HomeMy WebLinkAboutResolution - 4003 - Contract - Red River Construction - WTP Terminal Storage Reservoir - 10/22/1992Resolution No. 4003
October 22, 1992
Item #21
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by
and between the City of Lubbock and Red River Construction for rehabilita-
tion of terminal storage reservoir at the Water Treatment Plant located at
6100 N. Guava Avenue, attached herewith, which shall be spread upon the
minutes of the Council and as spread upon the minutes of this Council shall
constitute and be a part of this Resolution as if fully copied herein in
detail.
Passed by the City Council thi
ATTEST:
City Secretary (Acting)
Sally Still Abbe
APPROVED S TO CONTENT:
ne ur as ng Manager
APPROVED AS TO FORM:
94& '
Harold Willard; Assistant ity
Attorney
EW:js/REDRIVER.RES
D2-Agenda/October 12, 1992
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock. Texas 79457
806-767-2167
!, MAILED TO VENDOR: September 15, 1992
CLOSE: September 23, 1992 @ 2:00 P.M.
BID #12190---TERMINAL STORAGE RESERVOIR REHABILITATION
1. _ -
ADDENDUM # 1
PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS:
1. Please find attached the items for this addendum by HDR
Engineering. These changes and/or clarifications will become part
of and are to be included in Contract Documents for this project.
VShuffifd4.0i
E
Ron
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
F
PM
I
ADDENDUM NO. 1
Reservoir Rehabilitation
1.
1.
Exhibit A, Bid Proposal: - under Alternative I the unit cost shown as
/s.y.)" should be changed to /c.y.)."
2.
Exhibit A, Bid Proposal: under Alternate 2 add 'The cost is to also include
the specified concrete fill material."
3.
Section 02660-1, line 14: add to description, "Liner removed for slope repair
may be used for reinstallation.
4.
Section 02660-4, line 08: change the thickness test value of 0-5 +10
percent" to "+10 -10 percent." Line 20, .change "60 -mil HDPE" to "100 -mil
HDPE."
-Section 02660-3, line 27: add "Poly -flex, Inc., 2000 Marshall Drive, Grand
Prairie, TX, 75051," to the list of Acceptable Manufacturers.
6.
Figure 5- existing HDPE liner shown is 100 -mil thickness.
7
Figure 11 - add addendum figure ADD1 -1 to specification as Figure 11.
8.
Figure 12 add addendum figure ADD! -2 to specification as Figure 12.
9.
Figure 13 - add addendum figure ADD1-3 to specification as Figure 13.
F
PM
I
I:
3/8" DIA.
BOLTS x 3" LONG
j
CONNