _ .__ __._ - --� Pr d a complete mailing address to be used by TCEQ for receiving mail at the site. in most cases, the address is the same as ------- the operator. if so, simply place a check mark in the box. if you provide a different address, please verify the address with LISPS as instructed above for the operator a address. - - D. GENERAL CHARAC:TERIS_Ti_C_S i 1. Indian Country Lands 1 If your site is totaled on Indian Country (ands, the TCEQ does not have authority to process your application. You must obtain authorization through EPA, Region Vl, Dallas. Do not submit this form to TCEQ. Indian Country means (1) all land within the limits of any American Indian reservation under tire jurisdiction of the U.S, government, notwithstanding the l issuance of any patent, and including rights -of -way running throughout (tie reservation; (2) all dependent Indian communities within the borders of the United States whether within the original or subsequently acquired territory thereof, and whether within or outside the limits of State; and (3) all Indian allotments, the Indian titles which have not been extingtuished, including rights -of -way running through the same. Indian Tribe means any Indian Tribe, band, nation, or community recognized by the Secretary of the Interior and exercising substantial governmental duties and powers. 2. Standard industrial Classification (SIC) code Provide the SIC code that best describes the construction activity being conducted at the site. Common SIC Codes related to constriction activities include: 1521 Construction of Single Family Homes; 1522 Consttue(ion of Residential Bldgs. Other than Single Family IIomes; 1541 Construction of industrial Bldgs. and Warehouses; 1542 Construction of lion -residential Bldgs. other than Industrial Bldgs. and Warehous4n; 1611 Highway & Street Construction. except Highway Construction; 1622 Bridge, Tunnel, & Elevated Highway Construction: 1623 Water, Sewer. Pipeline & Communications, and Power Line Construction. For help with SIC codes, go to: nvvw,.vi1habsr:uAhstht �;Ic enhtml TCEQ-20o22 Instructions (031*05P004) Page 4 3. Estimated Area of Land Disturbed 3(a). Provide the approximate number of acres that the construction site will disturb. 3(b). Indicate is the site is part ofa common plan of development or for sale. Construction activities that disturb less than one acre, unless they are part of a larger common plats that disturbs more than one acre. do not require pennit coverage. Construction activities that disturb between one and five acre. unless they are part of a common plan that disturbs five acres or more acres. do not require submission of an NOI. Therefore. the estimated area of land disturbed should not be less than tive. unless the project is part of larger common plan that disturbs five or more acres. "Disturb" means any clearing, grading, excavating, or other similar activities. If you have any questions about this item, please call the stornt water technical staffat(512)239-4b71. --- — ._...__,.._..... _......_ _ _.__- 4. Discharge Information 4 (a). The storm water may be discharged directly to a receiving stream or through a MS4* from your site. It eventually reaches a receiving water body such as a local stream or lake, possibly via a drainage ditch. You must provide the name of the water body that receives the discharge from the site (a local stream or lake). 4 (b), he classified segment numbers) is REQUIRED to get coverage. Go to the link to find the segment number of the classified water body where somatr:ill to:;tip cq..eY_gWyAssessments er _ at511239-4b":lforfurtherassistance.Anothersourceforsegmentsis:blip. www.tceq.state.tx.us.comm_exce!forms_pubs.'pubsrgi.,gi-3I(indeu.htnrl t 4 (c). if any surfhce water bodv(s) receiving discharges from the construction site are on the latest EPA -approved C W A § 303(d) list of impaired waters, 1 provide the name(s) of the water body(s). i EPA approved CWA 303d list of impaired waters can be found at r,t)g_ihw ln-_cefnry nil t)t?Lj I:ist__ f �t ry (,>mnli,. inn,ti� (: ,�-(;r,tt ngal � (�alitv�- ti43<«.is:_<q:,t,tte tr.us 4 (d). Identify the MS4* Operator name if the storm water discharge is into an MS4. *,MS4 is an acronym tar Municipal separate storm sewer system. MS4 is defined as a separate storm sewer system owned or operated by a state. city, town, county, district, association, or other public body (created by or pursuant to state law) having jurisdiction over disposal of sewage, industrial I wastes, storm water, or other wastes, including special districts under state law such as a sewer district, flood control or drainage district, or similar entity, or an Indian tribe or an authorized Indian tribal organization, that discharges to water in the state. 4 (t:). Edwards Aquifer Rule ---------------- See maps on the TCEQ website to determine if the site is located within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer at Ittip_: www.i4eg s.(1te.tx_uc'cogtpli tncg fieIll -epsrepppiFiinvmhttd if the discharge or potential discharge is within the Recharge Zone, Contributing 7onc, or Contributing Zone within the Transition Zone of the Edwards Aquifer. a site specific authorization approved by the Executive Director under the Edwards Aquifer Protection Program (30 TAC Chapter 213) is required before construction can begin. The general permit requires tare approved Contributing Zone Plan or Water Pollution Abatement Plan to be included as a part of the Storm Water Pollution Prevention Plan. The certification must be answered "Yes' for coverage under the general permit. E. CERTIFICATIONS Failure to indicate "Yes" to ALL of the certification items ma-y__result in denial of c(I 5t a under the ueneral permit. -- _ .._..._.----- The certification must bear an original signature ofa person meeting the signatory requirements specified tntder30 fexas Administrative Code §3115.44 iF YOU ARE A CORPORATION: The regulation that controls who tray sign an NOl or similar form is 30 Texas Administrative Code }305.44(a)(1) (see below), according to this code provision, any corporate representative may sign an NOl or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOl or similar fort. you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority. iF YOU ARE A MUNICIPALITY OR OTHER WVE:RNMENT ENTITY. The regulation that controls who may sign art LOT or similar fort is 30 1-exas Administrative Code , 305.44(a)(3) (see below), according to this code provision. onF a ranking elected official or principal executive pincer may sign an ,,Of or sinniar ferns. Persons such as rite Citti 'vfayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may he beneficial to consult your city charter, county or city ordinances. or the Texas statuteis) under which your government entity evas formed. Art NO1 or TCEQ-200222 Instructions (03,05i200ft) Page 5 ial V hofficial o is not a ranking elected ocial or principal executive officer does not con similar document that is signed by a govemment offictonn to §305.44(a)(3)• The signatory requirement may not be delegated to a govemment representative other than those identified in the regulation. By sighing the \OI or similar fort, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative code. Documentation demonstrating pour position as a ranking elected official or principal executive officer may be requested by the TCP.Q. If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the "('exas Commission on Environmental Quality's Environmental Law Division at 5 U). 7_39-0600r 30 Texas Administrative Code §305.44. Signatories to Applications. i (a) All applications shall be signed ac follows. , (1) For a corporation. the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; or the manager of one or more manufacturing. production, or € operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding S25 million (in second-quarter 1980 or delegated to the manager in accordance with corporate procedures. Corporate procedures dollars), if authority to sign documents has been assigned governing authority to sign permit or post -closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. i (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (]) Form p • municipality, state, federal. or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official- For purposes of this paragraph, a principal executive officer of a federal agency inciudes the chief executive officer of the agency. or a enior executive officer having responsibility for the o%emll operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA). ........... TCEQ-20022 Instructions (03r05;2008) Page 6 Texas Commission on Environmental Quality General Permit Pavment Submittal Form S.12.5 fora imper Construction k NOj e _F e se this form to submit your Application Fee only if you are mailing your payment. I *Complete items I through 5 below: 1 eStaple yourcheck in the space provided at the bottom ofthis document. *Do not mail this Turin with your NOT corm. #Do not mail this form to the same address as your NOT. Mail this form and check to: ---------- - ---- --- — ------- . ... ... — ----- BY REGULAR U.S. MAIL BY OVERNIGIMEXPRESSNIAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division Cashier's Office. MC-214 Cashier's Office, MC-2 14 P.O. Box 13088 12 1 W Park 35 Circle Austin, I'X 78711-30M .Austin, TX 78753 Fee Code: GPA General Permit: TXR 15000 0 --------- -- 1. Check; Moncv Order No: 2. 3. Date of Check or Mond 9�451: ...------- . ....... . 4. Name on ..Check or Money Order: .5. NOI INFORMATION If the check is for more than one NOT, list each Project/Site (RE) Name and Physical Address exactly as provided on the NOI. DONOT suamrr A COPY OF THE NOT wi'm THIS FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTRIES. See Attached List of Sites (If more space is needed, you may attach a list.) Project, Site (RE) Nanne: Projcct.Site (RE) Physical Address: 201334 0 051200S) Page 1 Notice of Termination (NOT) rcEQ office Use only Permit No.: for Authorizations under RN: TPDES General Permit TXR150000 r.: TCEQ t ' Sign up now for on line NOT at httv://YvNvw.tcen.state.tx.us/permittinLy/steers/steers.html Get your NOT Confirmation letter immediately after submitting the on line NOT form. ...__.----- --_- __—.-- --�_ What is the permit number to be terminated? Processing will be belayed without the permit number. TXR15 _ ____ — _— - --- — A. OPERATOR taoDlicantl _ 1. What is the Customer Number WNj issued to this entity? CN j L. w nat Is Ine tull Lugai I-IamC QI UIC CUrICUI ]JUMIJUCCi 77ris must he the current permmittee of the: permit to he terminated_ 3 What Is the applicant's mailing address as reco nizcd by the LS Fostrl Service? _ Address: _— ._ Suite No_; Bldg. No./Mail Code: City: State: ZIP Code: 1 _._.�_..._._._..--__.._. _- _ _............-__ __.__._..-.-_-.--._ C'oun Mailing Information (if outside L"SAS Country Code_ Postal Code: r 4. Phone No.: ( — - .Extension_ _E-mail Address: B. REGULATED ENTIT`V (RE) INFORMATION ON PROJECT OR SITE I. What is the TC'EQ Issued REReference Number (RN)? RN 2. dame of Project or Site as currently permitted): exam_ptSLphase and name of subdivision or name of Project that's unique to the site) 3. Phvsical Address of Project or Site as currently permitted: (enter in spaces below) Street Number: Street Name: T_-_.._-_.------------------ __j _.__..---_-- .......... City: ZIP Code: County (Counties if >l): _ -- ...__._-----....................._ ____.... --___ _.. .-.-- _.j.__....._._ _---- .. 4. If no physical address (Street Number & Street Name), provide the written location access description to the site: C. REASON FOR TERMINATION Check the rea on for termination: © Final stabilization has been achieved on all portions of the site that are the responsibility of the Operator and all silt fences and other j temporary erosion controls have either been removed, or scheduled for removal as defined in the SWP3. (J Another permitted Operator has assumed control over all areas of the site that nave not been tinatty staouizea, ana temporary erosion controls that have been defined in the SWP3 have been transferred to the new Operator. E The activity is now authorized under an altemate'TPDES permit. n The activity never began at this site that is regulated under the general permit. D. Typed or printed name Tide certify under penally of law that this document and all attachments were prepared under my direction or supendsion in accordance with a system designed to assure that qualified personnel properly gather and evaluate the infomtation submitted. Based on my inquiry of the person or persons uho nianage the system, or those persons directly responsible forgathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information. including the possibility of fine and imprisonment for knowing violations. I !urther certify that I am authorized under 30 "1'exas Administradye Code §3M.44 to sign and submit ibis document, and can provide documentation in proof of such authorization upon request. -._...__..._._._.--------- __-- Date: ((;se blue ink) J Notice of Termination (NOT) for Authorizations under TPDES General Permit TXR150000 General Information and Instructions GENERAL INFORMATION Where to Send the Notice of Intent (NOI): BY RFGL:LAR U.S. MAiL ! Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.U. Box 13087 Austin. X'87I1-308_7_ _-....__ r 1'CE;Q Contact list: BY 0VEKN1UH 1 ` XVKLNJ 4tA11_ Texas Commission on Environmental Quality Sionn Water Processing Center ('NiC228) i 12100 Park 35 Circle Austin. TX 78753 application Processing Questions relating to the status and forni requirements: Technical Questions relating to the general permit: Environmental Law Division: Records Management for obtaining copies of forms submitted to TCEQ: hmtormation Services for obtaining reports horn program data bases (as available): Financial Administration's Cashier's oFtice: 1Voticc of Termination Process: A ':Notice of Termination is effective on the (late postmarked for delivery to TCEQ. When your NOT is received by the program, the form will be processed as follows: 512t2 39--t6 71 512i2394671 51?2394 00 5121239-0900 512r239-DATA (3282) 511239-0357 or 512i239-018 j 1. Administrative Review: -The fomi will be reviewed to confirm the following: i • the permit number is provided • the permit is active and has been approved • the entity terminating the permit is the current pernittee • the site information matches the original permit record • the form has the required original signature with title and date i! 2. Notice of Deficiency: if an item is incomplete or not verifiable as indicated above, a phone call will be made to the applicant to clear the deficiency I A letter will not be sent to the pemtittee if unable to process the form. 3. Confirmation of Termination: A Notice ofTennination Confirmation letter will be mailed to the General Permit (Your Permit) Coverage under the general permit begins 48 hours after a completed NOl is postmarked for delivery to the TCEQ. You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site General Permit Forms Fhe Notice of Intent (NOD, Notice of "Termination (NUT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat PDF format on the TCI Qweh bite 4vww.tceq -.._._.._.......... _-- Change in Operator j An authorization under the general permit is not transferable. If the operator or owner of the regulated entity changes, the present pemtittee must submit a Notice ofTermi nation and the new operator must submit a Notice of intent. The NOT and NOl must be submitted not later than 10 days prior to the than �e in Operator status. - - - - - -. _. _.... -- --- --._._ _.._ ------ ------ -- ------ --—.� - -- TCEQ Central Registry Core Data Form the Care Data Farm has been incorporated into this form. Do not send a core data form to "TCEQ. After final acknowledgment of coverage under the general permit, the program will assign a Customer Number (CN) and Regulated Entity Number (RN). Far Construction Permits, a new RN will br assigned fhr each Notice of intent filed with TCEQ, since construction tmiect sites can o%erlap with other Customers. The RN assi red to your construction project will not be assigned to any other TC'EiQ authorization. You can find the information on the Central Registry web site at 1,nps: »W0`iJCeq.sr.+rc.ty uMcpav-. YOU can search hti the Regulated Entity (R , Customer Number (CV) or dame (Permittce), or by your permit number under the search field labeled "additional ID" Capitalize all letter in the permit i -l-cFQ-2t}()'3 Instructions (02:'06r200^) Page I .I } 1 __.._ The Customer (Permittee) is responsible for providing consistent mtbrmatinn to the TCEQ, and for updating all CN and RN data for all aut nnatwns as changes occur. For General Permits, a Notice of Change form must be submitted to the prognm area. ..... .... Annual Water Quality Fee: This fee is assessed to operators with an active authorization under the general pemut on September I of each year. The operator will receive an invoice for payment of the annual fee in November of each year. The payment will be due 30 days from the invoice date. A 5% penalty will 6e assessed if the payment is received by TCEQ after die due date. Annual fee assessments cannot be waived as long as the authorization under the general permit is active on September 1. It's important for the operator to submit a Notice of Termination (NOT) when coverage under the general permit is no longer required. A NOT is effective on the postmarked date of mailing the form to TCEQ. It is recommended that the NOT he mailed using a method drat documents the date mailed and received by'i'CEQ. You must return your payment with the billing coupon provided with the billing statement. • ,•P ,�' f[ii:::!Ri.:iC pa'. rail^.2t: Go to lit 1ps:::'tvwvyh.tceq.state.ts-auepay You must enter your account number provided at the top portion of your billing statement. Payment methods include Mastercard. Visa, and electronic I -hrdr navment (ACH). A transaction over S500 can only be made by ACH - INSTRUCTIONS FOR FILLING OUT THE NOT FORM - 2. Legal Name of Operator s ted on the original Notice of Intent for the permit number provided. The operator must be the same entity as�v!ousy submit j 3.Operator Mailing Address I Provide a complete mailing address for receiving mail from the TCF..Q. Update the address if different than previously submitted in the Notice of Intent or Notice of Change___...._.._ - ........... 4. Phone Number, Fax Number, and E-mail Address Provide updated contact information. - --- --- ----- -- B REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE_________-----__-•- dI........_—. _....-._ 1. Regulated Entity Reference Number (RN) ' 2. SitciProjec:t Name:Regulated Entity Provide the name of the site as previously submitted in the Notice of Intent for the permit number _. 3 Site/project (RE) Physical Address Provide the physical address or loc atign access descri tp ion is previous submitted for the permit number provided. i C RE ASO ti FOR TERMINATION i indicate the reason fort" the perntit by checking are of the options. If the reason is not listed then provide an attachment that captains the reason for termination. Please read your general permit carefully to determine when to terminate your permit. Permits will not be reactivated after submitting a termination form. `. 1'11c termination is effective on the date postmarked for delivery to TCEQ —_. _-•------•-- -- D. CERTIFICATIONS � __ ___ ---------------- "The certification nmst bear an original signatureof a person meeting the signatory requirements specified under 30 Texas Administrative Code (TAC) ? I 4305,44. IF YOU AREA CORPORATION: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code t1305.44(a)(1) (see below). According to this code pro-, any corporate representative may sign an \Of or similar fort so long as the authority to sign such a document has been delegated to v that person in accordance with corporate procedures. Lay signing the NOI or similar fort, you are certifying that such authority has been delegated to I you. The TCEQ may request documentation evidencing such authority. iF YOU .ARE A .MUNIC'IPALITY OR O'I HER GOVEWNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 "Texas Administrative ('ode Z305.44(at(3) (sec below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOl or similar form Persons such as rile CityYtayor or County Comutissioner will be onsideied ranking elected otticials. in order to ident�,f the principal executive oifizul of your 0 crtn e ut t :ta; he beneficial to consult your city charter, county or city ordinances. or the Texas statutes) under which your government entity was funncxl .An NO[ or u similar document that is signed by_a ,Rvemment official %%ho is riot a ranking �lecwd official e�nncipal executive officer does not conform to TCEQ-20023 Instructions (()2;0612(Nr) Page 2 §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the \OI or similar form. you are certifying that you are either it ranking elected official or principal executive officer as required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may, be requested by the TCEQ. If you have any questions or need additional infomtation conceming the signatory requirements discussed above, please contact -the Texas Commission on Environmental Quality's Environmental Law Division at 512.239-06Q). 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be sinned as follows. (1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or arty other person who performs similar policy or decision -staking functions f'or the corporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding S25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post -closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole pr*jprietorship, the appliration shall he signed by a general partner or the proprietor, respectively. Ii (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this pamgmph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA). TCE0-2001-3 instructions (02•0G 20M) Page 3 9 H, SECTION 02371 GABIONS AND FILTER FABRIC PART 1 - GENERA. 1.1 SECTION INCLUDES A. The work shall consist of the construction of PVC gabion baskets filled with loose rock riprap, including a geotextile filter layer or bedding where specified or indicated. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division I specification sections apply to this section. B. Section 01045 -- Quality Control. C. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. D. Section 02300 - Earthwork 1.3 SUBMITTALS A. Provide gradation curves for riprap to be used prior to any rock delivery. B. Laboratory test results for bulk specific gravity, absorption and sodium sulfate soundness at least 30 days prior to delivery of any rock. C. Name and location of rock source. D. Submit a sample of filter cloth and manufacturer's certification that it meets the requirements of this specification. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM BI 17 Salt Spray "rest. ASTM C 88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. ASTM C 127 Standard Test Method for Specific Gravity and Absorption of Course Aggregate (as modified in this specification section). ASTM D1242 Abrasion Resistance ASTM D1499 UV Resistance ASTM D 3786 Hydraulic Bursting Strength of Knitted Goods and ;nonwoven Fabrics: Diaphragm Bursting Strength `fester Method. ASTM D 4354 Sampling of Geosynthetics for Testing. 01216009 GABIONS AND FILTER FABRIC 02371 - 1 101,08 ADDENDUM NO. 1 ASTM D 4355 Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus). ASTM D 4491 Water Permeability of Geotextiles by Permittivity. ASTM D 4533 Trapezoid Tearing Strength of Geotextiles. ASTM D 4632 Grab Breaking Load and Elongation of Geotextiles. ASTM D 4751 Determining Apparent Opening Size of Geotextile. ASTM D 4759 Determining the Specification Conformance of Geosynthetics. ASTM D 4833 Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products. ASTM D 4873 Identification, Storage, and Handling of Geosynthetic Rolls. ASTM D 4355 UV Stability TEX 735-I Sampling Construction Fabrics. TEX 616-J Testing Construction Fabrics. PART2-PRODUCTS 2A MATERIALS A. Gabions shall be constructed out of Maecaferri PVC coated 8 x 10 mesh, or approved other, mesh wire. They shall be either 6' x 3' x 3' and a capacity of 2.0 cy or 6' k 3' x 1" and a capacity of 0.66 cy. The PVC coating shall have a UV resistance coating complying with ASTM DI499 and ASTM G23. It shall also comply with ASTM B117 for Salt Spray 'Testing and ASTM D 1242 for Abrasion Resistance with a weight of not more than 0.19g. B. Loose rock riprap shall be limestone or other hard, non -erodible rock with a specific weight of 155 lbs. per cubic foot. Rock shall be well graded with diameters ranging from 4 inches to 8 inches. Use rock obtained from site where possible. For outside sources of rock, submit to owner in advance for approval C. Rock from designated sources shall be excavated, selected and handled as necessary to meet the quality and grading requirements of this specification. The rock shall conform to the specified grading limits when installed. D. Rock riprap shall be excavated, selected, and handled as necessary to meet the quality and grading requirements specified. Individual rock fragments shall be dense, sound and free from cracks, seams and other defects conducive to accelerated weathering. The rock fragments shall be angular to subrounded in shape. The least dimension of an individual rock fragment shall not be less than one-third the greatest dimension of the fragment. E. Rock riprap shall have the following properties: 1. Bulk specific gravity (saturated surface -dry basis) not less than 2.5 a hen tested in accordance with ASTM C 127. 2. Absorption not more than two percent when tested in accordance with ASTII C 127. 01276008 GABIONS AND FILTER FABRIC 02371 - 2 10 08 ADDENDUM NO. I 9 s 3. Weight loss in five cycles not more than 10 percent when sodium sulfate is used or 15 percent when magnesium sulfate is used when tested in accordance with ASTM C 88 modified as follows: a. The test sample shall not be separated into fractions. It shall consist of 5,000 +_'- 300 grams of rock fragments, reasonably uniform in size and shape and weighing approximately 100 grams each, obtained by breaking the rock and selecting fragments of the required size. b. After the sample has been dried, following completion of the final test cycle and washing to remove the sodium sulfate or magnesium sulfate, the loss of weight shall be determined by subtracting from the original weight of the sample the final weight of all fragments that have not broken into three or more pieces. C. The report shall show the percentage loss of weight, list the sulfate solution used, and list the results of the qualitative examination. F- Geotextile I_ Geotextile shall conform to Texas Department of Transportation Geotextile Performance Requirements (Type 2) and shall be of type Maccaferri Mactex MX275 non -woven, or approved equal, typical equivalent sieve opening equal to 100. 2. The fabric shall be constructed exclusively of manmade thermoplastic fibers; shall be a non -woven geotextile fabric, and shall form a mat of uniform quality. 3. Fabric fibers may be continuous and oriented in a random pattern throughout the fabric. 4. The fabric shall be mildew resistant, rot -proof and shall be satisfactory- for use in a wet soil and aggregate environment. Y . 5. Packaging Requirements a. The fabric shall be packaged in rolls of the length and width specified. b. The fabric itself shall be uniformly wound onto suitable cylindrical forms or cores to aid in handling and unrolling. C. Each roll of fabric and the form or core upon which it is rolled shall be packaged individually in a suitable sheath, wrapper or container to help 3 protect the geotextile from damage due to ultraviolet light and moisture during nonmal storage and handling. 6. Tagging or Labeling a. Each roll shall be identified by a tag or label securely affixed to the outside of the roll on one end. This tag or label must list the following requited information (examples of each are shown in parentheses): I ) A unique roll number, serially designated (Roll No. 31275). 2) Manufacturer's hot number or control numbers, if any (Lot 290, control i 6750). 3) Name of fabric manufacturer (Afghan Fabrics). 4) Date of Manufacture (Jan. 16, 1987). 5) Brand name of the product ("Fabriweld"). 6) Manufacturer's style or catalog designation of the fabric. if any ("300- X" ). 7) Roll width in millimeters (inches) (Width -- 3810 millimeters [150 inches). 8) Roll length in meters (yards) (Length 91 meters [100 yards]). 9) Gross weight in kilograms (pounds) of entire package which is to include `fabric core, wrapping and sheath or container identification tat. etc. (Gross - 67.00 kilograms [147 poundsj). 01276008 GABIONS AND FILTER FABRIC 02371 -3 1 0f08 ADDI--,NDLM N0. I 10) Tare weight in kilograms (pounds) of core, wrapping, sheath or container identification tag, etc. (Tare — 8.20 kilograms [ 18 pounds]). 11) Net weight in kilograms (pounds) of fabric alone (Net Weight -- 59.0 kilograms [129 pounds]). G. Bedding shall be obtained from the designated sources and shall be selected to meet the quality and grading requirements of this specification. H. At least 30 days prior to changing source of approved rock riprap, the Contractor shall notify the Engineer in writing of the new sources from which he intends to obtain the material. The Contractor shall submit the gradation, tests and source name and location required in paragraph 1.3 and receive Engineer's approval prior to delivery of any material from the new source. Failure to obtain approval will result in rejection of the source and any material delivered. PART 3 - EXECUTION 3.1 SUBGRADE PREPARATION A. The subgrade surfaces on which the gabions and filter fabric are to be placed shall be cut or tilled and graded to the tines and grades shown on the drawings. When fill to subgrade lines is required, it shall consist of approved materials and shall conform to the requirements of the specified class of fill. Subgrade shall be compacted to 95°jo density, according to ASTM D698, for a depth of six inches. B. Gabions shall not be placed until the foundation preparation is completed and the subgrade surfaces have been inspected and approved by the Engineer. 3.2 GABION CONSTRUCTION A. Gabions shall be assembled as individual units before placing. The units shall then be placed and joined together. The units shall be filled with rock riprap. Unit lids shall be closed and wired down. 3.3 GEOTEXTILE A. Where the drawings specify geotextile, the filter material shall be spread uniformly on the prepared subgrade surfaces. B. Sampling and Testing Requirements 1. Samples for testing purposes shall be taken in accordance with Test Method "Tex- 735-1, Sampling Construction Fabrics." 2. Testing shall be in accordance with the appropriate ASTM or 'rest Method "Tex- 616-J, Testing Construction Fabrics." C. Basis for Rejection 1. Should any individual sample selected at random from 100 rolls, or fraction thereof, fail to meet any specification requirement, then that roll shall be rejected and two (2) additional samples shall be taken, one (1) from each of two (2) other additional rolls selected at random from the same 100-roll lot, or fraction thereof. 2. If either of these two (2) additional samples fail to comply with any portion of the specification, then the entire quantity of rolls represented by that ~ample shall be rejected. 01276008 GABIONS AND FILTER FABRIC 023711 - 4 10;08 ADDENDUM NO. I H H Cl _t D. Installation I. Subgrade Preparation: The surface underlying the geotextile shall be smooth and free of ruts or protrusions which could damage the geotextile. Subgrade materials and compaction requirements shall be in accordance with Section 02223 Excavation, Subgrade Preparation, Grading Embankment and'ropsoiling. 2. Placement: The Contractor shall request the presence of the Engineer during handling and installation. Geotextile rolls which are damaged or contain imperfections shall be repaired or replaced as directed. The geotextile shall be laid flat and smooth so that it is in direct contact with the subgrade. The geotextile shall also be free of tensile stresses, folds, and wrinkles. 3. Geotextile panels shall be continuously overlapped a minimum of 12 inches. The Contractor has the option of Feld sewing instead of overlapping. 4. The geotextile shall be protected during installation from clogging, tears, and other damage. Damaged geotextile shall be repaired or replaced as directed. Adequate ballast (e.g. sand bags) shall be used to prevent uplift by wind. The geotextile shall not be left uncovered for more than 14 days during installation. 5. Geotextile damaged during installation shall be repaired by placing a patch of the same type of geotextile which extends a minimum of 12 inches beyond the edge of the damage or defect. Patches shall be continuously fastened using a sewn seam or other approved method. The machine direction of the patch shall be aligned with the machine direction of the geotextile being repaired. Geotextile which cannot be repaired shall be replaced. 6. Geotextile shall not be covered prior to approval by the Engineer. The Contractor shall request the presence of the Engineer during covering of the geotextile. END OF SECTION 01276008 - GABIONS AND 1-ILTER FABRIC 10:08 02371 - 5 ADDENDUM NO. I SECTION 02720 AGGREGATE BASF. COURSE PART 1 - GENERAL r] l . ] SCOPE A. This section covers excavating, crushing, hauling, and spreading base material and wetting, compacting and shaping it to form a flexible base course for paving, to the lines, grades and typical cross sections shown on the plans, and as specified herein. The Contractor shall furnish all materials, equipment, tools, labor and superintendence, and incidentals necessary to complete the work. The base material shall be caliche base course, crushed aggregate base course or gravel aggregate base course as specified below. 1.2 BASE MATERIAL A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel. sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of the source, and for making arrangements with the owner of the property, on which the pit is located, for use of the material. The pits shall be stripped of all l unacceptable material and the stripping shall be disposed of in a manner agreeable to the owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all of the various strata of acceptable material. finless t otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed strata. Any incidental costs, including securing, stripping, or crushing the base material, shall be paid for by the Contractor and shall be included in the bid price. 1 1.3 MATERIAL TITSTS i A. Contractor will provide all preconstruction testing of material to verify it meets the 1 requirements of 2. LA and 2.1.13 on the next page. PART2-PRODUCTS 2.1 CALIC14E MATERIAL � 1 All acceptable material shall be screened and the oversized material crushed and returned to the r screened material in such a manner that a uniform material is produced. The processed base material shall meet the requirements of TxDOT Item 247, Flexible Base, Type A, tirade 1, Lvhich are as r ; follows: A. Sieve Analysis i Retained oft 1-3 4 inch Sieve ........ ............. ........... ......0"� Retained on r=* inert Sieve ....................................... i0 to 3'1'10 t Retained on 1:8 inch Sieve ......................................... 30 to 50% r � 01276009 AGGREGATE: BASH COURSE 02720 - 1 10/08 ADDENDUM tiO. I r- L Retained on No. 4 Sieve.............................................45 to 65% Retained on No. 40 Sieve ........................................... 70 to 85° u B. Soil Binder The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements when prepared in accordance with Test Method TEX-101-E procedure: The liquid limit shall not exceed ............................... 35 The plasticity index .................................................... Minimum 3, Maximum 12 The linear shrinkage shall not exceed ......................... 8.5 Wet Ball Mill..............................................................47 Maximum increase on passing No. 40.. ...................... 20% PART 3 - EXECUTION 3.1 ACCEPTANCE OF SUBGRADE A. Prior to placing any base material, the Contractor shall verify that the subgrade has been shaped and compacted to the cross sections and grades in accordance with the plans. The Contractor shall notify the Owner of any dcticiencies. By placing base on the subgrade the Contractor accepts the condition of the subgrade as conforming with plans and specifications. 3.2 MATCHING EXISTING PAVEMENT A. In locations where new pavement abuts existing pavement, the Contractor shall saw cut the existing pavement along a straight line approximately 12-incltes from the existing edge of pavement. B. Contractor shall remove existing material to top of existing base within 6-inches of saw cut. Beyond 6-inches of the saw cut, existing material shall be removed by the contractor to top of proposed subgrade. C. A smooth transition shall be provided between typical section of new construction and edge of existing pavement. 3.3 HAUL,ING AND PLACING A. Equipment: All equipment used shall be suitable for efficiently and properly accomplishing the work in this item. All equipment required for doing the work shall be in first class operating condition and on the project prior to the start of any work tinder this item. All equipment shall be subject to the approval of the Engineer. B. Flexible base shall be constructed in one course. The material shall be delivered in approved vehicles of uniform capacity. and it shall be the responsibility of the Contractor to supply the amount of material required to construct the base course to the thickness shown on the plans. Spreading and shaping shall be done in a manner which will thoroughly mix the material and prevent segregation. Sprinkling during this process will be required if necessary to prevent segregation. When shaping is completed the material shall be unifonYily well graded and of the proper thickness. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforeseen circumstances renders impractical the 01276008 AGGREGATE BASE COURSE 02720 - 2 10-08 ADDENDUM NO. 1 spreading of the material during the day in which it is deposited, the material shall be scarified. mixed and spread as directed by the Engineer. All areas and nests of segregated coarse of fine materials shall be corrected and removed or replaced with well graded material. if additional or corrective binder is required, it shall be furnished and applied in the amount directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, or other approved method. 3.4 FINISHING AND COMPACTING A. The processed base course shall be thoroughly compacted by rolling. The rolling shall progress from one side toward previously placed material by lapping uniformly each preceding rcar-whcel track by one-half of the width of such track. Rolling shall continue until the material is thoroughly set, the interstices of the material reduced to a minimum and until creeping of tine material ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 95 percent density (± 2% optimum moisture), as determined by ASTM D698. Blading and rolling shall be done alternately, as required or directed, to obtain smooth, even and uniformly compacted base. B. The base shall not be rolled when the underlying course is soft or yielding or when the roller causes undulation in the base course. When the rolling develops irregularities that exceed 3 8 inch when tested with a 16-foot straightedge, the irregular surface shalt be loosened, refilled with the same material as that being used in constructing the course and rolled again as required. C. in areas inaccessible to the roller, the base course material shall be thoroughly tamped with mechanical tampers. D. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. E. Shape base to required elevations and cross section slope grades. F. Surface Test: After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoodmess or failing in accuracy of grade or crown shall be scarified reshaped, recompaeted and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall meet requirements of paragraph 3.4 of this Section. G. Protection: Work on the base course shall not be accomplished during freezing temperatures or when the subgradc is wet. When the material is frozen or when the underlying course is frozen the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer shall have full and specific authority to stop all hauling over completed or partially completed base cours, e. when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his sole expense. 11. Determine the thickness of the base course by depth tests or cores taken by the Owner and observed by the Owner's Representative at intervals so that each test represents no more than 300 square yards. Density tests shall be made at intervals of not more than 300 square yards. 3.4 IRREGULARITIES, DEPRESSIONS OR WEAK SPO"i'S A. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as 012?6008 AGGREGATE BASE COURSE 02720 - 3 10108 ADDENDU't NO. 1 V 3.6 required, reshaping and recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be checked for grade and cross section, and any deviation in excess of three -eighths (318) inch from grade or true cross section shall be corrected. "Blue tops" set to finished base elevation,, shall be set by the Contractor, in order to check the base for proper grade and elevation. MAINTENANCE A. If the base course is opened to traffic before application of the surfacing, the base shall be satisfactorily maintained by wetting, blading and rolling until the wearing surface is placed thereon. The Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. 'The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work necessary to correct the deficiency shall be performed at the sole expense of the Contractor. 01276008 10 08 END OF SECTION AGGREGATE BASF COURSE 02. 'U - 4 ADDENDUM NO. i SECTION 01025 MEASUREMENT AND PAY31ENT PART i - GENERAL, The unit price or lump sum price bid on each item, as stated in the proposal, shalt include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made such as, but not limited to, mobilization, clean up, and other incidentals, shall be included in the bid prices on the various items, BASE BID: 1.1 MOBiLI7_ATIONDEMOBILIZATION Payment will be made for mobilizing and demobilizing all equipment, tools, insurance, bonds and all other jab -related items to and from the job site. Price will be on a lump sutra 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°.-'0 of the contract price. 1.2 DEMOLITION OF TRI-LOCK CHANNEL Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to demolish the existing tri-lock drainage channel and underlying geotextile from the top and sidesiope of the cell. Payment will be made for the demolition on a per square yard basis. 1.3 REMOVAL OF WOOD CHIPS AND TIRE CHIPS Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to remove existing wood and tire chips from the cell where fill depth required to complete intermediate cover layer is less than 12-inches on a per lump sum basis. Any wood or tire chips removed may be deposited in areas where more than 12-inches of fill is required to the subgrade or intermediate cover layer. The wood and tire chips may be used in these areas for the depth exceeding 12-inches, as a 12- inch depth of intermediate cover soil is required to be maintained. Any tire chips removed shall be moved to the tire chip stockpile area. 1.4 SUBGRADE PRIG.PARA'TION:INT'ER-\4EDIA'I'E COVER LAYER CONSTRUCTION Daily cover material has been brought and placed on the cell top and sideslopes to bring the cell closer to final grades. This material is what is referred to as existing subgrade. All existing subgrade material will require re -working to meet compaction requirements. Some existing subgrade material will require cut to meet final grades, and some existing subgrade material will require additional fill 0127/6008 MEASUREMENT AND PAYMENT 01025 - 1 10 t>8 ADDENDUM NO. I to meet final grades. Payment wil I include ripping or discing the existing subgrade and earthwork cut and fill, as required to bring the subgrade to the elevations shown on the plans. Price will include all labor, equipment, and superintendence necessary to prepare the subgrade and construct the Intermediate Cover layer to the grades shown on the plans and in accordance with the Specifications and Final Cover Quality Control Plan (FCQCP). Payment for all tilling operations will be made regardless of the total cubic yards of material used, and all grading to establish drainage will be made for actual measured acreage for completed, tested and approved subgrade: intermediate cover layer. 1.5 INFILTRATION LAYER CONSTRUCTION Payment will be made for constructing the 18-inch thick Infiltration Laver in accordance with the Plans, Specifications and FCQCP. The material to be used for the construction of the Infiltration Layer is available on -site. Price will include all labor, equipment, and superintendence necessary to install the I8-inch thick Infiltration Layer to the specified thickness and density. Payment will be made for actual measured in -place acreage of the completed, tested and approved 18-inch thick Infiltration Layer. 1.6 EROSION LAYER CONSTRUCTION Payment will be made for providing and installing the 12-inch thick Erosion Layer in accordance with Plan, Specifications, and FCQCP. The material to be used for the construction of the Erosion Layer is available on -site. Price will include all material, labor, equipment, and superintendence r- necessary to install the 12-inch thick Erosion Layer to the specified thickness and density. Payment will be made for actual measured in -place acreage of the completed, tested and approved 12-inch thick Erosion Layer. 1.7 DRAINAGE SWALE Payment will be made for constructing the drainage swale to the lines and grades shown on the plans, and in accordance with the specifications. Price will include all material, labor, equipment, and superintendence necessary to construct the swale. Payment will be made for actual square yardage of the completed and approved drainage Swale. 1.8 DRAINAGE OUTLET Payment will be made for providing and installing the 6-inch reinforced concrete drainage outlet as shown on the plans on a per each basis. This item includes all reinforced concrete around the perimeter of the base of Cell IV and gabion basket as shown on the Drainage Improvements Plan sheet. Price shall include all material, labor, supplies, equipment and superintendence necessary to install the 6-inch reinforced concrete as specified. 01276008 MEASUREMENT AND PAYMEN'r 01025 - 2 10 ()8 ADDENDUM NO. I 1.9 ROCK GABIONS Payment will be made for providing and installing rock -filled gabions (Letter Code G, 6' x 3' x I') according to the Specifications and manufacturer recommendations at all feachate pipe surface penetrations, as shown on the Final Cover Construction Plan on a per each basis. Price shall include all material, labor, supplies, equipment and superintendence necessary to install the gabions as specified. 1.10 GAS WELLHEAD TYPE A ADJUSTMENT The piping, valves, bends, and related appurtenances necessary to adjust the wellhead location above the final cover system as shown on the plans will be paid for on a per well basis. The price shall include all costs of furnishing and installing the wellhead piping and related appurtenances. 1.11 GAS WELLHEAD TYPE B REPLACEMENT%ADJUSTMENT The piping, valves, bends, and related appurtenances necessary to replace the existing wellhead with an Accu-flow wellhead and to adjust the location above the final cover system as shown on the plans will be paid for on a per well basis. The price shall include all costs of furnishing and installing the new wellhead, wellhead piping and related appurtenances. 1.12 PUMPING UNIT MANHOLE ADJUSTMENT Payment will be made for providing and installing manhole sections, lids, and all other related materials to adjust the enclosure elevation above the final cover system as shown on the plans on a per unit basis. The price shall include all costs of furnishing and installing the adjustment of the pumping units. 1.13 COMBINATION AIR VALVE ENCLOSURE ADJUSTMENT Payment will be made for providing and installing manhole sections, lids and all other related materials to adjust the enclosure elevation above the final cover system as shown on the plans on a per unit basis. The price shall include all costs of furnishing and installing the adjustment of the combination air valve enclosures. 1.14 MISCELLANEOUS VALVE ENCLOSURE ADJUSTMENT Payment will be made for providing and installing manhole sections, lids, and all other related materials to adjust the enclosure evaluation above the final cover system as shown on the plans on a per unit basis. The price shall include all costs of furnishing and installing the adjustment of the miscellaneous valve enclosures. 1.15 RETAINING WALL Payment will be made for providing and installing the reintorced concrete retaining wall as shown on the plans on a per unit basis. Price shall include all materials, labor, supplies, equipment and superintendence necessary to install the 4-foot retaining wall as specified. 012?6009 MEASUREMENT AND PAYMENT 01025 - 3 1W08 ADDENDUM NO. 1 w L 1.16 SIEEDING, FERTILIZING & WATERING Payment will be made for providing the seed and fertilizer and for planting, fertilizing, and watering the temporary mix as specified to establish vegetation on the final cover sy item. 1.17 LANDFILL MARKERS Pavment will be made for providing and installing landfill markers denoting the limits of GMLIR liner and landfill grid as shown and specified on the plans. The price shall include all tabor, material, equipment and superintendence necessary to install the landfill markers. F4 1.18 EROSION CONTROL Payment will be made for providing, installing and maintaining erosion control measures as shown on the plans on a lump sum basis and shall include the following: preparation of formal SWP3 Plan including preparation of NOI and NOT at the end of the project; submitting and obtaining approval of Fill the formal SWP3 Plan from the required governing agencies; furnishing, installing, and maintaining the approved SWP3 Plan complete for the duration of the project; implementing and maintaining best management practices and good -housekeeping for control of drainage run-off over the project area; silt -fences; soil stabilization; hay -bales; fiber rolls; dust control: and all other incidentals required for Contractor to complete and implement the SWP3 Plan requirements. PARTS 2 & 3 — PRODUCTS & EXECUTION Not Used END OF SECTION 01276009 MEASUREMENT AND PAYMENT 01025 - 4 ADDENDUM NO. I 10/0g City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13Tn STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: RFP# 08-740-DD Addendum # 2 ADDENDUM # 2 RFP # 08-740-DD Caliche Canyon Landfill Final Cover Construction Cell IV October 29, 2008 November 4, 2008 @ 1:00 P.M The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Offeror's attention is invited to the Engineers Drawing attached. Drawing is in response to question # 29 posted on Bidsync. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to ddoss; !,Invlu1)bocl<.us. THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Buyer if any language requirements, etc., or any -, combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single j source. Such notification must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. g- RFP# 08-740DDad2 3 N T-- T, 1 �00110 P-M-.91Ww. WM. na Yu uA wO E (MN) AD USTMENT SCHEDU E 1 ............. .......... ............. �2yy ExISTINE E1.wE X..�` W OPCRAIRIN ci-. R MN i EXISTING U E ELEV. MSTWC MH ELEV. RINISN CRAM ELEV. PINK MN ELEV. RE-RE0 AOJUST4ENi R YN-1 }2]9.20 32]9 _.... 1273.34 }x6159 3282.30 ].30 MH-2 3273.34.... 12]].0> _, J2]3.4 MN-1 12714,5 J2]].23 306.33 MN -a .. MH-5 MH-6 __ 32]a.0a 3271.15 ,. s2iS7a 3211M..., - _._. 32T 1.5 12]i i$ J2]6.Si'- M75,g3 32i590 .32]S.ta Jt]l.5] _....e._ 32]6.6J, 32]6.90 iPb.10 _,. 3.53 •_�.,_„_...... ... a.66 �... 5.]5 2.23 - uM-] 3M.8] 32TS,g1® NH-e .. sx]i.0 3273,47 _. Sns,:e `Sz2a.•e � -f3P69.49 3:m "-'".. YN-9 32622.30 _..... ... '1230 62. 3188.a9......... ] 1Y •'' uN-10 32B5.36 3265.36 32]O38 St21.5! O.u_.. YN-11 1265.95 R55.95� 1260.97 Jt6�.9T 8.01 MN-12 szea.es ._... s26o:es 126.,S6. 33es:3a 4,21_ �_.�,_....... -L AWUSTAIENT WY VARE. CONTRACTOR TO DETERMWE ACTUAL FlNAL ADJUSTMENT, ARCNAE9LO9KAL \ SITE \ LEGEND •� ORCOMWTER MONITORWG WELL COMPRESSED WR SUPPLY « CAS VALVE ADJUSTMENT "'�'�'- CONOENSATE OISCtuR6E m "`• TYPE -A EIS WELL A0. VENT '^ POWER POLE ^'• TYPE-8 C S W REP EMENT MST •m CLEANOUT CONTROL POINT N>• PRESSURE SUSTWNWG VANE ES BM-2 BENCN WAN AND NUMBER • i BALL VALVE (AW SUPPLY) ................. DIRT - 7 CONDENSATE CELL IN CLOSLME UMRS st CNECR VALVE _,-.. FENCE lME y C .sl TON WR VALVE ADJUSTW,Nf -0i• - OVERNEAD POWER UNE LAPS UNIT ADJUSTMENT e - EIS UK RNOCNOVi UNR ADJUST.IEw yy100093 IP)361200g BOc �B of 7 CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION Ion 13TH ST. LUBBOCK TV" TMBT T.1913 L4=Wv ]IIOF91 xP iXa-M MANHOLE ADJUSTMENTS PLAN Cl 1 -A CITY OF LUBBOCK SPECIFICATIONS FOR Caliche Canyon Landfill Final Cover Construction Cell IV RFP # 08-740-DD Contract # 8708 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompan Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank j CITY OF LUBBOCK REQUEST FOR PROPOSALS M TITLE: Caliche Canyon Landfill Final Cover Construction Cell IV ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 08-740-DD CONTRACT NUMBER: 8708 PROJECT NUMBER: 5515.8304 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Page Intentionally Left Blank City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 08-740-DD Before s bmitting your proposal, please ensure you have completed and included the following: 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. 2. ✓ Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. V Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 4. V Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. 5. P-O"' Complete and. submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". / 6. ✓ Complete and sign the CITY O F LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. "YES" 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All responses must be explained in detail and submitted with the questionnaire. 8. 1/ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. v Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER E ALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PR OSAL SUBMITTAL. L.D. Kemp Excavating, Inc. (�'ype or Print Com1fa'by Name) i INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS _1 t Pill Page Intentionally Left Blank t L _ NOTICE TO OFFERORS Page Intentionally Left Blank Ld NOTICE TO OFFERORS r RFP # 08-740-DD Sealed proposals addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public Works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 on October 30, 2008, 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 Final Cover Construction Cell IV,, After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Public Works Contracting Office for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 1:00 P.M. on October 30, 2008, and the City of Lubbock City Council will consider the proposals on November 20, 2008 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably co nvenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer 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 proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. - Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer 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 PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer'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 proposal submitted. There will be a non -mandatory pre -proposal conference on October 16, 2008 at 9:00 A.M. in the Municipal Building, Room CR204, 1625-13 Street, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the Public Works Contracting Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors 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 all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals 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 - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2168 or write to Post Office -Fill Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Vww. Va " DARLENE DOSS, t- GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank F, GENERAL INSTRUCTIONS TO OFFERORS I PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Caliche Canyon Landfill Final Cover Construction Cell IV per the attached specifications and contract documents. Sealed proposals will be received no later than October 30, 2008 at 1:00 P.M. in the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP # 08-740-DD Caliche Canyon Landfill Final Cover Construction Cell IV "and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Darlene Doss, Buyer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 1 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre - proposal meeting will be held at 9:00 A.M., October 16, 2008 in the Municipal Building Room CR204 , 1625-13`h Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information Lv available over the Internet at www.bidsvnc.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 up blic libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request In 5 of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://'www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP 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 proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are* necessary to ascertain conditions and requirements affecting the f requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation -to comply, in every detail, with all ul provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Buyer and a clarification obtained before the proposals are received, and if no such notice is received by the Buyer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and ( i has provided sufficient sums in its proposal to complete the work in accordance with these tj plans and specifications. If proposer does not notify the Buyer before offering 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 proposals. PROPOSAL PREPARATION COSTS i 5:1 issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred , in the preparation and submission of a proposal. 5.2 The issuance of this RFP 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 proposal shall be paid by the proposer. ` J f FJ 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal 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 proposal 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 proposal 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 proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer 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 proposal, the proposer certifies and represents to the City the offeror 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 proposal. 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 offerors shall be thoroughly familiar with all of the requirements set forth on the contract _u documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. j 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents t 12 13 14 15 and prepare a proposal without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Offerors. PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request- permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer if any language requirements etc or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 131" Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: ddoss(a�mylubbock.us Bidsync: www.bidsvnc.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 270 (TWO HUNDRED SEVENTY) CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 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 4 i I_ L improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the 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 W 21 22 23 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 proposals have been opened and before the contract has been awarded, to require of a proposer the following information: _f F� (a) The experience record of the proposer 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 proposer. (c) Equipment schedule. 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. 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. 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. EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. g 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 3 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 s 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. ry Such notice, however, shall not relieve the Contractor of responsibility for an damage resulting from his blasting operations. y g g 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer 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 proposer' attention is further directed to the requirements of i Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of 7 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 this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, 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 Proposals submitted containing any conditions which provide for changes in the stated proposal 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 proposer without being considered. 29 PREPARATION FOR PROPOSAL The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. s 29.1 8 } 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for (description of the project [proposal number and title}). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer'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. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be i considered incorporated by reference into the aforementioned contract documents. G3 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of (,3 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 proposer may also be required to give a past g history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the 9 32 ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer 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 proposer. (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. BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: H 32.1 70% Price. 32.2 10% Contractor qualifications. Complete and submit the "Contractor's Statement of J� Qualifications". City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 10% Safety Record Questionnaire. 32.4 10% Construction time. The estimated budget for the construction phase of this project is 2,189,345 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR 10 PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY F THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. y" 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential „ y bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors 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. 35.2 A worker employed on a public work byor 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. 11 } I J 35.3 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 If U. S. Department of Labor web site at the following web address to obtain the rates to be used in 1_13 Lubbock County: http:/,'www.gpo.uov/davisbacon/allstates.html 35.4 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. 35.5 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. U� i_j 12 7 4� 1. t t TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Page Intentionally Left Blank § 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. rl Pa2e Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank ****REVISED*** *PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: /) P V 3 /t W L.-[� 09 PROJECT NUMBER: Proposal of Offeror) # 08-740-DD - Caliche Canyon Landfill Final Cover Construction Cell IV L C 144 l Z-1 ,(.4V . ) A )ram , .� f � (hereinafter called To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Caliche Canyon Landfill Final Cover Construction Cell IV having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Estimated Item Quantity No. & Unit Description of Item Total Amount 1. 1 LS Mobilization cost (not to exceed 3% of bidl' price), for the sum - �(of: %�?Qi TOTAL ITEM #1(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the shown in words shall govem.) 2. 18,070 SY Demolish existing tri-lock channel and downchute and geotextile base from top and sideslopes of Cell IV as specified for the sum of: TOTAL ITEM #2: `! �ttf' Y 47 � (J1- 'S $ ' L 1 lS (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in govem.) 3. 1 LS Remove wood and tire chips from areas of Cell IV requiring less than 12-inches of fill to complete subgrade/ intermediate cover layer, and stockpile as directed by the FnainIfr the c�UM of.�•��1�/'lJF ! ! TCTOTAL ITEM #3:lt,tn V�ih'dd�l %ujt� $t! S �S ,2 52,1zn (Unit Price Amounts shall be shown in both wads And numerals. In of discrepancy, the amount shown in words sheii'gov .) � LL,n ^,S'. i ►V _ Offeror's Initials s Estimated T- i Item Quantity. No. & Unit Description of Item Total Amount 4. 40.6 AC Prepare subgrade to receive final cover and fill to complete 12-inch intermediate cover a layer, including disking existing surface at compacted areas, excavation of waste, cover of waste within 24 hours, filling all low areas and grading the entire layer to a minimum thickness of 12-inches and to drain as specified and shown on plans, for the sum of: TOTAL ITEM #4: Lot- J $ 7 /AC (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amo4nt shown in words shall 5. 40.6 AC Construct 18-inch infiltration/vegetation support layer as specified and shown on the plans, for the sum of - TOTAL ITEM #5: "7'1--A:> DOLLA.t.,:!r l 1, 2-2-h ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the arnatmt shown in words shall m.) 6. 40.6 AC Construct 12-inch erosion layer using imported topsoil as specified and shown on the plans, for the sum of: j4 s TOTAL ITEM #6: `T/z5-AJ $ 6-Z/D /AC( 7- ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amoilmt shown in words shall em.) 7 2,780 SY Construct 6-inch flex base drainage layer using imported material as specified and shown on the plans, for the sum _ of: f1 � lei TOTAL ITEM #7: M- - b, L $ /SY ``' -z -4 0 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall g em.) r� 8. 4 EA 8-inch reinf d concrete drainage outlet, for the sum of: TOTAL ITEM #8: !D7 e-L-4 $ A �tb /EA s -i-s !� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the arnowif shown in words shall ern.) 9. 14 EA 6' x 3' x 1' Gabion basket (including rock), for the sum of. 'zk '/ TOTAL ITEM #9: �yL�t,d/ �aL��4.�✓S $3t /EA �t,-ZA> ( Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wordssWl govem.) 10. 16 EA Gas wellhead Type A adjustments, (vertical adjustment of existing Accu-flow / wellhead), for the sum of: TOTAL ITEM # 10: ILV-tt�/�, k. /V D P L-C.,ff.-2 $ 3L L7 /EA 7 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sh,0 go rn.) 1J r� Offeror's Initials 2 Estimated Item Quantity No. & Unit Description of Item Total Amount 11. 10 EA Gas wellhead Type B replacement and adjustment (vertical adjustment of piping and replacement of existing wellhead with Accu-flow wellhead), for the sum of. TOTAL ITEM # 11: I /lr tf`'i� � ��K / t� l ,� Ltd $ YV /EA (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words s govem.) 12. 4 EA ,.- Knockout Pumping Unit Manhole adjustment, for the sum of: TOTAL ITEM # 12: 7 L� t ►2.�i T C� t -_ A-rt�� $ IZ.S 1 �A (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the am t shown in words shall go .) 13. 2 EA Comb' ation Air Valve Box adjustment, for the sutra of: TOTAL ITEM #13. /t21 �0 $ ZlJ-P /EA L�)7) ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shd govem.) 14. 6 EA Miscellaneous Valve Box adjustment, for the sum of: ,�1.I�0 Cr.� /mot TOTAL ITEM #14: S LGtX,'ay 1't`Y ?J�g c..Lyl l,s $/1717 /EA( Z, (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wwordss 15. I EA Retainin all for groundwater monitor well, for the sum of TOTAL ITEM # 15: E 2 'yz 01> L-L44--d $ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in govern) govem.) 16. 40.6 AC Provide all labor, material, equipment, and superintendence as necessary to plant, fertilize and water all areas receiving final cover with the temporary seed mix as specified to establish vegetation on the final cover system, for the s of: TOTAL ITEM # 16: t I v f ID e} (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amotmt shown in words shall vem.) 17. 63 EA Provide all labor, material, equipment, and superintendence as necessary to install landfill grid and liner markers as shown and specified, for the sum of TOTAL ITEM # 17: /V I t ��' ! L1 t $ M /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words s govem.) 6) M _ V= Offeror's Initials Estimated ) Item Quantity No. & Unit Description of Item Total Amount 1 t 18. 1 LS Provide all labor, material, equipment, and superintendence as necessary to prepare t and implement the Storm Water Pollution Prevention Plan required under I National Pollution Discharge Elimination System regulations described on the and required by thq specs cati s, for the sum of TOTAL ITEM #18: >Gil. 44ic $22.3Z, /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the arrdunt shown in wordMK8ll govern.) TOTAL PROPOSAL&1EMJS1 - #18: r- MATERIALS: 40le lViNz y ��.� r /_ G.s -rs �,; l �' 1 Y- T Y wv LABOR: �n $ Z�� TOTAL PROPOSAL �lc'tJ �� / , ie�� Y ` tn,�_sd ` i. ITEMS #1 - #18: �c« f �. Lait41-0se (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words s govern.) s Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Pr�tipul'ated eed�in er and to s�bstanially complete�de�n thin ( �, 4 ) # Days Completed by Contractor ( WCom feted b Contractor CALENDAR DAYS thereafterase specificationother contract fferor hereby further agreesto pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) for each day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. 1-1 Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. 1 Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing 1_ time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock. or a proposal bond from a.reliable surety company. , payable without recourse to the order of the City of Lubbock in an amount not less than five percen (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all requi insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award f the contract to him. 1 _ — Offeror s Initials 4 Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S_ or a Proposal Bond in the sum of Dollars ($_ , which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal 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 proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following adde : Addenda No. j P C-� DateLS Addenda No.'t- Qc Date Addenda No. _ Date Addenda No. _ Date_ INWBE Firm: (Printed or Typed Name) Company. T -' 7r-v ` County. �— State Zip hod Telephone:�� - `L i7/— 74 Fax: g /`7 - 1 /-- / L/ FEDERAL TAX ID or SOCIALSECURITYNo. I CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS RFP # 08-740-DD Calich! Csayoe LanM Final Cover Conatrnedm Cell IV Candidates mint =gi to Mh of the following ibm in OWW to W considere& I FIRM NAME: L D. 14my Excavatin Inc. 2. BUSINESS ADDRESS: 5409 Penton Hwv Fort Worth TX 76148 TELEPHONE, WITH AREA CODE: 817-281-4470 FAX, WITH AREA CODE: 817-281-1332 E MAIL ADDRESS: kempexl @swbell. net IN'I'EIt W URL ADDRESS: tl TYPE OF ORGANIZATION: (CHECK ONE) a. SOLE PROPRIEPORSHIP ( ) b. PARTNERSH[P ( ) C. CORPORATION (X ) d. JOINT VENTURE ( ) PRINCIPALS (I) AND ASSOCIATES (A): (WRM "P" OR "A" FOR EACH) NAME COL DEGREE OR INS'ITI'[TTION L.D. Rem Austin a. P P Landfill Construction, Clay Liner U. TX, b Mike Brackney P Mathematics TCU C. d. c j J -rll RdUUMM Name 5 projew o(WnxUvr wadi; SWft ownees mma. representa-W8 name, prjed eoNi WM Henna, and tdophwe numbm for ewh 1, Denton Landfill David Dugger City of Denton San-J49_8057 Chiang, Patel & YWW,.;nc -- Frank Puaslev _,2 4-589-6903 rr , 1 Z. CSC Disposal Dennis Delesandri Biggs 8 Mathews Gr va A AMR 817-563-1144 3• West Texas Region Disposal John Cobb City of Lu1Z}+^^ti anc CAI -ocn7 Holly Holder 806-473- -2�0 4L Municipal Solid Taste Landfill Buster Perri City of Plainview - Parkhill._ Smith A Q92MF 806-473-220%. 5-Jones County Roy Knowles Abilene- Env r Shaw r-^n !^SET _Tn^ David Friels - 817-308-5387 CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS CONTINUED 6. LIST 5 MAJOR PROJECTS WnHIN THE PAST 119= YEARS THAT ILLUSTRATE YOUR EXPERIENCE WPITI PROJECTS spAn AR TO THE CTTY'S. PROJECT OWNER -COST a. r)p„tnn Landfill City of Denton 2008 3.6 Mi b. CSC Disposal Republic CSC 2008 1.6 MI West Texas Region Disposal City of Lubbock 2008 1,925,531 2008 d. Municipal Solid Waste.Landfill City of Plainview 547,257. e. Lones County Abilene Environmental 1.6 Hi w RBIrFRBNCE3: (INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SBA LAR TO THE ONE FOR WHICH YOU ARE COMPEM NO) NAME RELATIONSHIP PHONE NUMBER a. Lanny Caffey Maloy Landfill 903-886-7832 b. Roy Knowles Jones County 325-668-8327 Dennis Delesandri C155_Land fi11 972-627-3413 BY: Signature: Date: ko J Printed Name* Mike Braekney Title: VIP Fir Nettle: L.D, Kemp -Excavating, Inc. Tel 817-281-4470 Address: 5409 Denton Hwy City: Fort Worth Sme: Tx Zip: 76148 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal 1. the undersigned Offeror, certify that the insurance requirements contained in this proposal 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) bus ess days after being notified of such award by the City of Lubbock,.furnish a valid insurance certificate to the City meeVng all of the requirements defined in this proposal. l Contractor ( Original Signature) CONTRACTOR'S FIRM NAME: 5 . Q*'. Contractor (Print) e-JC A -ilk tl�V (Print or Type) CONTRACTOR'S FIRM ADDRESS: 5-o 9 H JJ/ T.. &O'b -J X V/1/9 'lame of i yz-- is)elscoE- .Agent / Broller (Signature) Address of Agent/Broker: `�• /� City/State/Zip:_� 7'_W 4041 W f � / Agent/Broker Telephone Number: (�) Iif— a 01 i' - Date: —z"o-a— NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Buyer for the City of Lubbock at (806) 775-2168. F" SAFETY RECORD QUESTIONNAIRE I The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City ma} consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused b} environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC). against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) 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. _a C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, 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 offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: I Date of offense, location of establishment inspected, category of offense, final assessed. ense, if any, and penalty Offeror's Initials OUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, 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 1 If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE ' Has the offeror, or the fine, corporation, partnership, or institution represented by offeror, 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 in serious bodily injury or death? YES NO v If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire aye I withhe information in my statements and answers to questions. I am aware that the information givgnby a in this questionnaire will be investigated. with my full permission, and that any misrepresentations r 'ons may c se my proposal to be rejected. Ix /-1 I / :; Title 2 F SUSPENSION AND DEBARMENT CERTIFICATION �deral Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or iakina sub -awards under covered transactions to parties that are suspended or debarred or whose principals are ispended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of 25.000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). ontractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and is principals are not suspended or debarred by a Federal agency. 3efore an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals ire not suspended or debarred by a Federal agency. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANYNAME: L.D. Kemp ExcaNating, Inc. FEDERAL TAX ID or SOCIAL IFCURIT No. Signature of Company Otticial: Printed name of company official signing above: Mike 1:3rackne Date Signed: 1 1/ 0 3/ 0 8 V. 6 7 I HE 1? 13 14 15 16 PROPOSED LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No Grenn Scaping N. Richland Hills, TX ❑ 0 ❑ El 1:1 0 ❑ ❑ ❑ 0 ❑ ❑ ❑ 0 ❑ 0 0 ❑ 0 0 ❑ 0 ❑ 0 0 ❑ ❑ ❑ ❑ 0 ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Paize Intentionally Left Blank 11/05/2008 08:01 FAX 8172811332 LI) KEMP Q002 L.D. Kemp Excavating, Inc 5409 Denton Hwy Fort Worth, TX 76148 FINAL LIST OF SUB -CONTRACTORS Li Company Name and City Minority Owned Yes or No Green Scaping N. Richland Hills, TX 2. 0 0 3. 0 0 4. S. 6. 0 0 7. 0 0 8. 0 0 9. 0 0 10. 0 0 11. 0 0 12 0 D 13. 0 0 L 14. 0 0 15. 0 0 16. 0 0 THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN'' 'OBUSINISS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE D IF NO SUB -CONTRACTORS WILL HE USED PLEASE MICA 0 Nov. 05/08 Calich e Canyon Landfill Final Cover Construction Cell IV PAYMENT BOND Page Intentionally Left Blank Bond No. 6565834 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(s) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that LID Kemp Excavating, Inc- (hereinafter called the Principal(s), as Principal(s), and First National Insurance Company of America I I (herein -after called the Surcty(s), as Surety(s), are held ar(l Firmly bourid urito the City of Lubbock (hercinafter called the Obllz,�,cc), in the arnoont Poilars (S733.403.no lawful ni�� or �cv of the United States for the thcinselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, fimn-0y by these presents, lh the Oblt,occ, dla'cd the 4th %VITEREAS, ;hc Principal has entered into a c-��rlain wit .1 day of December' ,)F'og, t'' I — I 0 Proposal # 08-740-DD- Caliche Cany on Landfilil Final Cover Construction Cell IV sa�,! 'F'rin"'i, "i, al" C:�T----- I, J-J-�:r fl,c kiv,- is requircf,-1 before t:-- ,--vork -1-w.4dcd fo!r In. S, .0 exe�:!Ite a bond ire o�tn! �I:(! m-n ex-11 as ii"cu-o cd a" kcrik�t'n THTl-TOPTIT CONIPITf N 07FI T Q qT 'e— -, Cal Ia!Pay , I tL.a i claimants suppl.g, labor and rn,-itcrial to Inin or 1 Ili il`e -'Cwi PfOSCCU! 1011 -'U WIJI, P--1 -ded for in said contract, then, this shall be void; other',vise to ai;- in frull to cc and eciffect; PROVIDED, 1-10%VEVER, that this bond is exc--utcd pursuant to thlt: PIVOVISIOPIS OF ? I (a) of the Texas Government Code, and ail liabilities on this bond shall be detennined 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 8th day of December 2008. First National Insurance Company of America Surety *By: �Vz, (Till John- W. Schuler, Attorney -in -Fact I LD Kemp Excavating, Inc. (Company Name) P/1'ay, - (Title) ru- The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. First National Insurance Company of America Surety By: (Title c�hr:'V1i. Schuler Approved, as to form: City of Lubbock, y: C ttoni v * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing t�'1t fliic �erGnn '..<$ 1'_., 11titL' to sir S?'.C! (>-`Ii?1t! If S;nn 7 <f,. Att'?!2?f v in F��t, iv- r�rigt }*7_ Cn of *t^tv e ' of attorney for our ffies. 2 I PERFORMANCE BOND Pate Intentionally Left Blank Bond Number 6565834 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that LD Kemp Excavan,einafter called the Principal(s), as Prineipal(s), and First National Insurance Company of America t (hereinafter called the Surety(s), as Surcty(s), are field and firmly bound unto the Cit-yO [Alt"hack f here-;-ar.cr called, the Obligee), Ill the amount of Seven Hundred Thirty Three Thousand Four Hundred Three ad Null06flars ($ l7� >33,403-00) laW tul nloni v of the United States for the payment whereof, the said Principal and Surety bind thctltscivc—, and their heirs, t dnlinist~-.tors, executors, successors and assittms, jointly and severally, firmly by these prosen's. WHER-EAS, t1he Principal lids cnicred into a Clrtaiii ;'(rift Cil Contract with the Obli-ce, da cd tie 4+h da_- of December 2008, to Proposal 9 08-740-DD- Caliche Canyon Landfill Final Cover Construction Cell IV and said principal under tI'c law IS required 1 efore commcn,Cing the work prow, ed For In Said contract to execute a I-ond ill the arnouat of said contmct ;Which C,(7nl rt tct is lhe:cby rett;ri-ed to and made a Dart nci-cot as telly and to t?he `;ain c;ltcn'L as if copied at length therein. <-� G k" (li` l,� '< <,C' 1Er', t:E$I I tit ,.. . f.-m ts. and lit. vui"; #tl-'Ielwisc to IC Ic:iI3 i". i'.1h, !-Occe and .ICt:t. 111-'CN7S , T1 T f F 3: C5 � �, tla.a t.l.:. i-.,i... .. ...�+.,C €Ti.;fJl: Ilit to Tevis Cond, lh';2S 022 S z bC E. �..' 17�r'eCt �ty� k: t•-' rye. - 1 t t'I_t`t 't°r Yi-T".-0I', Like J<ciu t-C [li: [t3ui (Sj an Juccty (S) il..c-.i ,: j:..,l: �itl.. .,i.s t::r. II:iJ ix'i�Iiu:il::i t .i-i'k-+.:i day of December , 2008. First National Insurance Company of America Surety *By: (TI . John Wi Schuler, Attorney -in -Fact LD Kemp Excavating, Inc. (Compan Name) f% By: vwt 10 Ov {Printed Name) (Signature) PAP-61 (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. First National Insurance Company of America Surety *By: (Titl John W.Schuler, Attorney -in -Fact o Approved as to Form City of Lubbock �yrM - Cit Attorn * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 1 xS'afeco .a.� KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY No. 10595 Bond Number: 6565834 First National Insurance Company of Amedt o Sallow Plaza Seattle. WA 08185 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint LAND; JOHN W. SCHULER; Austin, Texas""""""" ..... k.%*..Hf N.+......�. its true and lawful attomey(syin-fact, with full authority to execute on behalf of the company fidelity and surety t-onds or undertakings and other documents of a similar character issued by the company in the course of its business, and to h;nd FIRST NATIONAL INSURANCE COMPANY OF Attt_RICA thereby as fully as if such instruments had been duty executed by its regs Iarty elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 5th day of March 2087 STEPHANIE DALEY-WATSON, SECRETARY TIM MIKOLAJEW3KI, SENIOR VICE-PRESIDENT, SURH_i'i �J CERTIFICATE Extract from the By -Lags of FIRST NATIONAL iNSURANCE COMPANY OF AhSERICA. Article V. Section 11 rl')!7-' 1TY AND 1,'JA!7TY Rr)Mn the PrPsidert a'iv Vice President the Secretary, and an. As tan Vr o 't csrd nt ;p r t fo c - r t ry _- j u _ is w cnara of ,r: ty u t ration,_ s t't -a 11-wil a.=tho �ner�.r3�a. as _ . irl" ai,.huri.f :O cxr :_use 110 hattafcf (: co r,._ .y bonds and other documents et s rrilar character issued by the company in the course of ils business... On any inst.-ome,it m��kin;t cr evade icing such appointment, the siJnatures may be aftlzed by facsimile. On ainy instrument conferring such authority or on arty or undertaking of the company, the seat, or a L3csimile thereof, may be impressed or affixed or in any other manner provided, however, that the seal shall not be ne,.essary to the validity of any such instrument or undertaking.' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 23, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Miele V. Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof,' 1, Stephanie Daley -Watson , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA. do hereby certify that the foregoing extracts of the By-I-aws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Paver of Attorney are still In full force l and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 8th day of December 2008 S•,0491DF 4105 I" STEPHANIE DALEY-WATSON, SECRETARY Saleco® *N tbo Sateco logo are regislered usdomadrs of Sabto Cwpmamon. WEB PDF State of Texas Surety Bond Claim Notice In accordance with Section 2253.02.1(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim. to the rlanleci surety Linder this bond(s) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailrna Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 www.SAFECO.com t CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE S INSURANCE TO: CITY OF LUBBOCK DATE: 12/08/08 P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT 5409 Denton H Ft W�NtilneTidAdrdr8ss of Insured) is, .I d y is ompany lth rat the date of this certificate, insureespect 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. J ®Ir xp - +qw k i4.. 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 chaLlge or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. 1 FIVE COPIES OF THE CERTIFICATE OF INSURANCE TIME TnqijAnap Aapnrv- y. �. (Name of In urer) MUST BE SENT TO THE CITY OF LUBBOCK TYPE OF INSURANCE POLICY NU;I1BER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate S Claims Made Occurrence Products-Comp.Op AGG S Owner's & Contractors Protective Personal & Ady. Injury $ Each Occurrence S_ S _ Fire Damage (Any one Fire) $ Med Exp (Any one Person) AUTONIOTIPT I.IARILITY Any Auto All Owned Autos Combined Single Limit S�g0�� Scheduled Autos X 065174490 07/22/08 07/22/O9 Bodily Injury (Per Person)5 Htred Autos X Bodily Injury (Per Accident) S Non -Owned Autos X Property Damage S GARAGE LIABILITY Any Auto Auto Only - Each Accident - ---- Other than Auto Only: Each Accident Aggregate S BUILDER SRISK l00% of the Total Contract Price S INS TALI.ATION FLOATER $ --- EXCESS W BIWT Umbrella Fonn Each Occurrence $ Other Than Umbrella Form Aggregate 5$ WORKERS COMPEhS9TI0N,I,VD EMPLOYERS' LIABILITY The Proprietor Included Statutory Limits Partners/Executive Excluded Each Accident S Officers are: Disease Policy Limit $ Disease -Each Employee $ 0711ER By: Title: Agen The Insurance Certificates furnished shall name the City of Lubbock as a Primary Additional Insured on General t Liability and provide a Waiver of Subrogation on all policies in favor of the City of Lubbock. i 6- I INSURED L. D. KEMP 5409 DEN FORT WOR . . ......... DATE (MM/DDrM 12/08/08 D AS A MATTER OF INFORMATION RIGHTS UPON THE CERTIFICATE : DOES NOT AMEND, EXTEND OR 6RDED BY THE POLICIES BELOW. ITY INS INSURANCE ............................... 77' D PERIOD THIS IS TO CERTIFY THAT Okr NAMED ABOVE FOR THE POLICY ,, INDICATED, NOTWITHSTA NOCUMENT WITH RESPECT TO WHICH THIS . .... D HEREIN IS SUBJECT TO ALL THE TERMS, CERTIFICATE MAY BE I SSL�� EXCLUSIONS AND CONDITI""" ims. co TYPE OF INSURANCE POLICY NUMBER N LIMITS LTR D DATE (MMfDD A 1XICONTRACTUAL GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADEFX ] OCCUR OWNERS & CONTRACTOR'S PROT COMPLETED OP'S RCGLE000101-00 08/11/08 08/11/09 -GENERAL AGGREGATE s 2, 000, OOC X PRODUCTS - COMP/OP AGG $ 2,000,O0C PERSONAL &ADV INJURY S 1,000,OOC EACH OCCURRENCE $ 1,000,00C X FIRE DAMAGE (Any one fire) $ 100,00( MED EXP (Any one person) $ 5000 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM EACH OCCURRENCE $ AGGREGATE $ $ B WORKERS COMPENSATION AND EMPLOYERS'UABILITY THE PROPRIETOR/ X INCL PARTNERS/EXECUTIVE OFFICERS EXCL TSF-20070405 04/05/08 04/05/09 I WC SII-TH X l0 TORY UM TATTFR EL EACH ACCIDENT $ 1,000,00C EL DISEASE - POLICY LIMIT $ 1,000,OOC EL DISEASE - EA EMPLOYEE, $ 1,000fO0C OTHER A No Text F,,,, CONTRACTORCHECKLIST 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. REQUIRED WORKERS' COMPENSATION COVERAGE 1 "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: tion codes and payroll amounts and (A) provide coverage based on proper reporting of classification p y filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; rif (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. CONTRACT Patze Intentionally Left Blank taW CONTRACT # 8708 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 41h day of December 2008 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 LD KEMP EXCAVATING, INC. of the City of FORT WORTH, County of TARRANT and the State TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL # 08-740-DD - Caliche Canyon Landfill Final Cover Construction Cell IV - $ 733,403 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. LD KEMP EXCAVATING, INC's proposal dated NOVEMBER 3, 2008 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 proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: By: PRINTED NAME: TITLE: IFP45 COMPLETE ADDRESS: Company�C ! � 1�d � Address City, State, ip ATTE : L , Ai — Corporate Secretary CITY OF LUBBOCK, TEXAS OWNER): By: MAYOR ATTEST: City Se etary APPROVED AS TO CONTENT: GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT l . 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- tJ partnership or corporation, to wit LD KEMP EXCAVATING, INC who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative JOHN COBB, LANDFILL MANAGER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, 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 Offeror for inspection in accordance with the Notice to Offerors. 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. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). Yv'RITTENT NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. r# CONTRACTOR'S RESPONSIBILITIES _ Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still F may require minor miscellaneous work and adjustment. 10. LAYOUT i Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and - Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite site inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's H Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said _. work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) 3 calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all t_ i modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. �- } 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION - Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation Li that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each r. part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location whcrc it is not convenient or Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 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 proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to in 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 proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. 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 proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering 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 proposals. A 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. _9 If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCI DENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF t- } LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO - THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) -' The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Heavy Equipment Endorsement Contractual Liability XCU (Explosion, Collapse, Underground) Personal Injury & Advertising Injury 113 C. IA I� F Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED 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, JEQ9,000 Combined Single Limit, to include all owned i and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED Umbrella Liability Insurance - NOT REQUIRED i Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) t 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 work on the project has been cotiipieted 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 j 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 n, delivering equipment or materials or providing labor, transportation, or other service related to a .., project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 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 401.01104) 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 p 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; 9 G. 1 (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects i the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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. 10 (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal 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. 'i (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file 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' COMPENSATIONCOVERAGE "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." 11 i (h) "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- - 4000 (www.tdi.state.Musl 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 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 (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 - i project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; ; IA amounts and filing of any coverage agreements for all of its employees providing -> services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; - (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all � employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate , insurance carrier or, in the case of aself-insured, with the commissions 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."; -1 (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: (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 da s after the person lunew or should have known, of change *"-• Y p any uaiir,�, Uuaa t materially affects the provision of coverage of any person providing services on IL 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. it 12 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 officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 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 officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in - writing prior to proposing 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 11 ' 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 there from. 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 13 33 34 35 36 ( s enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of Yk 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. z TIME FOR SUBSTANTIAL COMPLETION AND LIOUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of j beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. - IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 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 proposal; 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. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this 14 �w 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 F 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 r 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 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 proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive 15 41 42. 43. 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. 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 i_ j 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 k 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. 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 -1 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 Ct partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one 31 g P Pi) 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. -E 44. FPT Ai. COiv1PLETIO'i3 AiVi', PAYi�1EI`vT 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 31st 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 16 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. EA 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 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 fling 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 17 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: (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 proposals, 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 18 11% 50. 51 52. 53 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. 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. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 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. 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. "N'DEPE NDENT 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 19 E -I 54 55 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. tz 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. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without .limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. NON -APPROPRIATION 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 Page Intentionally Left Blank L", GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 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 02/08/2008 * 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 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, Pneutmatif., 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. I' 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 project description, area practice material, payment data, 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. I SPECIFICATIONS L Technical Specifications City of Lubbock, Texas Caliche Canyon Landfill Final Cover Construction, Cell IV TCEQ MSW Permit No. 69 September 2008 PSC Project #: 01276008 Parkhill, Smith & Cooper, Inc. :.'s's101.009Engineers ■ Architects ■ Planners Technical Specifications City of Lubbock, Texas Caliche Canyon Landfill Final Cover Construction, Cell IV TCEQ MSW Permit No. 69 September 2008 PSC Project #: 01276008 Parkhill, Smith & Cooper, Inc. Engineers • Architects ■ Planners /^• � P�� rF�s11i j.. ........I ............... ... �ROBERT HOLLY HOLDER" 59052 111 kS; C E i3 r,?-'G�w r k, AL N. D�' /° 08 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........................................................................................................ 3 01039 Coordination and Meetings........................................................................................................2 01050 Field Engineering.......................................................................................................................2 01090 Reference Standards.................................................................................................................. 2 01300 Submittals.................................................................................................................................. 3 01400 Quality Control.......................................................................................................................... 2 01500 Construction Facilities and Temporary Controls........................................................................3 01560 Environmental Protection..........................................................................................................6 01600 Material and Equipment............................................................................................................. 3 01700 Contract Closeout...................................................................................................................... 3 DIVISION 2 - SITE WORK 02221 Subgrade Preparation.................................................................................................................5 02236 Intermediate Cover Layer...........................................................................................................4 02237 Infiltration Layer........................................................................................................................4 02260 Erosion Layer Construction....................................................................................................... 4 02301 Earthwork for Drainage Outlets................................................................................................. 3 02936 Seeding...................................................................................................................................... 4 DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete.............................................................................................................10 DIVISIONS 4 —16 Not Used APPENDIX A Final Cover Quality Control Plan APPENDIX B Alternate Final Cover Demonstration 01276008 TABLE OF CONTENTS PAGE - 1 09l08 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 EOUIPMENT", delete the first paragraph of this section. 1.1.4 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC", modify as follows: Delete the fourth sentence of the first paragraph, i.e., "The Contractor, his sureties... including attorney's fees." and replace it with the following: "The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents, including - Engineer, and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and project which is the subject matter of this contract, on account of the failure of the Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be to required pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, including Engineer, or employees including attorney's fees." 01276008 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 1 09/08 _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 idemnity 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 and agents, or any other person, arising out of or resulting from Contractor's responsibilities under 01276008 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 2 09/08 T this paragraph; the foregoing shall apply notwithstanding the negligence of any person or entity indemnified hereunder. Not withstanding the above, the Contractor will not be required to indemnify the Owner's Representative or the Engineer to causes arising out of the Engineer's negligent acts, errors, or omissions. 1.2.2 General Conditions 59. RESIDENT PROJECT REPRESENTATIVE (RPR): General: RPR is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. A. Duties and Responsibilities of RPR: 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. t 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. 3. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the Engineer. 01276008 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 3 09/08 1__3 C. Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. 2. Report to Engineer whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 3. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that Contractor maintains adequate records thereof; and observe, record and report to Engineer appropriate details relative to the test procedures and startups. 4. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to Engineer. D. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Engineer. Transmit to Contractor decisions as issued by Engineer. E. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor decisions as issued by Engineer. F. Records: Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. 2. Keep a diary or log book, recording Contractor hours on the job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. 3. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment. 01276008 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 4 i 09/08 G. Reports: 1. Furnish Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 2. Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from Contractor and recommend to Engineer Change Orders, Work Directive Changes, and Field Orders. 4. Report immediately to Engineer and Owner upon the occurrence of any accident. H. Payment Requests: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values. Work completed and materials and equipment delivered at the site but not incorporated in the Work. I. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forwarding to Owner prior to final payment for the Work. Completion: Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. 2. Conduct final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be completed or corrected. 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. 3. Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's superintendent. 01276008 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 5 09/08 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 01276008 SUPPLEMENTARY GENERAL CONDITIONS 00805 - 6 09/08 SECTION O 01010 SUMMARY OF WORK PART1-GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.2 RELATED SECTIONS A. Section 00700 - General Conditions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas, Caliche Canyon Landfill — Final Cover Construction, Cell IV. 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. Demolition of existing tri-lock drainage channel. 2. Removal of wood chips and tire chips from existing surface where depth exceeds' 3-inches. Wood and tire chips may be spread to other areas to bring subgrade up to grades, as long as the depth of wood or tire chips is less than 3-inches and the 12-inch intermediate cover layer is maintained. 3. Earthwork excavation and grading as shown on plans below existing grade. 3 4. Subgrade preparation to the lines and grades shown on the plans. This includes rough grading and placing additional material to intermediate cover layer to provide a smooth surface, free of large rocks and debris, capable of supporting subsequent layers. 1 5. Placing an infiltration layer, consisting of 18-inches of select earthen material over the intermediate cover layer. 6. Placing an erosion layer, consisting of 12-inches of select earthen material over the infiltration layer. h" 7. Soil layer thickness verification for Intermediate Layer, Infiltration Layer, and Erosion Layer. 8. Construction Testing 9. Adjustment of existing gas wellheads, replacement of existing gas wellheads, and adjustment of existing valve and pumping unit boxes to final grades. 1.4 CONTRACTOR USE OF SITE A. Limit use of site to allow one Owner occupancy. -1 B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. i [ jl 01276008 SUMMARY OF WORK 01010 - 1 09/08 I 1 1.5 PROTECTION OF EXISTING UTLTTIES AND STRUCTURES The Contractor shall exercise care to prevent damage to, and shall be liable for any damage to, and for 3 maintenance and protection of such lines and structures as are shown on the drawings or otherwise brought to the attention of the Contractor. The Contractor shall not cut, remove, change or disturb any existing lines, except as provided by the plans and these specifications, without the express permission of the Owner of any such line. Utility adjustments or relocations will be accomplished by the Owner of each utility, except for water and sewer or as otherwise shown on the drawings. 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 01276008 SUMMARY OF WORK 01010 - 2 09/08 SECTION 01019 r CONTRACT CONSIDERATIONS PART 1-GENERAL 1.1 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.2 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. B. Section 01600 - Material and Equipment: Product substitutions. 1.3 PROJECT DURATION A. Definitions 1. Substantial Completion — The point at which the final cover system and other improvements have been satisfactorily installed and all related stabilization work is complete. 2. Final Completion — The point at which the Final Cover Evaluation Report (FCER) is accepted as complete by the TCEQ. B. Substantial Completion — Work associated with the project shall be substantially complete within the number of days of Notice -to -Proceed for the final cover system. C. Final Completion — The duration of final completion of the Base Bid is dependent upon the TCEQ's review of the FCER. The balance of retainage will be held until the FCER is accepted by the TCEQ. 1.4 APPLICATIONS FOR PAYMENT A. Submit four copies of each application to the Engineer. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. t 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. C. All Change Orders must be approved and signed by Owner. Do not commence with work included in a Change Order until it has been approved and signed by the Owner. 01276008 CONTRACT CONSIDERATIONS 01019 - 1 09/08 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276008 CONTRACT CONSIDERATIONS 01019 - 2 09/08 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL The unit price or lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made such as, but not limited to, mobilization, clean up, and other incidentals, shall be included in the bid prices on the various items. 1.1 MOBILIZATION/DEMOBILIZATION Payment will be made for mobilizing and demobilizing all equipment, tools, insurance, bonds and all other job -related items to and from the job site. Price will be on a lump sum basis and shall include all equipment, labor, materials, superintendence and all incidentals necessary to become fully mobilized at the start of the project and demobilized when work is complete. Mobilization related expenses include Contractor's cost for the following: obtaining a construction staging area; obtaining storage areas for equipment and construction office facilities; obtaining and setting up construction office facilities; obtaining and paying for electric power required for construction; providing sanitary facilities for construction personnel; obtaining and paying for water needed for construction; providing and maintaining dust control over the project working area; and all other incidentals required for Contractor to complete mobilization. This bid item shall not exceed 3% of the contract price. 1.2 DEMOLITION OF TRI-LOCK CHANNEL, WOOD CHIPS, AND TIRE CHIPS Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to demolish the existing tri-lock drainage channel and underlying geotextile from the top and sideslope of the cell. Payment will be made for the demolition on a per square yard basis. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to remove existing wood and tire chips from the cell where the depth exceeds three inches on a per cubic yard basis. Any tire chips removed may be deposited in areas where more than 12-inches of fill is required to the subgrade or intermediate cover layer. The wood and tire chips may be used in these areas for the depth exceeding 12-inches, as a 12-inch depth of intermediate cover soil is required to be maintained. 1.3 SUBGRADE PREPARATION/INTERMEDIATE COVER LAYER CONSTRUCTION Daily cover material has been brought and placed on the cell top and sideslopes to bring the cell closer to final grades. This material is what is referred to as existing subgrade. All existing subgrade material will require re -working to meet compaction requirements. Some existing subgrade material will require cut to meet final grades, and some existing subgrade material will require additional fill to meet final grades. Payment will include ripping or discing the existing subgrade and earthwork cut and fill, as required to bring the subgrade to the elevations shown on the plans. Price will include all labor, equipment, and superintendence necessary to prepare the subgrade and construct the Intermediate Cover Layer to the grades shown on the plans and in accordance with the Specifications and Final 01276008 MEASUREMENT AND PAYMENT 01025 - 1 09/08 LJ Cover Quality Control Plan (FCQCP). Payment for all filling operations will be made regardless of the total cubic yards of material used, and all grading to establish drainage will be made for actual measured acreage for completed, tested and approved subgrade/intermediate cover layer. 1.4 INFILTRATION LAYER CONSTRUCTION Payment will be made for constructing the 18-inch thick Infiltration Layer in accordance with the Plans, Specifications and FCQCP. The material to be used for the construction of the Infiltration Layer is available on -site. Price will include all labor, equipment, and superintendence necessary to install the 18-inch thick Infiltration Layer to the specified thickness and density. Payment will be made for actual measured in -place acreage of the completed, tested and approved 18-inch thick Infiltration Layer. 1.5 EROSION LAYER CONSTRUCTION Payment will be made for providing and installing the 12-inch thick Erosion Layer in accordance with Plan, Specifications, and FCQCP. The material to be used for the construction of the Erosion Layer is available on -site. Price will include all material, labor, equipment, and superintendence necessary to install the 12-inch thick Erosion Layer to the specified thickness and density. Payment will be made for actual measured in -place acreage of the completed, tested and approved 12-inch thick Erosion Layer. 1.6 DRAINAGE OUTLET Payment will be made for providing and installing the 6-inch reinforced concrete drainage outlet as shown on the plans on a per each basis. This item includes all reinforced concrete around the perimeter of the base of Cell IV as shown on the Drainage Improvements Plan sheet. Price shall include all material, labor, supplies, equipment and superintendence necessary to install the 6-inch reinforced concrete as specified. 1.7 ROCK GABIONS Payment will be made for providing and installing rock -filled gabions (Letter Code G, 6' x 3' x V) according to the Specifications and manufacturer recommendations at all leachate pipe surface penetrations, as shown on the Final Cover Construction Plan on a per each basis. Price shall include all material, labor, supplies, equipment and superintendence necessary to install the gabions as specified. 1.8 GAS WELLHEAD TYPE A ADJUSTMENT The piping, valves, bends, and related appurtenances necessary to adjust the wellhead location above the final cover system as shown on the plans will be paid for on a per well basis. The price shall include all costs of furnishing and installing the wellhead piping and related appurtenances. 1.9 GAS WELLHEAD TYPE B REPLACEMENT/ADJUSTMENT The piping, valves, bends, and related appurtenances necessary to replace the existing wellhead with an Accu-flow wellhead and to adjust the location above the final cover system as shown on the plans will be paid for on a per well basis. The price shall include all costs of furnishing and installing the new wellhead, wellhead piping and related appurtenances. 01276008 MEASUREMENT AND PAYMENT 01025 - 2 09/08 1.10 PUMPING UNIT MANHOLE ADJUSTMENT Payment will be made for providing and installing manhole sections, lids, and all other related materials to adjust the enclosure elevation above the final cover system as shown on the plans on a per unit basis. The price shall include all costs of furnishing and installing the adjustment of the pumping units. 1.11 COMBINATION AIR VALVE ENCLOSURE ADJUSTMENT Payment will be made for providing and installing manhole sections, lids and all other related materials to adjust the enclosure elevation above the final cover system as shown on the plans on a per unit basis. The price shall include all costs of furnishing and installing the adjustment of the combination air valve enclosures. 1.12 MISCELLANEOUS VALVE ENCLOSURE ADJUSTMENT Payment will be made for providing and installing manhole sections, lids, and all other related materials to adjust the enclosure evaluation above the final cover system as shown on the plans on a per unit basis. The price shall include all costs of furnishing and installing the adjustment of the miscellaneous valve enclosures. 1.13 RETAINING WALL Payment will be made for providing and installing the reinforced concrete retaining wall as shown on the plans on a per unit basis. Price shall include all materials, labor, supplies, equipment and superintendence necessary to install the 4-foot retaining wall as specified. 1.14 SEEDING, FERTILIZING & WATERING Payment will be made for providing the seed and fertilizer and for planting, fertilizing, and watering the temporary and permanent mixes as specified to establish vegetation on the final cover system. 1.15 EROSION CONTROL Payment will be made for providing, installing and maintaining erosion control measures as shown on the plans on a lump sum basis and shall include the following: preparation of a formal SWP3 Plan including preparation ofNOI and NOT at the end of the project; submitting and obtaining approval of the formal SWP3 Plan from the required governing agencies; furnishing, installing, and maintaining the approved SWP3 Plan complete for the duration of the project; implementing and maintaining best management practices and good -housekeeping for control of drainage run-off over the project area; silt -fences; soil stabilization; hay -bales; fiber rolls; dust control; and all other incidentals required for Contractor to complete and implement the SWP3 Plan requirements. PARTS 2 & 3 — PRODUCTS & EXECUTION Not Used END OF SECTION 01276008 MEASUREMENT AND PAYMENT 01025 - 3 09/08 �1 SECTION 01039 COORDINATION AND MEETINGS 17111141KE llw011up 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. C. Site mobilization conference. D. Preinstallation meetings. 1.2 RELATED SECTIONS A. Section 00700 General Conditions. B. Section 01019 Contract Considerations. C. Section 01050 Field Engineering. 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 Section in preparation for Substantial Completion. 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 Superintendent. C. Agenda: 1. Submission of insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Scheduling. 6. Use of premises by Owner and Contractor. 7. Owner's requirements. 8. Construction facilities and controls provided by Owner. 9. Temporary utilities provided by Owner. 01276008 COORDINATION AND MEETINGS 01039 - 1 09/08 I_ 10. Survey layout. 11. Security and housekeeping procedures. 12. Schedules and Coordination. 13. Procedures for testing. 14. Procedures for maintaining record documents. D. Record minutes and distribute copies within three days after meeting to participants with two copies to Engineer. 1.6 BI-WEEKLY MEETINGS A. Biweekly meetings will be held at the work area on a day agreeable to all parties. At minimum, the meeting will be attended by the Contractor and the Engineer. The purpose of the meeting is to: l . 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. I t . 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 and other participants. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION 01276008 COORDINATION AND MEETINGS 01039 - 2 09/08 SECTION 01050 FIELD ENGINEERING PART I - GENERAL 1.1 SECTION INCLUDES A. Survey Requirements - Owner. B. Survey Requirements — Contractor. C. Owner Option. 1.2 RELATED SECTIONS A. General Conditions of the Contract. B. Section 00805 — Supplementary General Conditions. 1.3 SURVEY REQUIREMENTS — OWNER A. The Owner will provide sufficient bench mark control on site for use by the Contractor. 1.4 SURVEY REQUIREMENTS - CONTRACTOR A. The Contractor will provide all equipment and personnel necessary for layout of the work and maintaining adequate survey control of the work. The Contractor will stake out all cut and fill control stakes as necessary to perform the work. B. The Contractor will make any and all surveys computations as are necessary to determine the quantities of work performed during each progress payment period. All field notes, books, cross sections, and other such records made by the Contractor shall be fumished to the Engineer for use in verifying the extent of completed work. 1.5 VERIFICATION SURVEY - OWNER A. The Owner may at any time provide a surveyor at Owner's expense for the purpose of verification of Contractor's pay request, or lines and grades of the work. Contractor will cooperate and allow Owner's surveyor access to project. 1.6 APPROVED GRID LAYOUT A. The project plans contain a grid system to aid in construction layout. Contractor will be required to lay project out on the grid as shown on the plans. 1.7 SITE GRADING AND THICKNESS VERIFICATION A. After preparation of Subgrade and completion of the intermediate cover layer and prior to infiltration layer installation, the Contractor must contact the Engineer to verify intermediate cover layer thickness. Notify Engineer of surveying needs at least 2 days in advance. Survey will be performed at Owner's expense. [ - I 01276008 FIELD ENGINEERING 01050 - 1 09/08 ' ' 1 B. After placement of infiltration layer and prior to erosion layer installation, the Contractor must contact the Engineer to verify infiltration layer thickness. Notify Engineer of surveying needs at least 2 days in advance. Survey will be performed at Owner's expense. C. After placement of erosion layer, Contractor must contact the Engineer to verify final cover thickness. Notify Engineer of surveying needs at least 2 days in advance. Survey will be performed at Owner's expense. D. If any of the Engineer's surveys show that thicknesses are not in compliance with the specifications, the Engineer will notify the Contractor of the deficiencies so that they can be corrected. After the deficiencies have been corrected, Contractor must notify Engineer to verify corrections. Notify Engineer of surveying needs at least 2 days in advance. Correction surveys will be at Contractor's expense. 1.8 SURVEY DATA — REQUIRED FORMAT A. Electronic data required — ASC U. B. ASC H format: Northing, Easting, Elevation. C. Horizontal Control: Texas State Plane. D. Vertical Control: NAVD 1988. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION l _ 01276008 FIELD ENGINEERING 01050 - 2 09/08 SECTION 01090 REFERENCE STANDARDS PART 1-GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. D. Should specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. 1.4 SCHEDULE OF REFERENCES AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006 Al Asphalt Institute Asphalt Institute Building College Park, MD 20740 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 01276008 REFERENCE STANDARDS 01090 - 1 09/08 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 OSHA Occupational Safety and Health Administration (U.S. Department of Labor) Government Printing Office Washington, D.C. 20402 TCEQ Texas Commission on Environmental Quality Box 13087 Austin, TX 78711-3087 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276008 REFERENCE STANDARDS 01090 - 2 09/08 SECTION 01300 SUBMITTALS PART 1-GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Construction progress schedules. D. Proposed products list. E. Proposed Equipment List F. Shop drawings. G. Product data. H. Test Reports. I. Manufacturers' instructions. J. Manufacturers' certificates. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. h C. Section 01400 - Quality Control: Manufacturers' field services and reports. D. Section 01700 - Contract Closeout: Contract warranty, manufacturers certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractors standard transmittal letter including Contractor's ` name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail 3 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. E. Coordinate submission of related items. 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. !__ H. At Engineer's option, submittals will not be individually marked, but will be reviewed using _Engineer's standard submitaA review form. -p I. Submittals not requested will not be recognized or processed. rI t 01276008 SUBMITTALS 01300 - 1 09/08 1 J. Format 1. Submit all submittals using an 8'/z x 11 inch format. 2. For submittals larger than 8'/z x 11 inches, prefold to an 8'/2 x 11 format. Submittals not pre -folded will be rejected. K. At Engineer's option, submittals will not be individually marked, but will be reviewed using Engineer's standard submittal review form. L. Copies Required: Number of copies Contractor requires plus three copies which will be retained by Engineer. M. The submittal procedures described in this paragraph applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Manufacturer's Instructions and Certificates and any other type of submittal submitted to Engineer. 1.4 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. 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Revise and resubmit as required. C. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those required by Allowances. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. Submit in a reproducible form. B. Drawing size shall be minimum 8 1/2 x 11 inches and maximum of 24 x 36 inches. 1.8 TEST REPORTS A. Submit for Engineer knowledge as contract administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1 01276008 SUBMITTALS 01300 - 2 09/08 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review. 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 01276008 SUBMITTALS 01300 - 3 09/08 i SECTION 01400 t _: QUALITY CONTROL PART 1- GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation. B. Tolerances. C. References. D. Inspection and testing laboratory services. E. Manufacturer's Field Services. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01090 - Reference Standards. ; D. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. - E. Section 01600 - Material and Equipment: Requirements for material and product quality. t 1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. 1 D. Perform work by persons qualified to produce workmanship of specified quality. E. Verify field measurements are as indicated on Shop drawing or as instructed by Manufacturer. 1.4 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing in place. 1.5 REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard, except when more rigid requirements are specified or are required by applicable codes. r , B. Conform to reference standard by date of issue current on date of Contract Documents except where a specific date is established by Code. g C. Obtain copy of standards when required by specification section. 01276008 QUALITY CONTROL 01400 - 1 09/08 { I D. Neither contractual relationship, duties nor responsibilities of parties in Contract nor those of the Engineer shall be altered from Contract Documents by mention or inference otherwise in F 3 any reference document. 1.6 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor will perform all testing services of final cover soils and other items called for in other sections of the specifications. 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. PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01276008 QUALITY CONTROL 01400 - 2 09/08 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1-GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, water, and sanitary facilities. B. Temporary Controls: Barriers, storm water control, protection of the Work, and security. C. Construction Facilities: Progress cleaning and removal of utilities. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01700 - Contract Closeout: Final cleaning. 1.3 CONSTRUCTION ENTRANCE A. Use of landfill operations entrance is not permitted during construction. B. Contractor to install construction entrances at locations shown in plans. Size of construction entrance is at the contractor's discretion. C. Contractor shall remove gates and return construction entrances to original condition upon completion of the project. 1.4 TEMPORARY ELECTRICITY A. Contractor shall contact electric company to provide service for temporary power. B. Owner will not pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required by Contractor's operations. Provide flexible power cords as required. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. 1.5 TEMPORARY WATER SERVICE A. Contractor shall provide temporary water service for all purposes (potable and nonpotable). B. Owner will not pay cost of water used. Exercise measures to conserve water. C. Contractor must provide a means at Contractor's expense to pump the water from the source and load water transport vehicles. 1.6 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 01276008 09/08 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 LJ 1 1.7 BARRIERS/TRAFFIC CONTROL A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Furnish all necessary traffic control signs and flag personnel. The Contractor shall establish a parking area in a location approved by the engineer and Owner. 1.8 STORM WATER CONTROL A. Grade site to drain. Maintain excavations free of water. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Protect all lining materials from water before, during, and after installation. 1.9 SECURITY/WORKING HOURS A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. Cost for security shall be included in bid price. B. The normal hours of operation for the landfill are from 7:00 a.m. to 5:00 p.m. Monday - Saturday. The Contractor will be allowed to work beyond the landfill normal working hours of operation. The Contractor will be responsible for securing the site when doing so. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose on existing working face at intervals as required to maintain clean site. 1.11 FIELD OFFICES AND SHEDS A. Office: Weather -tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack and drawing display table. B. Locate offices and sheds a minimum distance of 30 feet from existing and new structures. 1.12 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 - PRODUCTS Not Used 01276008 CONSTRUCTION FACILITIES 01500 - 2 09/08 AND TEMPORARY CONTROLS PART 3 - EXECUTION Not Used END OF SECTION 01276008 CONSTRUCTION FACILITIES 01500 - 3 09/08 AND TEMPORARY CONTROLS SECTION 01560 ENVIRONMENTAL PROTECTION PART 1-GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910-SUBPART G Occupational Health and Environmental Control CORPS OF ENGINEERS (COE) COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management 1.2 DEFINITIONS A. Sediment: Soil and other debris that have eroded and have been transported by runoff water or wind. B. Solid Waste: Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish: Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris: Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Wastes: This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes: Sewage. G. Wastes characterized as domestic sanitary sewage: Garbage. 1. Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. H. Oily Waste: Petroleum products and bituminous materials. 1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to :Later, air, and noise pollution.. 01276008 ENVIRONMENTAL PROTECTION 01560 - 1 j 09/08 } A. Best Management Practices (BMP's) 1. Waste Materials All waste materials, including construction debris, shall be collected and stored in a securely lidded metal dumpster. No construction material shall be buried on site. The dumpster shall be emptied as necessary and the trash shall be hauled to a licensed landfill. 2. Hazardous Waste At a minimum, any products in the following categories shall be considered hazardous: Paint, acids for cleaning masonry surfaces, cleaning solvents, asphalt products, chemical additives for spill stabilization, curing compounds and additives. In the event of a spill which may be hazardous, the Contractor shall take immediate action and contact the fire dept. and TCEQ. 3. Sanitary Waste All sanitary waste shall be collected from the construction portable units as necessary or as required by a licensed sanitary waste management contractor. All waste material shall be the responsibility of the contractor. 4. Spill Prevention The following practices shall be used to reduce the risk of spills or other accidental exposures of materials to storm water runoff. a. Good Housekeeping 1) Store only enough products required to do the job. 2) Neatly store materials on -site in an orderly manner. 3) Keep products in their original container. 4) Do not mix substances with one another, unless otherwise recommended by the manufacturer. 5) Use entire contents of a product before disposing the container. 6) Follow manufacturer's recommendations for proper use and disposal. b. Hazardous Products: Practices used to reduce risks: 1) Keep products in their original container if at all possible. _P 2) Retain original labels, product information and material safety data sheets (MSDS). 3) Dispose surplus product in accordance with manufacturer's or local and state recommended methods. C. Petroleum Products: All on -site vehicles shall be monitored for leaks and receive regular preventive maintenance to reduce the chance of spills. Petroleum shall be stored in tightly sealed containers which are clearly labeled. Any asphalt substances used on -site shall be applied according to the manufacturer's recommendation. 5. Spill Control Practices: a. Manufacturer's recommended methods for spill cleanup shall be clearly posted and site personnel shall be made aware of the procedures. b. Materials and equipment necessary for spill cleanup shall be kept in the material storage area on -site. C. All spills shall be cleaned up immediately after discovery. d. Spill area shall be well ventilated and appropriate clothing will be worn. e. Any spill shall be reported to the appropriate governmental agency. f. Measures shall be taken to prevent a spill from reoccurring. 01276008 ENVIRONMENTAL PROTECTION 01560 - 2 09/08 1` i, 6. Maintenance and Inspection Procedures All pollution prevention measures shall be inspected at least once a month and following a storm event of 0.5 inches or more, best management practices and pollution control procedures shall be inspected for adequacy. A record of the result of the inspections of the site shall be kept on site. 7. Remarks ' Disposal areas, stockpiles, and haul roads shall be constructed in a manner that will minimize and control the amount of sediment that may enter receiving waters or streambeds. Construction staging areas and vehicle maintenance areas shall be constructed by the contractor in a manner to minimize the runoff of pollutants. B. Storm Water Pollution Prevention Plan (SWPPP) 1. If limits of disturbance exceed 1 AC, the Contractor is responsible for meeting requirements of TPDES. (Contractor shall develop SWPPP, file an NOI and implement SWPPP measures). 2. 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).- 3. 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 may be used to control erosion from leaving the site. 4. The Contractor shall install erosion control measures prior to start of construction. All erosion control measures shall be inspected on a monthly basis or after every erodible rainfall (1 /2" or more). Any necessary repairs or cleanup to maintain the effectiveness of the erosion control shall be made by the Contractor at that time. C. Perform a preconstruction survey of the project site with the Engineer to assess existing environmental conditions in and adjacent to the site. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES-, Preserve the natural resources within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. A. Land Resources Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Engineer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Engineer. Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 01276008 ENVIRONMENTAL PROTECTION 01560 - 3 f 09/08 4_ f 1. Protection a. Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. 2. Replacement a. Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Engineer's approval before replacement. 3. Temporary Construction a. Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. B. Water Resources 1. Oily Wastes a. Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. C. Fish and Wildlife Resources 1. Do not disturb fish and wildlife. Do not alter water flows or otherwise significantly disturb the native habitat adjacent to the project and critical to the survival of fish and wildlife, except as indicated or specified. 3.2 HISTORICAL AND ARCHAEOLOGICAL RESOURCES A. Carefully protect in -place and report immediately to the Engineer historical and archaeological items or human skeletal remains discovered in the course of work. Stop work in the immediate area of the discovery until directed by the Engineer to resume work. If historical and archaeological resources such as artifacts (stone tools), features (stone walls), deposits (sea shells and charcoal stained soil), human bones and other cultural remains are encountered, stop that portion of work and notify the Engineer immediately. Within thirty-six (36) hours the Owner will determine if a change pursuant to the Contract should be issued or to direct the Contractor to proceed without change. No adjustment in contract price or completion time will be allowed for delays that do not exceed thirty-six (36) hours from the time the Contractor is notified to stop work. The Owner retains ownership and control over historical and archaeological resources. 3.3 EROSION AND SEDIMENT CONTROL MEASURES A. Burnoff 1. Burnoff of the ground cover is not permitted. B. Borrow Areas I . Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. 01276008 ENVIRONMENTAL PROTECTION 01560 - 4 09/08 C. Protection of Erodible Soils 1. Immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils 1. Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.4 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris 1. Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. Rubbish may be disposed of in current landfill provided all rules for disposal are followed. B. Garbage Disposal 1. Place garbage in approved containers, and move to a pickup point or disposal area, where directed. 3.5 DUST CONTROL PLAN Contractor will be required to implement and follow a dust control plan for all operations associated with the project. These activities include, but not limited to excavation, hauling, stockpiling, filling, and compaction activities. The contractor must provide the proposed Dust Control Plan for approval by the Engineer before the start of any mobilization and field activities. Note prior to and during any high wind event, control measures must continue to be implemented as necessary to effectively minimize wind blown dust. The plan must address the following construction activities. A. Excavation And Earthmoving 1. Grading, Demolition, Weed Control a. Conduct watering as necessary to prevent or minimize visible emissions. b. Prewet site to depth of cut. C. Increase watering frequency over construction site during high wind conditions until there is no evidence of wind blown dust. 2. Trenching, Backfilling and Screening Operations a. Mist dust cloud from trench operations. b. Mist material that drops through screen. C. Keep a water truck or large water supply hose nearby to operations. d. Increase watering frequency over construction site during high wind conditions until thcre is no evidence of wind blown dust. B. Site Stabilization / Disturbed Surface Area 1. Temporary Stabilization a. Apply water to all areas at least twice daily until a crusted surface has formed. b. Apply either emulsion or chemical stabilizers to area. 01276008 ENVIRONMENTAL PROTECTION 01560 - 5 09/08 C. Install wind fences/barriers. 2. For Areas are not active for periods of 15 days. a. Apply dust suppressants to all disturbed areas to maintain stabilization. b. Apply water to all inactive disturbed areas at least twice daily until a crusted surface has formed. C. Install temporary coverings / enclosures if practical. 3. Open Storage Piles a. Apply either emulsion or chemical stabilizers to area. b. Apply water to the surface area of all open storage piles on a daily basis. } C. c. Install temporary coverings / enclosures if practical. C. Material Handling and Hauling. I. Material Loading a. Pre -wet material prior to handling or loading. b. Water / mist while loading to prevent or minimize visible emissions. 2. Hauling a. All haul trucks carrying bulk materials must be effectively covered with a tarp or suitable cover, or the load stabilized in such a manner that dust does not become air born in route. D. Roadways / Site Access Points. 1. Unpaved Haul / Access Roads / Equipment Paths. a. Apply emulsion or chemical dust suppressants to maintain surface stabilization. b. Water all surfaces as needed to prevent or minimize visible dust emissions. C. Restrict vehicle speed to 15 MPH in addition to the above. 2. Access Points. a. Install a stabilized construction entrance / coarse gravel pad. b. Install a wheel washer. C. Limit, restrict, reroute motor vehicle access. d. Vacuum or wet broom daily all visible track -out. END OF SECTION 01276008 ENVIRONMENTAL PROTECTION 01560 - 6 ` 09/08 SECTION 01600 MATERIAL AND EQUIPMENT PART 1- GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS 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. B. Provide interchangeable components of the same manufacturer, for similar components. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. Mgt 01276008 MATERIAL AND EQUIPMENT 01600 -1 t 09/08 i L__ x 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. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to i� verify products are undamaged and are maintained in acceptable condition. 8. Materials, products and equipment may be stored off site in a bonded and insured warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay request with written approval of the Engineer. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. 1.6 EQUIPMENT LIST Submit in accordance with Section 01300 Submittals. 1.7 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 of proposed 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 for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs 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. 01276008 MATERIAL AND EQUIPMENT 01600 - 2 09/08 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. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276008 MATERIAL AND EQUIPMENT 01600 - 3 09/08 SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Hazardous materials affidavit. E. Project record documents. F. Operations and maintenance data. G. Warranties. H. Spare parts and maintenance materials. 1.2 RELATED SECTIONS A. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineers inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains _a 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. t E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep pave areas, rake clean landscaped surfaces. 1J G. Remove waste and surplus materials, rubbish, and construction facilities from the site. H. Repair, patch and touch-up marred surfaces to match adjacent finishes. I. Clean ducts, blowers and coils if air conditioning units were operated during construction. J. Remove waste and surplus materials, rubbish, and construction facilities as directed by Engineer. j E , 01276008 CONTRACT CLOSEOUT 01700 - 1 09/08 F 1.5 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 1.6 HAZARDOUS MATERIALS AFFIDAVITS A. Contractor, each subcontractor, and each material/product supplier to provide a notarized affidavit declaring that hazardous materials were not incorporated into construction of nor delivered to the Project. B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite eradication chemicals or any substance of any proportion determined or suspected by an agency of federal or state government to create a health hazard. C. Provide table of contents listing all affidavits in alphabetical order and assemble with metal prong binder in durable plastic presentation cover. D. Prepare binder cover with printed title "AFFIDAVITS OF NON -INCORPORATED HAZARDOUS MATERIALS", Title of Project, Project Address, Owner's Names, Address and Phone and date of Construction Completion. E. Provide two complete, identical binders of the aforementioned information in the prescribed format. F. Submit prior to final Application for Payment. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, two sets of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract Drawings. 5. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 01276008 CONTRACT CLOSEOUT 01700 - 2 09/08 1.8 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. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01276008 CONTRACT CLOSEOUT 01700 - 3 09/08 SECTION 02221 SUBGRADE PREPARATION PART1-GENERAL 1.1 RELATED DOCUMENTS A. The following documents apply to the work of this Section 1. Project Drawings. 2. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Project site has been filled to near final grades shown on Project Drawings. Subgrade preparation shall include the following: 1. Loosening existing subgrade material by ripping or discing methods to prepare existing surface for completion of intermediate cover and installation of final cover. 2. Removal of wood and/or tire chips from existing locations according to specifications and to meet a maximum depth of 3-inches. Wood and tire chips may be used in locations where greater than 2-feet of fill is required. Refer to the cut/fill drawing for available fill locations. B. Subgrade preparation and completion of Intermediate Cover Layer will be completed under H11 several on c ditions. All existing subgrade is either in a cut condition or a fill condition. If the surface is at an elevation above the proposed final subgrade elevation (zero line on Subgrade 1 construction cuttfill plan) for that location, the thickness will be cut to the proposed subgrade , elevation and scarified to a depth of 12-inches. If the surface is less than 12-inches below the proposed Subgrade elevation then the existing ground will be scarified to a depth of 12-inches below the proposed Subgrade elevation and filled to the zero line with borrow soil. If the surface is between 12 and 24 inches below the zero line then the location will be filled with borrow soil only. If the surface is more than 24-inches below the proposed final subgrade elevation, then wood chips or tire chips may be used up to an elevation of up to 12-inches below proposed grade. If wood or tire chips have been applied at the maximum allowable depth or the surface is less than 12-inches below proposed final subgrade elevation, on -site material will be used to bring the surface to the proposed final subgrade elevation. The loosened, re -worked, and uniformly -graded subgrade and the site fill to the proposed final subgrade elevation will form the Intermediate Cover Soil. This layer is required to be at least 12-inches thick and will be covered by the final cover soils, the Erosion Layer and the Infiltration Layer. When cutting results in exposing of waste (MSW), Contractor is to remove MSW 12-inches below the zero line (as defined on the Subgrade Construction Cut/Fill Plan) and cover with intermediate cover soil. Any exposed MSW is to be placed in areas below Fill 2 line and covered with 6-inches of borrow soil within 24 hours. 1.3 RELATED SECTIONS A. Section 02236 — Intermediate Cover Layer. B. Section 02237 — Infiltration Layer C. Section 02260 — Erosion Layer 01276008 SUBGRADE PREPARATION 02221 - 1 09/08 �_ 1 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. A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM D 698 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft ) B. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY 1. TCEQ, 30 TAC Chapter 330, Municipal Solid Waste Regulations. C. OWNER 1. TCEQ MSW Permit 1.5 DEFINITIONS A. Backfill: A specified material used in refilling a cut, trench, over excavation or other excavation, placed at a specified degree of compaction. B. Compaction: The process of mechanically stabilizing a material by increasing its density at a controlled moisture conditions. "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 "percent of standard proctor density". C. Embankment: A "fill' having a top that is higher than adjoining ground. D. Erosion Layer: The top layer of the final cover system. This layer is built in a 12-inch thickness using topsoil material. The purpose of the layer is to provide material capable of establishing and maintaining a vegetated cover. E. Excavation: The removal of soil, rock, or hard material to obtain a specified depth or elevation. F. Fill: Specified material placed at a specified degree of compaction to obtain an indicated grade or elevation. G. Hard Material: Weathered rock, dense consolidated deposits or conglomerate materials, (excluding man-made materials such as concrete) which are not included in the definition of "rock" but which usually required the use of heavy excavation equipment with ripper teeth or the use of jack hammers for removal. H. Infiltration Layer: The second, or middle, layer of the final cover system. This layer is built in an 184nch thickness using material available on -site. The purpose of the layer is to provide additional depth to serve as moisture storage and for establishment of deeper root systems. I. In Situ Soil: Existing in place soil. J. Intermediate Cover Layer: The bottom layer of the final cover system. This layer is built at a minimum thickness of 12-inches. The layer thickness will be varied, depending upon the amount of fill required from existing conditions to reach final grades. Existing Subgrade may be prepared and then used to complete the required 12-inch thickness and to meet the Subgrade elevations shown on the plans. K. Lift: A layer (or course) of soil placed on top of a previously prepared or placed soil. L. Rock: Solid, homogeneous, interlocking crystalline material with firmly cemented, laminated, or foliated masses or conglomerate deposits, neither of which can be removed without systematic drilling and blasting, drilling and the use of expansion jacks or feather wedges, or the use of backhoe-mounted pneumatic hole punchers or rock breakers; also large boulders, buried masonry, or concrete other than pavement, exceeding 1 cubic yard in volume. Removal 01276008 09/08 SUBGRADE PREPARATION 02221 - 2 r t of "hard material" will not be considered rock excavation because of intermittent drilling and blasting that is performed merely to increase production. M. Soil: The surface material of the earth's crust resulting from the chemical and mechanical weathering of rock and organic material. N. Subgrade: The material in excavation (cuts) and fills (embankments) immediately below any subbase, base, liner, or other improvement. Also, as a secondary definition, the level below which work above is referenced. rJj O. Topsoil: In natural or undisturbed soil formations, the fine-grained, weathered material on the surface or directly below any loose or partially decomposed organic matter. Topsoil may be a dark -colored, fine, silty, or sandy material with a high content of well decomposed organic matter, often containing traces of the parent rock material. Gradation and material . g p requirements specified herein apply to all topsoil references in this contract. The material shall be representative of productive soils in the vicinity. P. Unsatisfactory Material: Existing, in situ soil or other material which can be identified as having insufficient strength characteristics or stability to carry intended loads in fill or embankment without excessive consolidation or loss of stability. Unsatisfactory materials also include man-made fills, refuse, frozen material, uncompacted backfills from previous construction, unsound rock or soil lenses, or other deleterious or objectionable material. Q. Working Platform: A layer of compacted crushed rock or natural stone that replaces the in situ soil to provide a stable, uniform bearing foundation for construction equipment to facilitate further site construction. 1.6 DELIVERY AND STORAGE A. Deliver and store materials in a manner to prevent contamination or segregation. 1.7 CRITERIA FOR BIDDING Base bids on the following criteria: A. Surface elevations as indicated. B. Suitable fill material in the quantities required is available at the project site. f- 1.8 QUALITY ASSURANCE A. Codes and Standards: Perform earthwork complying with requirements of authorities having jurisdiction. B. Site must be graded to allow rainfall water runoff without ponding. PART 2 - PRODUCTS 2.1 FILL SOIL A. Material used for fill soil is located in the soil borrow area located west of Cell 1 and shown on the plans. 01276008 SUBGRADE PREPARATION 02221 - 3 09/08 PART 3 - EXECUTION 3.1 PROTECTION A. Dewatering 1. Prevent surface water from ponding on prepared subgrades and from flooding Project site and surrounding area. 2. Protect subgrades from softening and damage by rain or water accumulation. B. Water Removal 1. Remove water by pumping or other methods to prevent the softening of exposed surfaces. C. Protection and Restoration of Surfaces 1. Protect newly graded areas from traffic, over compaction, 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 drains inlets from water -borne soil by means of straw bale dikes or filter fabric dams as needed. Conduct work in accordance with requirements specified in Section 01560 - Environmental Protection. 3.2 CLEARING AND GRUBBING A. Unless indicated otherwise, remove trees, logs, stumps, shrubs, and brush within the limits of construction. Brush, stumps, and roots shall be removed and disposed of as directed by the i - Engineer. Conduct work in accordance with requirements specified in Section 01560 - Environmental Protection. 3.3 PREPARATION OF SUBGRADE A. Rip or disc all hard material. Refer to FCQCP for density requirements of Intermediate Cover Layer. B. Re -work subgrade to smooth, uniform conditions. C. Control the development of rills, repairing any that occur, and maintain the side slopes for the duration of the project. D. The subgrade soil shall be placed at 70-80% standard proctor density (ASTM D698) and within t2% of optimum moisture content. 3.4 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade or backfill layer before compaction to near optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry satisfactory soil material that is too wet to compact to be specified density. Stockpile or spread and dry removed wet satisfactory soil material. 01276008 SUBGRADE PREPARATION 02221 - 4 09108 t 3.5 COMPACTION i A. Re -work existing material. Place additional material as specified in Section 02236, Intermediate Cover Layer, and to the grades shown on the plans so that the in -place density is approximately 70-80%, of maximum dry -density as determined with ASTM D698 to ± 2% of optimum moisture content. 3.6 FINISH OPERATIONS A. Grading Grade to finished grades indicated within plus or minus 0.25 feet. Grade areas to drain. Existing grades which are to remain but are disturbed by the Contractor's operations shall be restored to preconstruction condition. B. Finish surface of top of subgrade to allow proper drainage. Finished surface shall be smooth 1 and of uniform texture. C. Subgrade Grid Elevations 1. Following subgrade construction, survey in accordance with Section 01050 — Field Surveying. 2. Subgrade material may be added or removed to complete the subgrade surface. Any areas that are low, or any high spots that could impede runoff flow, will be reworked to achieve grade and the area resurveyed by Contractor at no additional cost to Owner. D. Disposition of Surplus Material Surplus or other soil material not required or suitable for filling, backfilling, or embankment shall become the Contractor's responsibility and removed as directed by Engineer. Comply with the requirements of Section 01560 — Environmental Protection. E. Protection of Surfaces Protect newly graded areas from traffic, over compaction, erosion, and settlements that may occur and as required in the Section 01560 — Environmental Protection, and as specified in paragraph 3. LC of this Section entitled "Protection and Restoration of Surfaces." Repair or reestablish damaged grades, elevations, or slopes before"work will be accepted. END OF SECTION 01276008 SUBGRADE PREPARATION 02221 - 5 09/08 F SECTION 02236 INTERMEDIATE COVER LAYER PART 1- GENERAL 1.1 SUMMARY A. The Texas Commission on Environmental Quality (TCEQ) requires the use of constructed final covers on the landfill top. The final cover may be constructed of earthern materials provided. B. The minimum constructed Intermediate Cover Layer thickness, measured perpendicular to the surface, will be 12-inches and constructed in two 6-inch lifts or a single 12-inch lift. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation, title or are used to establish criteria. The latest publication in use at the time of the executed contract shall be the one used on this project. A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM D 698 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft (600 kN-nVm)) 2. ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate in H Place by Nuclear Methods (Shallow Depth) 3. ASTM D 2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock'by Mass 4. ASTM D 3017 Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods 1_ B. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ) 1. TCEQ, 30 TAC Chapter 330, Municipal Solid Waste Regulations. C. OWNER 1. TCEQ MSW Permit 1.3 CRITERIA FOR BIDDING A. Base bids on the following criteria: I . Surface elevations as indicated. 2. Suitable backfill and fill material in the quantities required is available at the project site. 1.4 CONTRACTOR RESPONSIBILITY A, The Contractor wJr ill process the Intermediate Cover Layer material to achieve the necessary moisture, place, compacted and grade as shown on the plans and as specified in the Final Cover Quality Control Plan (FCQCP). 01276008 INTERMEDIATE COVER LAYER 02236 - 1 09/08 1.5 RELATED DOCUMENTS A. The following documents apply to the work of this Section 1. Project Drawings 2. General Conditions of the Contract for Construction, and Supplementary Conditions. 3. Alternate Final Cover Demonstration. 4. Final Cover Quality Control Plan. 1.6 * RELATED SECTIONS A. Section 02221 — Subgrade Preparation. B. Section 02237 — Infiltration Layer. C. Section 02260 — Erosion Cover Layer. 1.7 QUALITY ASSURANCE A. Codes and Standards: Perform earthwork complying with requirements of authorities having jurisdiction. B. Site must be graded to allow rainfall water runoff without ponding. PART2-PRODUCTS 2.1 INTERMEDIATE COVER LAYER MATERIAL A. Material used for fill soil is located in the soil borrow area west of Cell I or Cell VI borrow area if needed. The Cell VI Borrow area is not a stockpile and will have to be excavated. Construction techniques must be such that largest particle size does not exceed 2 inches. B. Material has been tested and meets the permeability listed in Table 2 of the Alternate Final Cover Demonstration. 2.2 EQUIPMENT A. Submit list of equipment to be used on the cover system, including equipment weights, ground pressures, required lift thicknesses, etc. for Engineer approval prior to placing equipment on the final cover system. It will be Contractor's responsibility to demonstrate that equipment used on the cover system will not result in over compaction of the final cover system. PART 3 - EXECUTION 3.1 INTERMEDIATE COVER LAYER CONSTRUCTION A. The Intermediate Cover Layer will be completed by adding to the existing reworked subgrade in one or two loose horizontal lifts to the grades shown on the plans and a minimum thickness of 12-inches. Material will be placed at 70-80% of ASTM D 698 and within t2% optimum moisture content. 01276008 INTERMEDIATE COVER LAYER 02236 - 2 09/08 1'J B. If water is to be added to bring the soil moisture content to the desired level for compaction, the soil will be spread in -place, water added and then thoroughly mixed. The water used must be clean and not have been in contact with solid waste or contain other objectionable matter. C. In order to maintain the integrity of the Infiltration Layer after it is installed, the Contractor will coordinate the installation so that completed lifts will be covered by subsequent lifts of Infiltration Layer material in a timely manner. 3.2 MAINTENANCE A. Perform additional reworking, mixing, shaping, and compacting necessitated by damage from atmospheric conditions, traffic, or other causes. Ensure that the true grade and cross section are maintained, with no rutting or other distortion, and that the Intermediate Cover Layer meets all requirements at the time the subsequent course is applied. 3.3 FIELD QUALITY CONTROL A. Construction Testing: Testing will be under the direction of the Engineer. Contractor will notify Engineer when sufficient area is ready to test. Any Intermediate Cover Layer L sections not meeting the minimum standards on first test will be reworked or replaced and retested, until the minimum standards are achieved. The Contractor will pay for all failed tests and failed area determination tests. 1. Soil Classification a. A soil sample will be collected for analysis for the purpose of classifying the soil using the Unified Soil Classification System (USCS). One sample is required for the Infiltration Layer. 2. Density and Moisture Content a. All undisturbed samples taken in the field will be visually inspected for compaction planes, permeable zones, poor compaction, or other problems to determine soil type. One test shall be performed for density and moisture content for every acre constructed. b. If during the testing, the engineer or technician notice any area appearing to , be of questionable quality, that area appearing to be of questionable quality will be tested instead of, or in addition to, the area previously planned for testing. All testing will be located on a sketch of the area, along with the distance from fixed points. All holes created for density machine probes will be backfilled and compacted with dry Intermediate Cover Layer material. C. Test procedures for determining moisture -density relationships in the laboratory will utilize ASTM D 698 (Standard Proctor density). d. The density must be 70-80% of Standard Proctor at optimum moisture content (±2%). -' 01276008 INTERMEDIATE COVER LAYER 02236 - 3 4 09/08 e. Sections of compacted Intermediate Layer which do not pass both the density p and moisture requirements shall be reworked and retested until the section in question does pass. In the event of a failed moisture -density test, additional tests will be performed between the failed test and the nearest adjacent passing test location in all directions. If the additional tests pass, then the area between the failed test and the additional passing tests will be reworked and retested until passing. If the additional tests fail, then a second set of additional tests will be performed halfway between the initial additional test and the adjacent passing tests to further define the failing area. This procedure will be repeated until the failing area is defined, reworked, and retested with passing results. 3. Thickness Survey a. The Engineer has prepared a scale drawing of the project area based on a 200-foot grid for Cell IV. Prior to the placement of the lift, a grid system will be established to provide location information for test locations and elevation measurements on each lift. Intermediate Cover Layer thickness is measured perpendicular to the surface receiving the Intermediate Cover Layer. b. Final Intermediate Cover Layer thickness will be measured at every 200-foot grid location (a minimum every 40,000 square feet of surface area or major fraction thereof) for Cell IV, at the Subgrade Control and Thickness Verification Points Identified on the plans. C. Completed Intermediate Cover Layer thickness will be a minimum of the thickness shown on the plans and as specified in Section 01400, Quality Control. The method for determining Intermediate Cover Layer thickness is by surveying reference bench marks set at the conclusion of the subgrade. d. Contractor shall be responsible for verification of all intermediate lift thicknesses. All notes and field books will be kept on the jobsite and made available to the Engineer upon request. All intermediate lift thicknesses will be based upon the initial subgrade survey. Engineer will verify Intermediate Cover Layer thickness as specified in Section 01050 Field Engineering. END OF SECTION - 01276008 INTERMEDIATE COVER LAYER 02236 - 4 09/08 L __ SECTION 02237 INFILTRATION LAYER PART 1-GENERAL 1.1 SUMMARY A. The Texas Commission on Environmental Quality (TCEQ) requires the use of constructed final covers on the landfill top. The constructed liner may be constructed of earthen materials provided. B. The minimum constructed earthen Infiltration Layer thickness, measured perpendicular to the surface, will be 18-inches and constructed in two 9-inch lifts or three 6-inch lifts. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation, title or are used to establish` criteria. The latest publication in use at the time of the executed contract shall be the one used on this project. A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM D 698 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft (600 kN-m/m)) 2. ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) 3. ASTM D 2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass 4. ASTM D 3017 Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods B. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY t 1. TCEQ, 30 TAC Chapter 330, Municipal Solid Waste Regulations. C. OWNER 1. TCEQ MSW Permit 1.3 CRITERIA FOR BIDDING A. Base bids on the following criteria: 1. Surface elevations as indicated. 2. Suitable backfill and fill material in the quantities required is available at the project site. 1.4 CONTRACTOR RESPONSIBILITY A. The Contractor will process the Infiltration Layer material to achieve the necessary moisture, place, compact and grade as shown on the plans and as specified in the FCQCP. 01276008 INFILTRATION LAYER 02237 - 1 j 09/08 1.5 RELATED DOCUMENTS A. The following documents apply to the work of this Section 1. Project Drawings 2. General Conditions of the Contract for Construction, and Supplementary Conditions. 3. Alternate Final Cover Demonstration. 4. Final Cover Quality Control Plan. 1.6 RELATED SECTIONS A. Section 02221— Subgrade Preparation. B. Section 02236 — Intermediate Cover Layer. C. Section 02260 — Erosion Cover Layer. PART 2 - PRODUCTS 2.1 INFILTRATION LAYER MATERIAL A. Material is located as shown on plans in soil borrow area located west of Cell I, or Cell VI Borrow area if needed. The Cell VI Borrow area is not a stockpile and will have to be excavated. Construction techniques must be such that largest particle size does not exceed 2 inches. B. Natural earthen material from the borrow area has been tested and meets the permeability listed in Table 2 of Appendix A, Alternate Final Cover Demonstration. Any material excavated from the Cell VI borrow area will have to be tested prior to use. 2.2 EQUIPMENT A. Submit list of equipment to be used on the cover system, including equipment weights, ground pressures, required lift thicknesses, etc. for Engineer approval prior to placing equipment on the final cover system. It will be Contractor's responsibility to demonstrate that equipment used on the sideslopes will not result in over compaction of the final cover system. PART 3 - EXECUTION 3.1 SURFACE PREPARATION A. Construction of the Erosion Layer should commence once the Infiltration Layer has been installed, tested, surveyed, and approved. Surface should meet all requirements of Section 02237 — Infiltration Layer. 01276008 INFILTRATION LAYER 02237 - 2 09/08 t 3.2 INFILTRATION LAYER CONSTRUCTION A. The Infiltration Layer will be constructed in loose horizontal layers and compacted in two 9-inch lifts or three 6-inch lifts. Material will be placed at 70-80% of ASTM D 698 and within ±2% of optimum moisture content. B. If water is to be added to bring the soil moisture content to the desired level for compaction, the soil will be spread in -place, water added and then thoroughly mixed. The water used must be clean and not have been in contact with solid waste or contain other objectionable matter. C. In order to maintain the integrity of the Infiltration Layer after it is installed, the Contractor will coordinate the installation so that completed lifts will be covered by subsequent lifts of Infiltration Layer material or Erosion Layer material if it is the final lift, in a timely manner. 3.3 MAINTENANCE A. Perform additional reworking, mixing, shaping, and compacting necessitated by damage from atmospheric conditions, traffic, or other causes. Ensure that the true grade and cross section are maintained, with no rutting or other distortion, and that the Infiltration Layer meets all requirements at the time the subsequent course is applied. 3.4 FIELD QUALITY CONTROL A. Construction Testing: Testing will be under the direction of the Engineer. Contractor will notify Engineer when sufficient area is ready to test. Any Infiltration Layer sections not meeting the minimum standards on first test will be reworked or replaced and retested, } until the minimum standards are achieved. The Contractor will pay for all failed tests and failed area determination tests. 1. Soil Classification a. A soil sample will be collected for analysis for the purpose of classifying the soil using the Unified Soil Classification System (USCS). One sample is required for the Infiltration Layer. 2. Density and Moisture Content a. All undisturbed samples taken in the field will be visually inspected for compaction planes, permeable zones, poor compaction, or other problems to , determine soil type. One test shall be performed for density and moisture content for every acre constructed. The test may be in the first, or second lift. LJ b. The tests will be evenly distributed across each lift being tested using ASTM D 2922. If during the testing, the engineer or technician notice any area appearing to be of questionable quality, that area appearing to be of questionable quality will be tested instead of, or in addition to, the area previously planned for testing. All testing will be located on a sketch of the area, along with the distance from fixed points. C. Test procedures for determining moisture -density relationships in the laboratory will utilize ASTM D 698 (Standard Proctor density). d. The density must be 70-80% of Standard Proctor at optimum moisture content (±2%). t -; 01276008 INFILTRATION LAYER 02237 - 3 09/08 1 e. Sections of compacted Infiltration Layer which do not pass both the density and moisture requirements shall be reworked and retested until the section in question does pass. In the event of a failed moisture -density test, additional tests will be performed between the failed test and the nearest adjacent passing test location in all directions. If the additional tests pass, then the area between the failed test and the additional passing tests will be reworked and retested until passing. If the additional tests fail, then a second set of additional tests will be performed halfway between the initial additional test and the adjacent passing tests to further define the failing area. This procedure will be repeated until the failing area is defined, reworked, and retested with passing results. Thickness Survey a. The Engineer has prepared a scale drawing of the project area based on a 200-foot grid for Cell IV. Prior to the placement of the initial lift, a grid system will be established to provide location information for test locations and elevation measurements on each lift. Infiltration Layer thickness is measured perpendicular to the surface receiving the Infiltration Layer. b. Final Infiltration Layer thickness will be measured at every 200-foot grid location (a minimum every 40,000 square feet of surface area or major fraction thereof) for Cell IV, at the Subgrade Control and Thickness Verification Points Identified on the plans. C. Completed Infiltration Layer thickness will be a minimum of the thickness shown on the plans and as specified in Section 01400, Quality Control. The method for determining Infiltration Layer thickness is by surveying reference bench marks set at the conclusion of the Intermediate Cover layer. d. Contractor shall be responsible for verification of all intermediate lift thicknesses. All notes and field books will be kept on the jobsite and made available to the Engineer upon request. All intermediate lift thicknesses will be based upon the initial subgrade survey. Engineer will verify infiltration layer thickness as specified in Section 01050 Field Engineering. END OF SECTION 01276008 INFILTRATION LAYER 02237 - 4 09/08 SECTION 02260 EROSION LAYER CONSTRUCTION PART 1- GENERAL 1.1 SUMMARY A. The Texas Commission on Environmental Quality (TCEQ) requires the use of constructed final covers on the landfill top. The constructed liner may be constructed of earthen materials provided.' B. The minimum constructed earthen Erosion Layer thickness, measured perpendicular to the surface, will be 12-inches and constructed in a single lift or two 6-inch lifts. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation, title or are used to establish criteria. The latest publication in use at the time of the executed contract shall be the one used on this project. A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM D 698 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft (600 kN-m/m)) 2. ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) 3. ASTM D 2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass 4. ASTM D 3017 Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods B. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY 1. TCEQ, 30 TAC Chapter 330, Municipal Solid Waste Regulations. C. OWNER 1. TCEQ MSW Permit 1.3 CRITERIA FOR BIDDING A. Base bids on the following criteria: 1. Surface elevations as indicated. 2. Suitable backfill and fill material in the quantities required is available at the project site. 1.4 CONTRACTOR RESPOSIBILITY A. The Contractor will process the Infiltration Layer material to achieve the necessary moisture, place, compact and grade as shown on the plans and as specified in the FCQCP. 01276008 EROSION LAYER CONSTRUCTION 02260 - 1 09/08 Y>. 1.5 RELATED DOCUMENTS A. The following documents apply to the work of this Section 1. Project Drawings 2. General Conditions of the Contract for Construction, and Supplementary Conditions. 3. Alternate Final Cover Demonstration. 4. Final Cover Quality Control Plan. 1.6 RELATED SECTIONS A. Section 02221 — Subgrade Preparation. B. Section 02236 — Intermediate Cover Layer. C. Section 02237 — Infiltration Layer Construction. 1.7 WEATHER LIMITATION 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. PART 2 - PRODUCTS 2.1 EROSION LAYER MATERIAL Material for this layer is a topsoil that is available on site. The select material has been tested and meets the saturated hydraulic conductivity requirement listed in Table 2 of the AFC Demonstration. 2.2 EQUIPMENT A. Submit list of equipment to be used on the cover system, including equipment weights, ground pressures, required lift thicknesses, etc. for Engineer approval prior to placing equipment on the final cover system. It will be Contractor's responsibility to demonstrate that equipment used on the sideslopes will not result in over compaction of the final cover system. PART 3 - EXECUTION 3.1 SURFACE PREPARATION A. Construction of the Erosion Layer should commence once the Infiltration Layer has been installed, tested, surveyed, and approved. Surface should meet all requirements of Section 02237 — Infiltration Layer. 01276008 EROSION LAYER CONSTRUCTION 02260 - 2 09/08 3.2 GRADE CONTROL The finished and completed protective soil cover shall conform to the grades, lines, cross sections, and dimensions shown. 3.3 EROSION LAYER CONSTRUCTION A. The Erosion Layer will be constructed in loose horizontal layers and compacted in a single 12- inch lift or two 6-inch lifts. Material will be placed at 75-85% of ASTM D 698 and within ±2% of optimum moisture content. B. If water is to be added to bring the soil moisture content to the desired level for compaction, the soil will be spread in -place, water added and then thoroughly mixed. The water used must be clean and not have been in contact with solid waste or contain other objectionable matter. C. In order to maintain the integrity of the Infiltration Layer after it is installed, the Contractor will coordinate the installation so that completed lifts will be covered by subsequent lifts of Infiltration Layer material or Erosion Layer material if it is the final lift, in a timely manner. 3.4 MAINTENANCE A. Perform additional reworking, mixing, shaping, and compacting necessitated by damage from atmospheric conditions, traffic, or other causes. Ensure that the true grade and cross section are maintained, with no rutting or other distortion, and that the Infiltration Layer meets all requirements at the time the subsequent course is applied. 3.5 FIELD QUALITY CONTROL A. Construction Testing: Testing will be under the direction of the Engineer. Contractor will notify Engineer when sufficient area is ready to test. Any Erosion Layer sections not meeting the minimum standards on first test will be reworked or replaced and retested, until the minimum standards are achieved. The Contractor will pay for all failed tests and failed area determination tests. 1. Soil Classification a. A soil sample will be collected for analysis for the purpose of classifying the soil using the Unified Soil Classification System (USCS). One sample is required for the Infiltration Layer. 2. Density and Moisture Content a. All undisturbed samples taken in the field will be visually inspected for compaction planes, permeable zones, poor compaction, or other problems to determine soil type. One test shall be performed for density and moisture content for every acre constructed. b. If during the testing, the engineer or technician notice any area appearing to be of questionable quality, that area appearing to be of questionable quality will be tested instead of, or in addition to, the area previously planned for testing. All testing will be located on a sketch of the area, along with the distance from fixed points. C. Test procedures for determining moisture -density relationships in the laboratory will utilize ASTM D 698 (Standard Proctor density). 01276008 EROSION LAYER CONSTRUCTION 02260 - 3 [ j 09/08 d. The density must be 75-85% of Standard Proctor at optimum moisture content (t2%a). e. Sections of compacted Erosion Layer which do not pass both the density and moisture requirements shall be reworked and retested until the section in question does pass. In the event of a failed moisture -density test, additional tests will be performed between the failed test and the nearest adjacent passing test location in all directions. If the additional tests pass, then the area between the failed test and the additional passing tests will be reworked and retested until passing. If the additional tests fail, then a second set of additional tests will be performed halfway between the initial additional test and the adjacent passing tests to further define the failing area. This procedure will be repeated until the failing area is defined, reworked, and retested with passing results. 3. Thickness Survey a. The Engineer has prepared a scale drawing of the project area based on a 200-foot grid for Cell W. Prior to the placement of the initial lift, a grid system will be established to provide location information for test locations and elevation measurements on each lift. Erosion Layer thickness is measured perpendicular to the surface receiving the Erosion Layer. b. Final Erosion Layer thickness will be measured at every 200-foot grid location (a minimum every 40,000 square feet of surface area or major fraction thereof) for Cell IV, at the Subgrade Control and Thickness Verification Points identified on the plans. C. Completed Erosion Layer thickness will be a minimum of the thickness shown on the plans and as specified in Section 01400, Quality Control. The method for determining Erosion Layer thickness is by surveying reference bench marks set at the conclusion of the Infiltration Layer. d. Contractor shall be responsible for verification of all intermediate lift thicknesses. All notes and field books will be kept on the jobsite and made available to the Engineer upon request. All intermediate lift thicknesses will be based upon the initial subgrade survey. Engineer will verify Erosion Layer thickness as specified in Section 01050 Field Engineering. 3.6 PLACEMENT A. Contractor will take measures to protect the completed cover system after installation is complete. The protective soil cover shall be maintained in a satisfactory condition until accepted. B. Place the protective cover material with machinery that, in the opinion of the Engineer, will not damage any portion of the cover system or cause "sliding" 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 cover system and must be approved by the Engineer prior to utilization on the system. END OF SECTION 01276008 EROSION LAYER CONSTRUCTION 02260 - 4 09/08 SECTION 02301 EARTHWORK FOR DRAINAGE OUTLETS PART 1-GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs -on -grade. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for slabs -on -grade. 1.2 DEFINITIONS A. Backfill: Soil material used to fill an excavation. B. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. - C. Drainage Course: Course supporting the slab -on -grade that also minimizes upward capillary flow of pore water. D. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. H. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.3 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, SM, GC, SC, ML and CL, or a combination of these groups; free of rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. 01276008 EARTHWORK FOR DRAINAGE OUTLETS 02301 - 1 09/08 C. Unsatisfactory Soils: Soil Classification Groups OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups. l . Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Engineered Fill: Satisfactory soils meeting the following criteria and having a plasticity index between 5 and 15. 1. Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. E. Sand: ASTM C 33; fine aggregate, natural or manufactured sand with a plasticity index of 8 or less. PART 3 - EXECUTION 3.1 EXCAVATION A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 3.2 SUBGRADE INSPECTION A. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.3 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. 3.4 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 01276008 EARTHWORK FOR DRAINAGE OUTLETS 02301 - 2 09/08 3.5 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent. 3.6 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 3.7 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.8 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.9 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 02300 01276008 EARTHWORK FOR DRAINAGE OUTLETS 02301 - 3 09/08 SECTION 02936 SEEDING PART 1-GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. A. AGRICULTURAL MARKETING SERVICE (AMS) 1. AMS-01 (Amended thru: Aug 1988) Federal Seed Act Regulations (Part 201-202) 1.2 SUBMITTALS A. The following shall be submitted in accordance with Section 01300 SUBMITTAL DESCRIPTIONS: I . Equipment List - A list of proposed seeding equipment to be used in performance of turfing operation, including descriptive data and calibration tests. 2. Certificates - Certificates of compliance certifying that materials meet the requirements specified, prior to the delivery of materials. Certified copies of the reports for the following materials shall be included: a. Seed - For mixture, percent pure live seed, minimum percent germination and hard seed, maximum percent weed seed content, date tested and state certification. b. Fertilizer - For chemical analysis, composition percent. C. Asphalt Adhesive. d. Pesticide Material. e. Topsoil. 1.3 DELIVERY, INSPECTION, STORAGE, AND HANDLING A. Inspection: Seed shall be inspected upon arrival at the job site by the Contractor for conformity to type and quality in accordance with paragraph MATERIALS. Other materials shall be inspected for meeting specified requirements and unacceptable materials shall be removed from the job site. B. Storage: Materials shall be stored in areas designated by the Owner. Seed and fertilizer shall be stored in cool, dry locations away from contaminants. 01276008 SEEDING 02936 - 1 09/08 PART 2 - PRODUCTS 2.1 MATERIALS A. Seed. I. Seed Classification: State -approved seed of the latest season's crop shall be provided in original sealed packages bearing the producer's guaranteed analysis for percentages of mixture, purity, germination, hard seed, weed seed content, and inert material. Labels shall be in conformance with AMS-01 and applicable state seed laws. 2. Table I includes the recommended seed mix and recommended planting rates for the temporary and permanent seed mixes. TABLE I RECOMMENDED SEED MIX FOR VEGETATION ESTABLISHMENT Seed Mix Common Name Lbs/Acre Permanent Mixture Bluestein 0.5 Buffalograss 6.0 Grammagrass (Blue) 0.5 Grammagrass 2.5 (Side-oats/El Reno) Sprangletop 0.5 (Green/Marfa) Temporary Mixture Wheat (Fall Planting) 60 Hay Grazer (Spring 15 Planting) 3. Quality: Weed shall not exceed I percent by weight of the total mixture. Wet, moldy, or otherwise damaged seed including insect infested seed, shall be rejected. B. Soil Amendments: Soil amendments shall consist of fertilizer, meeting the following requirements. 1. Fertilizer shall be commercial grade, free flowing, and uniform in composition. Granular Fertilizer consisting of nitrogen -phosphorus -potassium shall be used. PART 3 - EXECUTION 3.1 SEEDING TIMES AND CONDITIONS A. Vegetation will be established in a two step process. A temporary seed mix will be planted and established. The following spring it will be sprayed with an approved herbicide to kill the temporary seed mix and the permanent seed will be planted in the litter grass. 1. Temporary Seed Mix a. Depending on the time of year, the appropriate temporary mix will be selected from Table 1 and planted at the spccificd application rate. 2. Permanent Seed Mix a. During the following spring, prior to the temporary mix dropping seed, the entire temporary cover will be sprayed with an approved herbicide. The permanent seed mix shown in Table 1 will be planted at the specified 01276008 SEEDING 02936 - 2 09/08 application rates in the dead litter grass. Planting of the permanent seed mix will occur between May 15" and August 3151, so that it may be established on or before September 30d. B. Seeding operations shall be performed only during periods when beneficial results can be obtained. When drought, excessive moisture or other unsatisfactory conditions prevail, the work shall be stopped when directed. When special conditions warrant a variance, proposed times shall be submitted to and approved by the Engineer. 1_ 3.2 SITE PREPARATION A. Grading: The Engineer shall verify that finished grades are as indicated on drawings, and erosion layer has been completed in accordance with Section 02260 EROSION LAYER CONSTRUCTION. B. Application of Soil Amendments: 1. Apply the fertilizer uniformly at a rate equal to 50 pounds of nitrogen per acre. Seed and fertilizer may be distributed simultaneously during "Broadcast Seeding" operations, provided each component is applied at the rate specified by POR for the specific area. When temporary and permanent seeding are both specified for the same area, apply half of the required fertilizer during the temporary seeding operation and the other half during the permanent seeding operation. 2. Use a commercial -grade fertilizer of neutral character, consisting of fast and slow - release nitrogen, 50 percent derived from natural organic sources of area formaldehyde, phosphorus, and potassium. The fertilizer should have an N-P-K ration of 20-27-5. C. Tillage: Unless otherwise requested by Engineer for meeting the performance specifications, plant seeding may utilize one or a combination of the following methods. 3.3 SEEDING A. General: Prior to seeding, any previously prepared seedbed areas compacted or damaged by interim rain, traffic or other cause, shall be reworked to restore the ground condition previously specified. Seeding operations shall not take place when the wind velocity will prevent uniform seed distribution. B. Equipment Calibration: The equipment to be used and the methods of turfing shall be subject to the inspection and approval of the Engineer prior to commencement of seeding operations. Immediately prior to the commencement of seeding operations, the Contractor shall conduct seeding equipment calibration tests in the presence of the Engineer. C. Applying Seed - Unless otherwise requested: 1. Broadcast Seeding: Distribute the seed or seed mixture uniformly over the areas r shown on the plans using hand or mechanical distribution or hydroseeding on top of i the soil. When seed and water are to be distributed as a slurry during hydroseeding, apply the mixture to the area to be seeded within 30 minutes of placement of , components in the equipment. f L 2. Straw or Hay Mulch Seeding: Plant seed using broadcast seeding. Immediately after planting the seed or seed mixture, apply straw or hay mulch uniformly over the seeded area. Apply straw or hay mulch at 0.5 to 2.5 tons per acre depending on the specific area. Use a tacking method over the mulched area. lu 01276008 SEEDING 02936 - 3 09/08 �1 Fiber Mulch Seeding: Plant seed using broadcast seeding. Immediately 3. Cellulose g g after planting the seed or seed mixture, apply cellulose fiber mulch uniformly over the seeded area at the following rates: a. Sandy soils with slopes of 3:1 or less — 2500 lb. per acre. b. Sandy soils with slopes greater than 3:1 — 3000 lb. per acre. C. Clay soils with slopes of 3:1 or less — 2000 lb. per acre. d. Clay soils with slopes greater than 3:1— 2300 lb. per acre. Cellulose fiber mulch rates are based on dry weight of mulch per acre. Mix cellulose fiber mulch and water to make slurry and apply uniformly over the seeded area using suitable equipment. 4. Drill Seeding: Plant seed or seed mixture uniformly over the area at a depth of 1/4 inch to 1/3 inch using a pasture or rangeland type drill. Plant seed along the contour of the slopes. 5. Straw or Hay Mulching: Apply straw or hay mulch uniformly over the area as indicated on the plans. Apply straw mulch or hay mulch at 0.5 to 2.5 tons per acre depending on the specific area. Use a tacking method over the mulched area. D. Water: Watering shall be started within 7 days after completing the seeded area. Water shall be applied at a rate sufficient to ensure moist soil conditions to a minimum depth of 1 inch. Run-off and puddling shall be prevented. 3.4 RESTORATION AND CLEAN UP A. Restoration: Existing turf areas, pavements and facilities that have been damaged from the seeding operation shall be restored to original condition at Contractor's expense. B. Clean Up: Excess and waste material shall be removed from the planting operation and shall be disposed of as directed by the Owner. Adjacent paved areas shall be cleaned. 3.5 PROTECTION OF SEEDED AREAS A. Immediately after seeding, the area shall be protected against traffic or other use by erecting barricades and providing signage as required, or as directed by the Engineer. 3.6 FINAL ACCEPTANCE A. Final Inspection: A final inspection shall be held by the Engineer, all deficiencies, washed out areas, or misapplied areas will be corrected. END OF SECTION 01276008 SEEDING 02936; 4 09/08 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL This section of the specifications covers all of the work required for constructing concrete curbs, headers, sidewalks, driveways, manhole bases, splash boxes, channels, cast -in -place manholes, thrust collars and other miscellaneous work. 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. 1.1 GOVERNING REFERENCE SPECIFICATIONS 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. A. AMERICAN CONCRETE INSTITUTE (ACI) 1. ACI 301 Specifications for Structural Concrete 2. ACI 305 Hot Weather Concreting 3. ACI 306 Cold Weather Concreting 4. ACI 315 Manual of Standard Practice for Detailing Reinforced Concrete Structures 5. ACI 318 Building Code Requirements for Structural Concrete 6. ACI 347 Recommended Practice for Concrete Formwork 7. ACI 613 Recommended Practice for Selecting Proportions for Concrete 8. ACI304 Recommended, Practice for Measuring, Mixing, and Placing Concrete 9. ACI 221 Selection and Use of Aggregates for Concrete 10. SP-299 ACI Manual of Concrete Inspection B. AMERICAN SOCIETY FOR TESTING MATERIALS (ASTM) 1. ASTM A-82 Cold Drawn Steel Wire for Concrete Reinforcement 2. ASTM A-307 Standard Specification for Carbon Steel Bolts and Studs 3. ASTM A-614 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 4. ASTM A-996 Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement 5. ASTM A-706 Low -Alloy Steel Deformed Bars for Concrete Reinforcement 6. ASTM C-31 Making & Curing Concrete Compression and Flexure Test Specimens in the Field. 7. ASTM C-33 Concrete Aggregates 8. ASTM C-39 Compressive Strength of Molded Concrete Cylinders 9. ASTM C-40 Organic Impurities In Fine Aggregates for Concrete 10. ASTM C42 Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 01276008 CAST -IN -PLACE CONCRETE 03300 - 1 ! 09/08 11. ASTM C-94 Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 12. ASTM C-136 Standard Method of Test for Sieve or Screen Analysis of Fine and Coarse Aggregate 13. ASTM C-138 Standard Method of Test for Weight per Cubic Foot, Yield and r = Air Content (Gravimetric) of Concrete 14. ASTM C-143 Standard Method of Test for Slump of Portland Cement Concrete 15. ASTM C-150 Standard Specification for Portland Cement 16. ASTM C-171 Sheet Material for Concrete Curing 17. ASTM C-172 Standard Method of Sampling Fresh Concrete 18. ASTM C-173 Air Content of Freshly Mixed Concrete by the Volumetric Method 19. ASTM C-192 Standard Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory 20. ASTM C-231 Standard Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method 21. ASTM C-260 Air -Entraining Admixture for Concrete 22. ASTM C-309 Liquid Membrane -Forming Compounds for Curing Concrete 23. ASTM C-494 Chemical Admixtures for Concrete 24. ASTM C-618 Fly Ash and Raw od Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete C. PORTLAND CEMENT ASSOCIATION (PCA) 1. Design and Control for Concrete Mixtures m' D. AMERICAN WELDING SOCIETY (AWS) E. TEXAS DEPARTMENT OF TRANSPORTATION 1. Standard Specifications for Construction of Highways, Streets and Bridges F. AMERICAN ASSOCIATION OF STATE HIGHWAY & TRANSPORTATION OFFICIALS (AASHTO) 1. AASHTO M-33 Pre -Formed Bituminous Joint Filler NOTE: LATEST EDITION OF EACH OF THE ABOVE GOVERNING STANDARDS SHALL APPLY. 1.2 EXCAVATION AND GRADING 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 02301 — Earthwork for Drainage Structures. 01276008 CAST -IN -PLACE CONCRETE 03300 - 2 09/08 1 PART2-PRODUCTS 2.1 CEMENT Portland cement shall conform to the latest revisions of ASTM Designation C-150, Type 11, 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. For any concrete four foot or greater below grade Type V cement shall be used. 2.2 FINE AGGREGATE 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 Opening I-. No.4 No.16 No.50 No.100 No.200 95-100 45-70 15-30 3-8 0-3 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 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. 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 Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals. 2.5 SHOP DRAWINGS Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 showing bar schedules, stirrup spacing, diagrams of bent bars, and arrangement of concrete reinforcement. Include special reinforcement required at the openings through structures. Provide full wall and beam elevations of concrete and walls showing all embedments, vertical and horizontal reinforcing and all special reinforcement. Fabrication, bar bending, cutting, etc., shall be in accordance with the requirements as specified herein. 01276008 CAST -IN -PLACE CONCRETE 03300 - 3 09/08 i Submit manufacturers product data with application and installation instructions for proprietary materials and items including reinforcement and forming accessories, admixtures, patching compounds, joint systems, bituminous damp -proofing, curing compounds and others as requested by the Engineer. Submit manufacture's certificate of conformance with these Specifications for 3 all proprietary materials and products. 2.6 FORMS The forms shall be of wood or metal and shall be of sufficient strength to support the concrete L 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. 2.7 CONCRETE MIX 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 6.5 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. The minimum 28 day compressive strength for Class A concrete shall be 4000 psi. 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. 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. PART 3 - EXECUTION 3.1 MIXING 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", ASTM Serial Designation C 94. 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 01276008 CAST -IN -PLACE CONCRETE 03300 - 4 09/08 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. 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 agitator 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. 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. 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. 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 or 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 or 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. 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 MAXIMUM 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 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 01276008 09/08 CAST -IN -PLACE CONCRETE 9 0 03300 - 5 i L_ j 7 s s 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 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 placement of concrete and concrete shall not be placed unless the Engineer or his representative is present. 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 others equipment to cause it to flow into place. 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. 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. 01276008 CAST -IN -PLACE CONCRETE 03300 - 6 09/08 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. The contractor shall adhere to the requirements ACI 306 and ACI 305 for cold and hot weather concreting respectively. 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. A. Slump: The slump of all concrete shall be between 3 and 6 inches with the condition governing the exact 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" or more 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. 3.4 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. 3.5 UNEXPOSED VERTICAL SERVICES Such surfaces shall be finished as specified for exposed vertical surfaces except that no rubbing will be required. - 3.6 FLAT SLABS Flat slabs shall be troweled, after floating, and then lightly brushed to provide a "non-skid" surface. 3.7 EMBEDDED ITEMS 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 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 01276008 CAST -IN -PLACE CONCRETE 03300 - 7 09/08 L, 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. Seven day and twenty-eight day compressive tests shall be conducted on all cylinders. A minimum of 2 cylinders shall be taken per cast in place manhole or at each placement of fifty cubic yards. 3.9 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 A. Weldable reinforcing bars shall conform to ASTM-A-706. 3.10 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(7) Materials. 3.11 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. 3.12 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. 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: Depth in structural slabs, flexural members, walls and columns: ± 1/4 inch. Longitudinal location of bends and ends of bars: ± 2 inches except that the required concrete cover at ends of members shall not be reduced. 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 Structural g _ Concrete (ACI 318). 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 01276008 CAST -IN -PLACE CONCRETE 03300 - 8 09/08 i t the length of lap shall be as required by the ACI Building Code Requirements for Structural Concrete (ACI 318). Reinforcing bars partially embedded in concrete shall not be field bent, except as indicated on the Contract Documents or permitted by the Engineer. Torch cutting of reinforcing bars will not be allowed. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. 3.13 JOINTS 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. All horizontal joints shown on the plans shall be made truly horizontal and chamfered. Vertical joints shall be truly vertical. 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. 3.14 EXPANSION JOINT MATERIALS Where pre -molded expansion joint material is shown on the plans such material shall be 1/2 inch Bituminous type preformed joint filler, AASHTO M-33. 3.15 JOINT CONSTRUCTION All joints shall be constructed 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 held in position during placement of concrete. 3.16 CURING AND PROTECTING All concrete work shall be covered with burlap or other suitable material as soon as it has set sufficiently to prevent marking and kept wet continuously for at least five (5) days. Care shall be taken to prevent mechanical injury to concrete work during this period and until the work is accepted. Any work damage prior to acceptance shall be repaired to the satisfaction of the Engineer. 01276008 CAST -IN -PLACE CONCRETE 03300 - 9 09/08 H i All concrete work shall be protected until such time as it has set up sufficiently to prevent damage by vandals. In lieu of the above method of curing, the concrete may 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. The coating shall conform to ASTM Designation C-309. 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. 3.17 DEFECTIVE WORK 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. 3.18 FORMWORK Forms may be removed only upon approval by the ENGINEER. In general, removal of wall forms within 24-hours. Adequate reshoring 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. It shall be the responsibility of the Contractor, in all form removal, to prevent damage or marring of the concrete surfaces. 3.19 BACKFILLING 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. 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. END OF SECTION 01276008 CAST -IN -PLACE CONCRETE 03300 - 10 09/08 APPENDIX A FINAL COVER QUALITY CONTROL PLAN 4 City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 1.0 INTRODUCTION 1.1 GENERAL This Final Cover Quality Control Plan (FCQCP) has been prepared to provide the Owner, Design Engineer, Construction Quality Assurance Professional of Record, and the Contractor the means to govern the construction quality of the Evapotranspiration (ET) monolithic soil final cover system and to satisfy the environmental protection requirements under Texas Commission on Environmental Quality (TCEQ) regulations. More specifically, the FCQCP addresses the soil components of the Alternate Final Cover (AFC) system. 1.2 DEFINITIONS This section provides the definitions for terms used in this FCQCP. A. ASTM American Society for Testing and Materials. B. Construction Quality Assurance (CQA) A planned system of activities that provides the Owner and permitting agency assurance that the facility was constructed as specified in the design (EPA, 1986). Construction quality assurance includes observations and evaluations of materials, and workmanship necessary to determine and document the quality of the constructed facility. Construction quality assurance (CQA) refers to measures taken by the CQA organization to assess if the installer or contractor is in compliance with the plans and specifications for a project. C. Construction Quality Assurance Professional of Record (POR) The POR is an authorized representative of the Owner and has overall responsibility for construction quality assurance and confirming that the facility was constructed in general accordance with plans and specifications approved by the permitting agency. The POR must be licensed as a Professional Engineer or Geologist in Texas and experienced in geotechnical testing and its interpretations. Experience and education should include geotechnical engineering, engineering geology, soil mechanics, geotechnical laboratory testing, construction quality assurance, and quality control testing, and hydrogeology. The credentials of the POR must meet or exceed the minimum requirements of the permitting agency. Any references to monitoring, testing, or observations to be performed by the POR should be interpreted to mean the POR or CQA monitors working under the POR's direction. PARKHILL, SMITH & COOPER, INC. Page - 1 01274506 City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 The POR may also be known in applicable regulations as the CQA Engineer or Resident Project Representative. D. Construction Quality Assurance (CQA) Monitors CQA monitors are representatives of the POR who work under direct supervision of the POR. The CQA monitor is responsible for quality assurance monitoring and performing onsite tests and observations. The CQA monitor is on site full-time during construction and reports directly to the POR. The CQA monitor performing daily QA/QC observation and testing shall be NICET-certified in geotechnical engineering technology at level two or higher for soils and GM testing; a CQA monitor with a minimum of four years of directly related experience; or a graduate engineer or geologist with one year of directly related experience. Field observations, testing, or other activities associated with CQA may be performed by the CQA monitor(s) on behalf of the POR. Additional CQA monitors may be used. If working under the direction of a CQA monitor, the second CQA monitor shall have a minimum of one year of directly related experience. E. Contract Documents These are the official set of document issued by the Owner. The documents include bidding requirements, contract forms, contract conditions, specifications, contract drawings, addenda, and contract modifications. F. Contract Specifications These are the qualitative requirements for products, materials, and i workmanship upon which the contract is based. G. Contractor This is the person or persons, firm, partnership, corporation, or any combination, private or public, who, as an independent contractor, has entered into a contract with the Owner, and who is referred to throughout the contract documents by singular number and masculine gender. H. Design Engineer These individuals or firms are responsible for the design and preparation of the project construction drawings and specifications. Also referred to as "designer" or "engineer." PARKHILL, SMITH & COOPER, INC. Page - 2 01274506 City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 L Earthwork This is a construction activity involving the use of soil materials as defined in the construction specifications and Section 2 of this plan. J. Nonconformance This is a deficiency in characteristic, documentation, or procedure that renders the quality of an item or activity unacceptable or indeterminate. Examples of non -conformances include, but are not limited to, physical defects, test failures, and inadequate documentation. K. Owner/Operator This is the organization that owns and operates the disposal unit (City of Lubbock, Texas). L. Operator's Representative This is the person that is an official representative of the operator responsible v for planning, organizing, and controlling the design and construction activities. M. Quality Assurance (QA) This is a planned and systematic pattern of procedures and documentation to ensure that items of work or services meet the requirements of the contract documents. Quality assurance includes quality control. Quality assurance will be performed by the POR and CQA monitor. N. Quality Control (QC) These actions provide a means to measure and regulate the characteristics of an item or service to comply with the requirements of the contract documents. Quality control will be performed by the contractor. L O. Final Cover Evaluation Report (FCER) Upon completion of closure activities, the certification will be in the form of the FCER which will be signed by the POR and include all documentation necessary for certification of closure. �_ PARKHILL, SMITH & COOPER, INC. Page - 3 01274506 City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006_ r 2.0 CONSTRUCTION QUALITY ASSURANCE FOR AMMUO-MIN 2.1 INTRODUCTION This section of the FCQCP Plan addresses the construction of the soil components of the ET Monolithic Soil Final Cover system and outlines the program to be implemented with regard to materials selection and evaluation, laboratory test requirements, field test requirements and treatment of problems. The scope of earthwork and related construction quality assurance includes the following elements: • Intermediate Cover Layer Preparation ■ Vegetative Support Layer • Erosion/Vegetative Cover Layer 2.2 EARTHWORK CONSTRUCTION The following paragraphs describe soil properties, general construction procedures, and quality assurance/quality control (QA/QC) methods to be used in construction of the various layers of the final cover system. A. Intermediate Cover Layer After the landfill reaches the maximum permitted grade. of waste, intermediate cover soil will be placed according to the Site Operating Plan. The intermediate cover layer will consist of soil from the landfill site that is currently being used as daily cover. A minimum of 12-inches of soil will be placed over the waste, prior to commencing work on the Final Cover System. The contractor will re -work the intermediate cover to provide a smooth surface, free of rocks and material larger than 2-inches in diameter. The soils will be graded to an elevation 36-inches below the proposed final contours. QA/QC for preparation of the intermediate cover layer will be performed under the supervision of the CQA POR. Upon completion of grading of the intermediate cover layer, the POR will determine that the intermediate cover layer has been prepared to provide a uniform surface, and that it will adequately serve as the foundation for the overlying vegetative support layer. Once intermediate cover soil has been placed, graded, and approved, a survey will be performed to verify that the final intermediate cover is a minimum 12-inches thick. PARKHILL, SMITH & COOPER, INC. Page - 4 01274506 City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 B. Vegetative Support Layer The vegetative support layer will consist of an 18-inch thick minimum soil layer (measured perpendicular to the intermediate layer surface) that will be placed on the top of and along the side slopes of the landfill. Material used for this layer will be obtained from the landfill site. It will be placed in two 9-inch lifts, and will be compacted to approximately 80% of standard proctor (ASTM D 698) density (+/- 5%), at a moisture content within +/-2% of optimum. The material must meet the porosity and unsaturated hydraulic conductivity values as listed in Table 2 of the Attachment 12 Appendix A — Alternate Final Cover Demonstration. Testing will be completed, as needed, to classify the soil according to the USCS. Over compacted soil in the vegetative support layer will be disked or ripped (or any method approved by the POR) and re -compacted to a density within the acceptable limits. If a density test fails, additional tests may be performed to define the over compacted area. The area to be re -worked, then, will be the area between passing density tests. The vegetative support layer construction will be conducted in a systematic and timely fashion. Delays will be avoided in completing the vegetative support layer. Placement of the vegetative support layer will cease, however, during rainfall events, in order to prevent over compaction. Before proceeding with construction after a rainfall event greater than 0.5 inches, the Contractor will complete, at a minimum, a 10-foot by 10-foot test pad to verify that over compaction will not occur as construction continues. A minimum of 2 field density tests are required per test pad area. Test pad results will be reported in the FCER. C. Erosion Vegetative Cover Layer The erosion, or vegetative cover layer, will be placed on top of the vegetative support layer, over the entire surface of the final cover. The soil will have a minimum thickness of 12-inches and will be capable of sustaining vegetation. The soil will be placed in a single lift, at 75-80% standard proctor (ASTM D 698) density and within +/-2% of optimum moisture content. The surface of the soil cover should be graded to the final grades as shown on the Final Contour Map and disked parallel to the proposed contours, in preparation for seeding and to prevent excessive erosion after rainfall. The vegetative cover should be placed under the continuous QA/QC observation to ensure that a minimum thickness of 12-inches is applied and that existing structures are protected. Placement of the vegetative cover layer will be stopped during rainfall events, in order to prevent over compaction of the soil. Construction will continue once CQA personnel determine the soil i _`; PARKHILL, SMITH & COOPER, INC. Page - 5 01274506 City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 -3 can be effectively disked. Structural Best Management Practices (BMP's) and an effective vegetation plan will aid in erosion prevention. Surveying will be performed to verify that the vegetative cover layer has been installed to the minimum thickness of 12-inches. D. Establishment of Vegetation Permanent vegetation will be established using appropriate seasonal seeding mixtures. In accordance with 30 TAC §330.457, seeding or sodding shall be performed immediately following application of the final cover. 2.3 SURVEY AND FINAL TOPOGRAPHY Upon completion of construction of the final cover a topographic survey will be performed by a qualified land surveyor. The final contour map should include all final contours, location of gas vents, gas monitoring wells, groundwater monitoring wells, drainage structures, fences, gages, access roads, and all other pertinent site features. 2.4 SAMPLING AND TESTING As construction progresses CQA monitors will conduct field and laboratory tests using standards set forth in the technical specifications. Standard operating procedures for soil testing will be prepared for site testing personnel that follow ASTM Test methods. These procedures will be for the following tests: Soil classification, moisture density relationship, field density and moisture, and thickness verification. A. Soil Classification Soil samples will be collected for analysis for the purpose of classifying the ; soil using the USCS. One sample is required per soil type. The test procedure to be followed in the laboratory will be ASTM D 2487 and 2488 for soil classification. Extra testing must be performed whenever work or materials are suspect, marginal, or of poor quality. Extra testing may be conducted to provide , additional data for engineering. Tests that do not meet minimum requirements will not contribute to the total number of tests performed in meeting the required test frequency. PARKHILL, SMITH & COOPER, INC. Page - 6 01274506 �i 1 City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 B. Moisture Density Relationship of Soils Soil samples will be collected for analysis to determine the Atterberg Limits, the percent passing the No. 200 sieve, and permeability. One sample is required per soil type. The test procedure to be followed in the laboratory will be ASTM D 698. Extra testing must be performed whenever work or materials are suspect, marginal, or of poor quality. Extra testing may be conducted to provide additional data for engineering. Tests that do not meet minimum requirements will not contribute to the total number of tests performed in meeting the required test frequency. C. Field Density and Moisture Soil testing will be performed in situ or on undisturbed samples for the purpose of determining field density and moisture content. Three tests are required per soil layer per acre. The test procedure to be followed for soil density will be ASTM D 2922, which will be performed in the field. The test procedure to be followed for moisture content will be either ASTM D 2216 (laboratory) or ASTM D 3017 (in situ). Extra testing must be performed whenever work or materials are suspect, marginal, or of poor quality. Extra testing may be conducted to provide additional data for engineering. Tests that do not meet minimum requirements will not contribute to the total number of tests performed in meeting the required test frequency. I- D. Thickness Verification Testing or surveying will be performed to insure that the constructed layer thicknesses meet minimum requirements. This verification will be performed at the top of the intermediate layer, top of the vegetative support Iayer, and top of the vegetative cover layer. The work will be performed every 200-feet in each direction, on a grid established by a surveyor registered in the State of Texas. 3.0 VEGETATION PLANTING PLAN Planting of vegetation over the ET monolithic soil final cover system is important to ensure the cover system functions as intended. A recommended seed mixture as well as an alternative seed mix is desired. The alternatives must meet the performance PARKHILL, SMITH & COOPER, INC. Page - 7 01274506 i City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 specification outlined in Appendix A of the Final Closure Plan. Demonstrations of alternative seed mixtures used at the site will be monitored in the Site Operating Record. 3.1 SOIL PREPARATION AND SEEDING All seeds must conform to the requirements of the U.S. Department of Agriculture rules and regulations set forth in the Federal Seed Act and Texas Seed Law. Cultivation area preparation will start as soon as practicable after completion of the vegetation layer to the lines and grades specified in the construction plans, which will be developed based on the TCEQ permitted final contour plans for the site. The vegetation establishment contractor, with approval from the POR, may modify the seed mixture or the equipment used in the planting process. In order to prevent overcompaction of the constructed final cover, equipment used should not exert more than 16 psi ground pressure (except for harrowing equipment). Planting of the recommended seed mixture may take place between May 15`h and August 31", so that it may be established on or before September 30. If Vegetation can not be established by September 30, planting areas are to be over - seeded with annual rye grass. The schedule may vary, depending on the type of vegetation selected and climatic conditions experienced during construction of the final cover. Table 1 includes the recommended seed mix. The recommended planting rate for the permanent seed mix is 10 pounds of pure live seed (PLS) per acre. In addition to the type of seed, the table also shows the percentage of each seed in the overall mixture. Seed Mix: r Common Name- „P.ercent of-T..otal'Seed (%o} Permanent Mixture Blue Grama 30% Sideoats Grama 20% Buffalograss 20% Western Wheat 10% Sand Dropseed 5% Green Sprangletop 5% Kleingrass 5% Switchgrass 5% Tem2orary Mixture Annual Rye Grass 305.0 PARKHILL, SMITH & COOPER, INC. Page - 8 01274506 City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 Unless otherwise requested by POR for meeting the performance specifications, plant seeding may utilize one or a combination of the following methods. A. Broadcast Seeding Distribute the seed or seed mixture uniformly over the areas shown on the plans using hand or mechanical distribution or hydroseeding on top of the soil. When seed and water are to be distributed as a slurry during hydro - seeding, apply the mixture to the area to be seeded within 30 minutes of placement of components in the equipment. B. Straw or Hay Mulch Seeding Plant seed using broadcast seeding. Immediately after planting the seed or seed mixture, apply straw or hay mulch uniformly over the seeded area. Apply straw or hay mulch at 0.5 to 2.5 tons per acre depending on the specific area. Use a tacking method over the mulched area. C. Cellulose Fiber Mulch Seeding Plant seed using broadcast seeding. Immediately after planting the seed or seed mixture, apply cellulose fiber mulch uniformly over the seeded area at the following rates: ■ Sandy Soils with slopes of 3:1 or loss — 2500 lb. per acre. a Sandy Soils with slopes greater than 3:1— 3000 lb. per acre. ■ Clay soils with slopes of 3:1 or less — 2000 lb. per acre. Clay soils with slopes greater than 3:1— 2300 lb. per acre. Cellulose fiber mulch rates are based on dry weight of mulch per acre. Mix cellulose fiber mulch and water to make slurry and apply uniformly over the seeded area using suitable equipment. D. Drill Seeding Plant seed or seed mixture uniformly over the area at a depth of 1/4 inch to 1/3 inch using a pasture or rangeland type drill. Plant seed along the contour of the slopes. E. Straw or Hay Mulching Apply straw or hay mulch uniformly over the area as indicated on the plans. Apply straw mulch or hay mulch at 0.5 to 2.5 tons per acre depending on the specific area. Use a tacking method over the mulched area. PARKHILL, SMITH & COOPER, INC. Page - 9 01274506 i City of Lubbock Landfill No. 69 Final Cover Ouality Control Plan Revised October 2006 i 3.2 FERTILIZER RECOMMENDATIONS Apply the fertilizer uniformly at a rate equal to 50 pounds of nitrogen per acre. Seed and fertilizer may be distributed simultaneously during "Broadcast Seeding" operations, provided each component is applied at the rate specified by POR for the specific area. When temporary and permanent seeding are both specified for the same area, apply half of the required fertilizer during the temporary seeding operation and the other half during the permanent seeding operation. Use a commercial -grade fertilizer of neutral character, consisting of fast and slow - release nitrogen, 50 percent derived from natural organic sources of area formaldehyde, phosphorus, and potassium. The fertilizer should have an N-P-K ration of 20-27-5. 4.0 DOCUMENTATION The quality assurance plan requires monitoring and documentation of construction 1_I activities. Therefore, the POR and CQA monitor will document the means and methods which the quality assurance requirements have been addressed and satisfied. Documentation may consist of daily recordkeeping, testing and installation reports, nonconformance reports (if necessary), progress reports, photographic records, and design and specification revisions. The appropriate documentation will be included in the FCER. Standard report forms will be provided by the POR prior to construction. 4.1 PREPARATION OF FCER The POR, on behalf of the Owner, shall submit to the TCEQ an FCER for approval of the final cover system constructed. Final cover quality assurance/quality control testing will be performed in accordance with this FCQCP and should be part of the FCER which will be prepared in accordance with this FCQCP. At a minimum, the FCER will contain: • A summary of construction activities. ■ Laboratory and field test results. • Sampling and testing location drawings. A description of significant construction problems and the resolution of these problems. ■ Record drawings. PARKHILL, SMITH & COOPER, INC. Page - 10 01274506 LLJ City of Lubbock Landfill No. 69 Final Cover Quality Control Plan Revised October 2006 ■ A statement of compliance with the permit FCQCP and construction plans. ■ The reports shall be signed and sealed by a professional engineer(s) or geologist(s) licensed in the State of Texas. The record drawings will identify the constructed location of work items. The POR will review and verify that record drawings are correct. Record drawings will be included in the FCER. 4.2 REPORTING REQUIREMENTS The FCER will be signed and sealed by the POR and signed by the site operator and submitted to the MSW Permits Section of Waste Permits Division of the TCEQ for approval. I__. PARKHILL, SMITH & COOPER, INC. Page - 11 01274506 City of Lubbock Landfill No. 69 Permit Modification Revised October 2006 APPENDIX D UNIVERSAL SOIL LOSS EQUATION Ah j ?�s.......................... -'ROBERT HOLLY HOLOERO' �...:................ ../ i%=. 59052 . , r test KAL .. { PARKHILL, SMITH & COOPER, INC. 01274506 APPENDIX B ALTERNATE FINAL COVER DEMONSTRATION Engineering Report City of Lubbock, Texas Municipal Solid Waste Landfill TCEQ Permit No. 69 Alternate Final Cover Demonstration October 2006 PSC Project # 01274506 InParkhill, Smith & Cooper, Inc. Engineers ■ Architects - Planners 1- City of Lubbock Landfill No. 69 Permit Modification r Revised October 2006 1. TABLE OF CONTENTS Page INTRODUCTION.......................................................................................................................................1 MODELINGAPPROACH........................................................................................................................1 DESIGN DEMONSTRATION REQUIREMENTS................................................................................3 UNSAT-H FINAL COVER MODEL........................................................................................................4 ModelSetup.................................................................................................................................... 4 Options, Constants, and Limits................................................................................................4 SoilProperty Description......................................................................................................... 5 InitialConditions.......................................................................................................................7 PlantInformation...................................................................................................................... 7 BoundaryConditions................................................................................................................ 8 DesignDemonstration Summary.................................................................................................. 8 OtherConsiderations.....................................................................................................................9 TABLES TABLE 1- EXISTING PERMITTED FINAL COVER DESIGN TABLE 2 - UNSAT-H SOIL INPUT PARAMETERS TABLE 3 - EQUIVALENCY DEMONSTRATION TABLE 4 - SUMMARY OF UNSAT-H INPUT PARAMETERS TABLE 5 - VEGETATION PERFORMANCE SPECIFICATION APPENDIX APPENDIX A-1- UNSAT-H MODEL INPUT AND OUTPUT APPENDIX A-2 - DAILY CLIMATOLOGICAL DATA SUMMARY r................................0, -"ROBERT HOLLY HOLDER% ff.-.....59052,....,.i J 4 i t %SS,... s... , td/3d�,6 PARKHILL, SMITH & COOPER, INC. TOC - i 01274506 z X:\260612745.MCLERICAL\Report\Perrrit Wdificaticn\FlWsed October 2GMCIean\2745-rphtxdoc i Z _' City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 INTRODUCTION The purpose of this appendix is to present an Evapotranspiration (ET) monolithic soil final cover design for the Lubbock Landfill. The ET monolithic soil final cover system will consist of the following layers: 12-inch Thick Vegetative Topsoil Layer. This soil layer will be selected to support the establishment of a vegetative cover consisting of native plant material that will thrive in the and West Texas climate. 18-inch Thick Vegetative Support Layer. This soil layer will have sufficient capacity to store infiltrated moisture in the final cover system until it can be removed through evaporation and transpiration at the surface. Existing 12-inch Thick Intermediate Cover Layer. This soil layer will serve as the foundation for the vegetative support layer, and will also function as a vegetative support layer. The above Alternate Final Cover (AFC) system was designed to minimize percolation or infiltration of stormwater runoff into underlying waste material. MODELING APPROACH Composite final cover systems with geomembranes and alternate final cover systems without geomembranes achieve the same result of preventing infiltration of water into landfill material, but are based on two very different principles to achieve that result. Composite final cover systems use a geomembrane to prevent both infiltration and root penetration. Geomembranes are installed over highly compacted clay soils, whose low permeability also limits infiltration. The combination of these materials result in a final cover of vegetation with relatively shallow root systems. In this approach the dense soil and liner materials carry the burden of protection of groundwater and human health. In semi -arid regions, however, the hydrologic cycle may be used to achieve the same result. AFC systems utilize native soil material, placed at relatively low compaction of 75 to 85% of maximum dry density, and native plant material to prevent infiltration into the waste column. AFC designs are based on the provision of sufficient soil water storage capacity and vegetation establishment to hold or store infiltrated water until it can be removed through evaporation or transpiration. AFC erosion layers protect vegetation by providing a region for high variability in moisture content. Root systems in these final cover systems are more extensive, which allows water to infiltrate further into the final cover and closer to the waste column. These deeper roots are not subject to the high variability of available moisture, and thus are more likely to survive drought conditions common to semi -arid regions. As a result ET monolithic soil final cover systems have a greater probability of maintaining a vegetated surface than composite final cover systems. i IPARKHILL, SMITH & COOPER, INC. Page - 1 01274506 - City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 Acceptance of an AFC design is based on a performance criterion of 3 millimeteis of percolation through the cover system per year. The UNSAT-H computer model was used to simulate the performance of the proposed final•cover. In accordance with 30 TAC §330.457 (d) and 40 CFR 258.60 (b) the proposed ET monolithic soil final cover system achieves a reduction in infiltration equivalent to the geomembrane-based permitted final cover system. The proposed cover system also meets the performance criteria established by the Draft Guidelines for Modeling AFC Systems using UNSAT-H, issued July 21, 2006. The following sections of this appendix discuss the requirements of the design demonstration, a ' description of the numeric model used in the design, a summary of the model input parameters, a j summary of the model results, and specifications for the ET monolithic soil final cover system. The following information is provided in appendices to the report. ■ Appendix A-1 —Design Demonstration. This appendix includes the UNSAT-H model input and output files for the proposed ET monolithic soil final cover system. ■ Appendix A.-2 — Daily Climatological Data Summary. This appendix includes climatological data that was input into the UNSAT-H model. In addition to the sections listed above, a Vegetation Establishment Verification Plan is included in the Post -Closure Care Plan. This plan outlines the procedures that will be followed to verify establishment of vegetation consistent with the requirements set forth in the AFC equivalency demonstration. PARKHILL, SMITH & COOPER, INC. Page - 2 01274506 City of Lubbock Landfill No. 69 Permit Modifications vRevised October 2006 DESIGN DEMONSTRATION REQUIREMENTS In accordance with 30 TAC 330.457(d) and 40 CFR 258.60(b), the proposed ET monolithic soil final cover system is designed to achieve a reduction in infiltration equivalent to the existing permitted final cover design. The design is summarized in Table 1. 12-inch thick Erosion Layer Flexible Membrane Cover (20 mil textured VLDPE) 18-inch thick density controlled layer (k <_ 1 x 10"5 cm/sec) 12-inch thick Intermediate Cover For the purposes of this report and analysis this section will be referred to as the permitted or prescriptive cover system. The proposed final cover system must also allow no more than 3 mm/yr of percolation through the base of the cover profile. The purpose of this appendix is to demonstrate the adequacy of the proposed ET monolithic soil final cover system at preventing, or limiting, infiltration of water into the waste material beneath the final cover system. FORTRAN computer code UNSAT-H (Version 3.01) was used for this design demonstration. The following criteria will be used to demonstrate equivalency: percolation through the proposed ET monolithic soil final cover system and total runoff from the top of the proposed ET monolithic soil final cover system profile. UNSAT-H will be used to demonstrate that the estimated percolation through the ET monolithic soil final cover system will be less than the 3 mm/yr limit set by TCEQ. UNSAT-H will also be used to demonstrate that the runoff from the top layer of the proposed ET monolithic soil final cover system will be less than 10 percent of the total water applied. PARKHILL, SMITH & COOPER, INC. Page - 3 01274506 City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 UNSAT-H FINAL COVER MODEL The Interstate Technology and Regulatory Council (ITRC) Alternative Landfill Technologies Team has provided documentation on the advance of models in predicting or estimating infiltration through final cover systems. UNSAT-H was used to model both the AFC system. UNSAT-H is a one-dimensional, physically based model and is commonly used to model alternate final covers. The following paragraphs outline the input values used, the source of those values, and any assumptions made. A Table summarizing the input values used in the model has also been included. The input and output files are included in Appendix A-l. MODEL SETUP UNSAT-H input parameters are classified into one of five types, Options, Constants, and Limits, Soil Property Description, Initial Conditions, Plant Information, and Boundary Conditions. Options, Constants, and Limits These input parameters define the components of groundwater flow to be modeled, the equations to be used, the soil profile, and model preferences. The following input was used for both the prescriptive and alternate designs of the equivalency demonstration. The plant option selected was to include plants. Transpiration plays an important role in an ET monolithic soil final cover system. The lower boundary condition specified was a unit gradient. The goal of both composite and AFC designs is to limit infiltration into the bottom of the cap. The unit gradient condition assumes a constant hydraulic conductivity of the bottom layer. The profile orientation is vertical. UNSAT-H is a one-dimensional model, and can only simulate horizontal flow or vertical flow. The time step control was based on the total mass balance, rather than on the change in theta. Theta, representing water content, is assumed to be the source of the largest error. Heat flow was not simulated, as WinUNSAT- H does not have the ability to include it in the analysis. The level of output specified was for end of day and end of simulation. The ending day of the simulation and the number of days data are provided was set at 366, which is the maximum UNSAT-H allows. The simulation was run for 30 years. This allows the cover to be tested using real data and under various climate situations. The water application information was set to use the meteorological data, since actual data was available. Convective heat flow was not included. The DELSUB period was set to zero. The DELSUB period determines the level of output generated, and daily summaries were specified previously. PARKHILL, SMITH & COOPER, INC. Page - 4 01274506 City of Lubbock Landfill No. 68 Permit Modifications i Revised October 2006 Next the option was selected to allow evaporation to occur independent of plant growth. Daily potential evapotranspiration was set to be distributed throughout the day using a sinewave function. This option was selected to calculate the surface boundary condition when heat flow is not modeled. The flux option was selected as the surface boundary condition, as head on the top of the soil profile will vary. The option to input meteorological data was selected, but the option to use the cloud cover from the meteorological data was not selected. Instead, the solar radiation provided as part of the data will be used to determine a similar effect. The van Genuchten method was selected to represent the soil hydraulic properties. Samples tested by Daniel B. Stephens, Inc. (DBS) provided van Genuchten parameters required by UNSAT-H. The geometric mean was selected as the option for estimating liquid conductivity at the midpoint between the modes, and is the most commonly used method by UNSAT-H. Vapor flow was included in the analysis. The option for determining an upper limit for surface head was calculated daily based on atmospheric humidity, as opposed to a constant head. The member of iterations used to solve both the heat and water flow equations was set at the default value of 2 each. Soil Property Description Soil samples were collected from the landfill site for analysis, in order to determine their suitability for use in the AFC system. Soil samples obtained from the site were composed mainly of gravel and were analyzed by Daniel B. Stephens, Inc. (DBS) for their hydraulic properties. As no tested sample was suitable to be used as a topsoil (vegetative cover) layer, off -site sources were explored. The Lubbock County Soil Survey shows Amarillo fine sandy loam to be a common soil in the vicinity of the landfill. The soil is classified as type SM in the Unified Soil Classification System. HELP soil characteristics (SM type) were then used as the soil input for the vegetative cover layer of the AFC. Soils were selected according to their application. The low permeability layer of the prescriptive cover has a hydraulic conductivity requirement. The soil selected is required to have a saturated conductivity no greater than 1 x 10"5cm/sec. The AFC system, however, must be less dense in order for vegetation to grow. ITRC documentation states that a range of 75-85% compaction is best for ET monolithic soil final cover systems. Values of 75% and 80% were used in the simulation, as shown by the material names in Table 2. UNSAT-H uses the following input parameters to classify soil layers: saturated water content, residual water content, saturated hydraulic conductivity, van Genuchten parameters, and initial suction head. Table 2 on the following page summarizes the input parameters used by UNSAT-H for the analyses. ALTERNATE FINAL COVER Layer 1: HELP Model Typical Characteristics, SM Saturated water content 0.400 Residual water content 0.080 �J PARKHILL, SMITH & COOPER, INC. Page - 5 01274506 r City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 Van Genuchten coefficient 0.005 n 1.48 Saturated hydraulic conductivity 1.7 x 10' cmisec La er 2: DBS sample, 80% compaction Saturated water content 0.503 Residual water content 0.249 Van Genuchten coefficient 0.1792 n 1.1776 Saturated hydraulic conductivity I.6 x 10"- cm/sec Layer 3: DBS sample, 75% compaction Saturated water content 0.534 Residual water content 0.2364 Van Genuchten coefficient 0.4593 n 1.1688 Saturated hydraulic conductivity 3.5 x 10" cmisec The table names the various layers of the modeled cover system. The ET cover system was represented by a network of nodes in a vertical profile, with three 12-inch soil layers. For design the thickness of the vegetative support layer was varied until the necessary soil storage capacity was provided. The existing intermediate cover layer serves as the bottom layer of the profile. The analysis covers infiltration to the bottom of this layer. The parameters were entered in UNSAT-H and a 30-year simulation was performed. Model input, soil analysis data and climate data are included in Appendices A-1 and A-2. Initial Conditions UNSAT-H utilizes initial suction head of the soil for initial hydraulic conditions. The wilting point is 15,000 cm. Considering that soils will not be at the wilting point when placed, a value of 10,000 cm was used for the erosion layer of the AFC system, and a value of 100 cm was used for the vegetative support and intermediate cover layers. Plant Information Upon installation of an ET monolithic final cover system native plants will be planted. As stated previously, establishment of this vegetation is important for the success of an AFC design. For modeling purposes a 70% coverage of mature plants was assumed. The low percentage of ground cover was assumed to be conservative and to simulate the after-effect of a drought condition. In the event of a drought vegetation, especially that with immature, or shallow, root systems would die, but plants with mature, deep roots would survive. Plant coverage is represented in UNSAT-H by the leaf area index (LAI). The LAI is the ratio of the total leaf surface area to the size of the area on which vegetation is growing. For this analysis the growing season was assumed to begin on the average date of the last frost (early PARKHILL, SMITH & COOPER, INC. Page - 6 01274506 City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 April) and end on the average date of the first severe frost (late October). Following the procedure used by the HELP model, new growth was assumed to occur for 75% of the growing season. The HELP model was also consulted for the maximum LAI value, which was 2.0. A variable affecting rooting depth is the influence of landfill gas. For modeling purposes landfill gases were assumed to exert an influence on the lower 6-inches of the intermediate cover. Thus, with variation of the vegetative support layer thickness, the total root depth was varied. Boundary Conditions The boundary conditions include the meteorological input data and identification of the site where it is measured. Meteorological input required by UNSAT-H includes daily maximum and minimum temperature, dew point, solar radiation, wind speed, and precipitation. The climate of the area was researched for use in the model. The climate of the area is semi -arid, transitional between the desert conditions on the west and the humid climates to the east and southeast. Precipitation across the area is characterized by its variability. The greatest monthly rainfall totals occur from May through September when warm, moist tropical air may be carried into the area from the Gulf of Mexico. This air mass often brings moderate to heavy afternoon and evening thunderstorm, accompanied by hail. High winds are common to the area. They are caused by interaction with the caprock or by thunderstorms, and may last up to 12 hours at a time. Spring winds also bring dust. Overall, the climate of the region is pleasant, with relatively short periods of disagreeable weather. Actual daily climate data obtained from the Lubbock International Airport weather station are used in the simulations. The data includes temperature, humidity, wind speed, and precipitation data for thirty years, 1975 to 2005. Climate data was selected from this period under the assumption that the variability present in the real data would provide the greatest test of the final cover system. The average annual rainfall in Lubbock is 18.65 inches. Daily solar radiation data was synthetically generated for the City of Lubbock using the HELP model, a model that has been used frequently in the past to estimate infiltration in final covers for landfills. The data, as entered in UNSAT-H, is included in Appendix A-2. DESIGN DEMONSTRATION SUMMARY The combination of hydraulic parameters obtained from actual soil tests and conservative assumptions, as simulated in UNSAT-H, will provide a good estimate of the performance of the proposed system. The model is conservative in that both above and below average rainfall years are modeled, over a final cover system with a moderate percentage of established vegetation in a soil layer influenced by landfill gas. Two performance criteria were set for the equivalency demonstration, percolation rate and runoff. The current regulations state that the AFC design must allow less than 3 mm of IPARKHILL, SMITH & COOPER, INC. Page - 7 01274506 City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 percolation through the cover per year and must not lose more than 10 percent of the total water applied to runoff, in the design simulation in UNSAT-H. In addition model results will also be 1 compared to other sites which currently have alternate final covers in place. The EPA's Alternative Cover Assessment Program (ACAP) has made information available so that percolation rates from existing sites may be compared. Lastly model results will be compared to ' ACAP's current AFC recommended percolation rate, which is 5 mm. Table 3 lists model results for the AFC design for both performance criteria, and compares those results to similar ACAP 1 sites, the maximum allowable percolation rate set by TCEQ, and the current recommended percolation rate set by ACAP. EQCJI�IG�tAFlY105Ii�3►I()x f 5ABiE Facility Average Performance Estimated Source Location Annual Criterion Yearly Precipitation Percolation Rate Lubbock MSW 18.65 in. Equivalent to Subtitle D 2x10"' mm or Appendix A -I Landfill No. 69 8x10-17 inch UNSAT-H Analysis EPA ACAP -- 5 mm or 0.20 inch -- Craig H. Benson, Ph.D., P.E. Recommendation Altamont 13.5 in. 3 mm or equivalent -- From ITRC Case Study Overview Boardman 8.7 in. 3 mm or equivalent -- From ITRC Case Study Overview Helena, MT 12 in. 3 mm or 0.12 inch -- From ITRC Case Study Overview As shown in the table, the ET monolithic soil final cover system estimated percolation rate is less than the prescriptive estimates, similar ACAP sites, and the ACAP recommended rate. The second performance criterion is water content. Figure 1 shows moisture content in each of the layers of the final cover system over year 20 of the simulation. Moisture content in Layer 1 varies greatly, exhibiting movement of water into and out of the layer due to precipitation. OTHER CONSIDERATIONS The soil profile modeled in UNSAT-H consisted of a 12-inch erosion layer, a 12-inch vegetative support layer, and a 12-inch intermediate cover layer. The UNSAT-H simulation demonstrated that this design meets the performance criteria set by TCEQ for AFC design. However the draft guidelines for modeling ET covers using UNSAT-H states that the actual constructed thickness should be increased to attain additional moisture storage capacity, compensate for effective soil water storage capacity less than from a soil water characteristic curve. As the vegetative support layer is responsible for providing storage capacity, the recommended final cover profile included an 18-inch vegetative support layer; rather than the 12-inch layer modeled in UNSAT-H. PARKHILL, SMITH & COOPER, INC. Page - 8 01274506 City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 UL�CSA7' HJP'i1�IEJ�ItS,t. . . . . . . . . . . Problem Title Lubbock Landfill No. 69 Closure Preferences Plant Option Plants Lower Boundary Condition Unit Gradient Orientation of Profile Vertical Time -step Control Total Mass Balance Heat flow simulated? No Heat Flow Level of Output Daily and end -of -simulation summaries Ending day of simulation 365 Number of days data provided 365 Number of years simulated Option for Water Application Information 20 Use daily precipitation values included with meteorological data Option to allow convective heat flow via water flow No convective flow allowed Size of DELSUB period 0 Option to allow evaporation when there are no plants Option to distribute PET over the 24 hours in a day Evaporation Hourly Factors Generated with a sinewave function Option for the Surface -boundary condition Option to input daily meteorological data Flux Daily meteorological data are entered Option to use cloud cover from the meteorological data No Options for describing the soil hydraulic properties van Genuchten Option for estimating liquid conductivity Geometric mean at midpoint between nodes Weighting coefficient 0.5 Option to allow vapor flow Option for upper surface head limit when no heat flow Yes Calculate daily value based on atmospheric humidity Number of iterations to solve water flow equation 2 Number of iterations to solve heat now equation I Minimum head to which soil can wet up I Maximum head to which soil can dry out I.OE+06 Constant head value of surface node 5 Maximum permissible change in head 10 Time step control parameter 0.001 Maximum allowable time step 0.25 Minimum allowable time step 0..0001 Stopping time 24 11 PARKHILL, SMITH & COOPER, INC. Page - 9 01274506 C' City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 A %i? �} ,S ?70 Z� y lr' 3 .xi t•?t++, _:'Trs- itf' 1 W;,?P'.f.. _ 'ABLE 4 Time Step Factors Maximum time -step factors 1 Rainfall initiation factor 0.001 Time step reduction factor 0.1 Vapor Flow Parameters Tortuosity 0.66 Average temperature of the soil 291 Diffusion coefficient of vapor in air 0.24 Specified surface heat flux 0 Initial Conditions Day for which end -of --day head values are specified 0 as initial conditions Plant Options Leaf Area Index User Supplied Value Option for Partitioning PET into PT and PE comp. Based on LAI and Ritchie and Burnett (1971) equation. Day of the year on which seeds germinate 66 Day of the year on which plants cease transpiring 315 Fraction of Soil Surface that is bare of plants 0.9 Maximum Leaf Area Index I Coefficients in Root Growth Equation: a 1.2 b 0.13 c 0.02 Head corresponding to water content below which: plants wilt and stop transpiring 15000 plant transpiration starts to decrease 3000 plants do not transpire because of anaerobic conditions 300 Boundary Conditions Soil surface albedo 0.2 Altitude of the site being simulated 3195 Height of the wind speed measurement 0.5 Average annual atmospheric pressure 1000 rill I PARKHILL, SMITH &COOPER, INC. Page - 10 01274506 LI City of Lubbock Landfill No. 69 Permit Modifications Revised October 2006 TABLE 5 VEGETATION PERFORMANCE SPECIFICATION _ 70 The seed mix has been selected to include grass species with Percent Vegetative Cover 70 deep root penetration. The average root depth of mature Western Wheat is approximately 48 — 60 inches, and average root depth of the Root Penetration, Inches 30 30 remaining seed varieties is approximately 18 — 36 inches. Refer to the Vegetation Planting Plan Section of the Final Cover Quality Control Plan (Attachment 12, Appendix C) for the complete discussion of the recommended vegetation specifications. The recommended seed mix includes a blend of the following: ■ Blue Grama 30% ■ Sideoats Grama 20% ■ Western Wheat loc/0 ■ Sand Dropseed 5% ■ Green Sprangletop 5% • Buffalograss 20% ■ Kleingrass 5% ■ Switchgrass 5% Overall permanent seed mix application rate is 10 lbs PLS per acre. 'Percent vegetative cover indicates the cover used in UNSAT-H model. During the evaluation of established vegetation, the percent coverage will be a minimum of 70%. }The root penetration shown indicates the deepest root penetration used in UNSAT-H model. Based on the selected vegetation species the root depth is expected to reach 30 inches. During the evaluation of established vegetation, the root depth will be measured to reach a minimum of 30 inches. PARKHILL, SMITH & COOPER, INC. Page - 11 01274506 CITY OF LUBBOCK, TEXAS CALICHE CANYON LANDFILL TCEQ MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION SEPTEMBER 2008 SSSSSS".iSSSSiS�S 37•�•�� e.ii S; .......... PARKHLL SMFTH M COOPER, INC. CALICHE CANYON LANDFILL TCEQ MSW PERMIT No. 69 CELL RV FWl COVER CORt87RUCT the tamer. uneom mm 7UM GO 1 77, LUBBOCK CITY OF MUNICIPAL SOLID WASTE LANDFILL 7_T • Lueeocx 1 y TEXAS.. �, I` TEXAS MAP I CONTRACTORS-. ENTRANCE x EUKA ROAD AL _ _ _-- ' SCRAP TW j czu n N mi AND STORAGE FACILITY TOPSOIL ALL Y STE j '' " I! PROJECT B LOCATION I au (°TM" a 1 NOT FOR (:p15TRVCTp1) It \, 'V ccu ,■ I i , m � � I a L _ _-------- cEu w----�11 L O C A T I O N M A P C I T Y O F L U 8 8 0 C K V I C I N I T Y M A P S H E E T I N D E X S H E E T T I T L E Col._ -COVER SHEET-,_ O02 SITE LOCATION MAP k SHEET NDEX G03 SITE LAYOUT YAP CO, EXISTING CONDInONS MAP CO2 DEMOLITION PLAN CO3 GENERAL LAYOUT PLAN COA SVBGRAOE CONSTRUCTION PLAN SUBCRADE CONSTRUCTION OUR PLAN _ COA-1 COS FINAL COVER CONSTRUCTION PLAN COS 1 DRMNACE IMPROVEMENTS PLAN COS-2 LANDFILL MARKERS LAYOUT_- CO6 CROSS-SF.CTIONs . ....... . .. _ C07 CROSS -SECTIONS COB CROSS -SECTIONS C09 CROSS -SECTIONS __--'_- CIO EROSION CONTROL PLAN VALVE BOx, PUMPk1G UNIT, WELL HEAD ADJUSTMENTS AN CII %ELL HEAD �T S PLAN C12 --� ADJUSTMENTS ARNDMELLHEAD IMPROVEMENTS DETAILS —_-- -MISCELLANEOUS C13-- DETALS 4 1 5 $9057 o9�Fa�Or CALICHE CANYON LANDFILL TCEQ MSW PERMIT No. 69 CELL IV RNAL. COVER CONSTRUCTION umnomma asAo r91 ..c.[ Y[ ®. 4 T4 JNF n U[C1 M )1w01 SITE LOCATION MAP AND SHEET INM COL - - -- - -- - -- -11 MMYMF v il lr ----------II V1. LEGEND —Ds & 1­f 001 olL;'lc cl.l.", "O'c' i Ic W11 C1111" l,l( —1111L Ir 1-1111 O'c' IV 1 10 1:^' NINIF111 11111til. :as, TO cvri—,%c, 111A'^. I 11,-A S11C- n. 11, ", IOR j.oc"�,m Dr 1, I V— CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 1 26 1 m frr. L=. 7WI SITE LAYOUT MAP G03 7777 7-7 7­1 7777, 77=— l AFl� 7" CIO in "N L 7 NOTE IC F Ei W :Q ,ilk.. fll `,,E I 'It I LEGEND MY Mt 01�1 KID "I cl ("I K 11. 11 CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 1625 13TH ST. Luseom YEW 7WI EXISTING CONDITIONS MAP Coll DEMOLITION NOTES vl LEGEND ck. Vll W 1.1, .'WKR c i FWAIT PM IT:A mlNl -" .ND Nu.q" 1I1 F (1.1011,+ mr (�ANIRLINLI 'FlOt U'r 4A -, � %16 CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION ion Imm ST. Luesom 7m" 7ml DEMOLITION PLAN CO2 L iq 1; w fz-E—w !nt— !V4,xai 1� 71 1�j 1172m 13 o.al lo NOTES _ [A.—. WD 6 K ^..1- -14 LEGEND 11161111 'Ell I cl,"WIl wlc CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 1625 13TH ST. wasocv, TOM TWI "1 11, GENERAL LAYOUT CO3 771 7­7 7-7, rl- 71 =-,f = r7, I V717- E_ —Z-T lzrz:; 1z; --nz J �Zl G!", 17:! i 1z-11 XNn D o 0 o- tFGEND 7'l g — 'Iwal w—, vm n.i x", oxo n. ­v, MIN,% Wnr CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION is" Im ST. LUBBOCK, TEW SUBGRADE CONSTRUCTION PLAN C04 I i r- 7771 L H G F, F 4 =iQ�N A --I LEGEND -77 7 NOTE: W,� 1, 2 4..7. 4-.� , Kw#A Wk -,w I, wMK: CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION ION 13M ST. LUBBOCK, TEXAS 7$01 .1111. SUBGRADE CONSTRUCTION CUTIFILL PLAN C04-1 7-7 I7771' 771 Al NOTES LEGEND 11,110 IN� cl cnxrxu, 11.1 CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 1925 1 M ST. LUBSOM TE" 7ml 7— C-7 77 777i 7-r - , 77 777, 7771 77n X - - - - - - - - - - - - ME AI 4 U M rr 0 + Co !7;;i),;- 7 Pi 4 - , % i CALICHE CANYON LANDFILL TCEQ MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 1025 13YH ST. Lussom TUAS TWJ DRAINAGE IMPROVEMENTS PLAN C05-1 7-7 L ) �111. I � � 1 13 -- ul) 5. x > 0 V� 7-7 . ................ 0 0 0 ' 0 E "m T7 T 4 ED1. 'ERC1. As D DR A XE PUNS0 AX"D"filfl IXT 0 Ew 0iPKFIC Lo o TE)".MOVE 7 RED i),l %.R 1 —R(-D RED . RT—� EDWD— OFURER 01. OF 7 AfoLvea 4 NEEDED DO NOT K�E W TWS URi� � CORTREK. 0EV= FEW? SMV$ "D �An. UlEST EDRX)N. W RRl �� � -i , v �vl LDll� sw1w w A � —c"Ral ,,, -, ALL tRIER� � CXWDRV TO DEPRAVERT PECRRCATRWI LECEW (t)(CM MRE WED), �L BE APIM BY SCREENING OF � �D/Oft TRARSPRAER7 CM D IRR, CV� � � RQWl- 1/4' Aa— Rflli� DELL �EiNG, W/OR WUCrK � M CD=D� 3/16N "R %MXR, Lraw OR RI-1. s 1-11-3 w R,-, �L RE 1y; REVERSE WRED� TRANSPARENT �CD W OR W-0VT DRE IRDIX� WC71W TO — �. OR �D WiL SE m(cTK 23 n aLt;�� (a RAW ODUNLESS OTHEWW rW1ED ELSCWKRE IN K PW6. RaT smiOR — ONE — DE LRWTI VARIED 3/6- 4 -ROvED . W. W TK E�R.16 CALICHE CANYON RRE.TAIDS PER =1 . . . . . . s'' LANDFILL 00K.— V.- 510 M2E = TCE0 MSW PERMIT - GMLER MARKER MOUNTING DETAILS �em �s No. 69 POST s , Of -RD $ RMWE. SPACER $— —1 BE 1-10 C—Et YE`DR, — S.F— .1 ME, I" - — mU NO C`L—co lo RED OEM CO' AS .11- — AM --. B Ts " -s !R,4L K w0R,4 WE = inE — FOR nY LON POST f-DE n . 3/.-- . 16 Lwc Ws CELLVFINAL COVER EBK�, w �m.Aw12iw .s 'rs.cReRD.41. CONSTRUCTION _SWELK— D. TACMWLLKRS Sfwl a wNa EYmA DIRY 6=`. — K- DE%-ft: M C� OR FDRE ia^ ftm 11. — OR D LE— � RE I= 1� �WE AllfeM !gn 13TH Wr. Di �RERFE 1� 15,DD FEEL — A =k THE FRET NE SCLECTXX 1Lz�Tlxx�. ft. OR —s 15 �� 'M WOLE SPACwC TO BECte— DO TiME DE- U)BBOCK TV= M01 4, All Fl= S L BE NAORNC ST—RED TIED ELSE.M w W %INS OR .D W A WDON LNYORII FNRSN ME SxOAw . THE 11AWNW WLaAy R— MR -E— 7— - MS-S F. .PURRIC[. BOLLi " 04. — ON- 1 BE —1. —Em. WRFIW.- SO WLCS W .0. I -a — BE COWWER LY ME -CW— R "MR4E lei WEfRALS RRD TEWS ON131pR VEC T— ftYA000 — tk—S RETIES M.. TYPE A (E.M. FRAM) Ll (FOR K.1 RND D—$]DD RCIIEM— 'Ec,,Y TE�m E . TYPE c ( ram (rw RED SEWS � ON� D)- -m tkA-REFWK DEM WfiNG D-9- 1132. DP NOTES LEGEND -� I'D —3230— PN4 DReE CXR,- ---------- RRRD(/ER11 W. Lc LANDFILL MARKERS C, loo 200 mw ME a' L.R LAYOUT PLAN f4RXIECT CQ.lR01E PANT END WRRER S ow �r- —ERS fm s"CRC) C05-2 5 �,. �w , . , ._ .. 77�7 = 7.7' .,, SECTION 3270 3263 3260 3250 — 3z.0 I ✓ �_. COMPACTE -- i _ 3240 -- 3230 � I i _ .... _,_.,.... �, _ -._, ... .._ �,......_., __.....,...._.. ....._...._. 3230 3.00 R.00 8.00 R.ao ,0.v0 n. ,2.00 , .00 ,.w0 Z N, SECTION xm r. w -r.,0• NOTES , RC LREi C,3 _ IYMCI 3E_ K_ LEGEND — - — - — - — TOP a ER0 DYER — — — v RRk- RI UYER ---------- iCR OE Oin MO T( CMR UYCR BOiYW M iR,ERMEOwE C l UYER - ER6 GUOE K D< wY MOB w%* IM mt wxwOE cu, —_-_..— ER21RW EOOE 7 URER I CALICHE CANYON LANDFILL TCEQ MSW PERMIT No. 69 CELL IV RNAL COVER CONSTRUCTION lem 17M W. LUBBOCK, 71M 7041 Art— mww mrs: uwmc ° CROSSSECTIONS I Coe on) SECTION (-,,SECTION - 11 - 1. to " - NOTES I SEE wv - m — zErn W-1 LEGEND ER . LW� ---------- tOR OE MIERREOa1E COK0. WER suevAm ru SUBGRAK W M51. cote a cairn yy 052 A CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION IOU 131H Sr. UJB90CK TV" CROSS -SECTIONS I C07 SECTION SECTION 3270 3270 3260 3260 32 3250 3240 12. COMPACTED 3230 - -!AS-IE 3220 qjA- 3220 SECTION NOTES LEGEND — - — - — - — ToR v E.%WER 101 V wFRiR.fiOR WR ---------- xOP w.E.Tc -ER Im lE.MCMTC CptR IA R it SUBMWE FU "MME OF WR I CALICHE CANYON LANDFILL TCEG MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 16215 Im" Orr. LUBBOCK, TEUG 79401 .1 1. CROSS -SECTIONS c SECTION 8 WRi •i00' KR 1••10' 1 .. 3280 3280 3270 f 3270 s� @ N _ R 3260 ��-- `�. - -._.__ _. _. 3260 ..,. '', 3250 3250 ! OMPACTED .1_.__. _ 3240 WASTE j 3240 3230 _-..._..._..-._ ....._..._. ,......_..... 32 30 SECTION Itt".1w— NOTES 1 SEE SNlU - Ea M ME— WR LEGEND —•�•—_— iDD Of [ROSgx UKR --- — iDP DE MILEMigX UKR ---------- TOR V MERE n COKR UKR BOKDY OE MCRIIEWiE COKR UKR —N %� EM}Rf. GRME AS OE wv x00R q`'"."� suBCR+oE arc —••--.— E.n6xRi0 EDGE v UKR MEL— rar,�ao.wr �w. q, t 59052 Q r e9��6 T ;,a CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION Im ix "6T. LUBBOM TEX43 7ml m�+m ma:�wnax. n naEa Ra xno-m CROSS -SECTIONS C09 1 1 . r..�a a f. •a. wM.,r.n cwa. x YNC 7 } , HAY BALE BARRICADE_ I+u ,ral[ il' � ,�Ir zExya,,, • xE,G*" I� F rnFalc lf, flla!Lt �rf!'w4 '1 ewl� SILT FENCE SECTION .1 -..+•" C' rnPeK nor + r, x • r n R!Ie1F4at'F4. IT Al bl� FENCE �• NOTE, �uuu,.,e r;al aM1ooN!� LEfEN12 s wn ,lw..,Nt lc ,..• =hK.:.,, �.-. ell, 1M LI 111Nr -111 CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 1On 13YH Si. LUSSCCR IWAS 7WI EROSION CONTROL PLAN C10 N 00 1® v-GL9 WE. MS 0 -1" •.._ 0A9 WEE tt B CELL x1 AEPL•C[MENT WPIKC,KM SEE tt/m (I") HE Ct/012 (M.) III: COM9MARPN AR CqE AMISTMERT M CS/CI$ ws WRL TYPE A --f cxs Wu TWK A _J c2s Wu RE./cNT AJJI./m ADAISIME,2 1•^•_} 5[E At/C,1 (ttP.) 5_E Atfttt (TYP) SEE At/tli l'wI III J-Q/C 2 R/I/ .WUS*NENE •�\` CAS .11 TYPE A -- �b'+r. 5[[ A,/t12 1 — CJ/C I2 � � COMWAM80N AM � 1 �ME M/C12 IttPJ 1} • Zo\ "`W, HE ./1 2 (M.) �\\ ARCNAEaDarx 6M 2 ' C3/C 13 11 w� ca irtE ,me . � ML PA5 WE TYPE A �� SEE a/CID1.4!v �— GW1 NORT f EASTI'IG EXISTING CAME ELV, FINSN GRADE ELEV WWWD MJISTMCW ii 14ROMA- 9 60510J 32 >SJ ]2509] ].f0 w306 1 ] �>31010638 )J 02018 9615059 96250 SJ 325015 325066 SI53 1JSS 8! ,. 1.2b . t >S1D20053 9 635219 32531! _ 325623 3.09 5 >3 0203 6 9 50 B ]25} 39 3255 B> _ 348 - 6 >]109959 865521) 32530] r,_ ]258;3 �, ,_S TO � >]0t29N 9i656692 J2]T 33 32JS.N a 1 9 9 >3 C13601 1310 J655 941636837 946265 {] 322032 _� 326s 3B 3275t6 32>4 21 - 5 0 >] 0 368> 9t6 683> _ 3266 J26B 0 1 59 7]0993586 9i611.OB 326 PO _ � "-i 2 ,_p 13 3099J BJ J3099336 9t6}3165 9 6521 25 ]2>5 i3 322> 60 )2)>25 3210 10 SJ 13999813 60 94692 OJ N74 14, 3277 W. ) 6 15"rt>N19J6629 9GB6J 60 _a J259 116095 15 _ 8 1J - >308690 J >3096959 A680D 51 9 6551 0 J2TS 69 � 32225T 1225 6 312, T9 1 228 8 >309 5BB! 9/620820 J2 70Bb _„ 32T743, 55 9 P_ 20 _ J09 6J 2> >309tT5 9t6t52 B 9t6>95> J1)1 >B _ 326389 3216.. >6.83 326> )t � 4 OS .l B; 2 - --1,1355 94616 > ._ J26)62 _. 32>1 Ne t,B2 21 _ 13 7309 6 5 ]]0906> 1 9 6}> B> 9465 2 t 3x69 SJ 32691J _ 32756 519 2 >309 3 9t6926 t 3262 33 3268 92 25 - 26 SP64 A I > .08 , i 7=W2.31 ]30881165 446 92 9t1.160B 9t63>1>0 9t6611,50 326516 326106 �M 1 }15J.01 _ 327316 322059 32„589> 326.19t > 30 951 556 6.93 2> .A 20 ACTUAL ADJUSriW WY VARY. CONTRACTOR TO DETERMINE ACTUA. FINµ ICULISTUENT, / �,•...,�-,`.._.,._ a ..._�........�,�_-.. �...�... —i ._ a �. _.._. —N� '..,.� .aD",1�/AIt51,R.R:"E y!� CN`/0.bS�iNENr ^_, - LEGEND kI f 1 WS Wcu T1PE A 1 �.� � ""`°!i ApJU91MCN1 •� GROUNDWATER MONITORING WELL ,..... C01 NR SUPPLY SEE A./C12 (1roJ •. OAS v E ADJDSTMEM "'" CONDCNSATE O4CIMRGE 2•" TYPE— CAS WELL A3J STMENT POWCR POLE fA5 WLl ttPE A AD1U311(Ni ® '^• TYPC-B GAS WELL REPLACEMENT POST •' SEE M/c,2 (m) u CLEA DLW ••• CONTROL P-T m PRESSURE SUSTYNING VALVE SBM-3 BENCN MARK AND NUMBER � '�, �� • v BALL VALVE (WR BUIN•LY) ................. OtPi RWD ` ~ v CONDENSATE OIWN MW _.. _.._ CELL III CLOSURE LIMBS `I • _ CNECK VALVE — .— FENCE LINE ...........__._._..........,.............. ......'. ....,.,............. .... .... ......-�....... ...................... ..... ' COMBINATION 4R VANE MJUSTMENT ems— OVE"w POWER LINO 'I •••i•"••• :,') UPS ux AOJUSIUENT e— GnS LINE Q KNOCKQUT VNT AWJSTMENT ERISTiRG FURE Fh IN OPERATION I 5 lAWtlq i,Wtl,•a.WW.xW. "4.<t(W0954k i $6+T 10,2096 4 } = 1 3 /O CALICHE CANYON LANDFILL TCEQ MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 1928 13TH 6T. '.,.. 79601 VALVE BOX, PUMPING UNiT, WELL HEAD ADJUSTMENTS, AND WELL HEAD IMPROVEMENTS PLAN C11 I. r - r--, 'ILI PW I �A- Wli- v,w r l/K 11E 10- -0. 111W "I rn x 6W -1u 71 rl 1.C1 mR c.41 c0ls —1 new :crte VALVE BOX 3CCLM8INATION AIR VALVE ADJUSTMENT _NG UNIT ADJUSTMENT ADJUSTMENT MULTIPLE VALVES WELLHEAD REPLACEMENT w I v ftw%%k CALICHE CANYON LANDFILL TCEQ MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 1625 Im ST. LUMM TEAS 7ml Ji 1.2 u � y V -1 ./1,, 1 10 3/1° z CLNTR SECTION 4" WNS VARY FROM 4*-0'TO 1'-0* SECTION A- @MAINING WALL AND SECTION DETAIL Y_ ME CfiL N (A) S011H - ­,_ I',' ­7� 11"1,R.,"IA COIER �1f R 7 fxISINC X� WASTE ONLACC) -FOP 1.FR REFERENCE ;NCKNESUS ARE WEASIJRCO PCRPri,�WUIAR 0 StRrIll, ETC(*.R ISEf AIlyllr SHEET) @_R,�AP TYPICAL AP C11L III �TPANSI TOP Of SLOPE "yl I r,N�RFTE r_, J., _j TOP OF-, SLOPE11 #4 0 12. OC EW SECTION A- 3 0 12' Ot F SECTION B-8 PLAN V1 AOU EROSION 1,AYER WYFR,k f RW Ml W t MIT OITR Cf��jLl rl" COVER Al A , ') SLOPE 10 ItL CELL lii FINAL COVER (IN -PLACE) EE Et COO I fOfl PLAN iAYOU' (A, IVIZ1111ll) 2% "ADE At NEW ORAINAGE DUIL0 STARII I " A"� "CAIRFACE COMPACIEL' �OIL LOVER BOTTOM LINER AND J 'ROIECIIVL "OVER IMS-,ING� CALICHE CANYON LANDFILL TCEO MSW PERMIT No. 69 CELL IV FINAL COVER CONSTRUCTION 10251MIST. LUBSOM TEM 7MI MISCELLANEOUS DETAILS C13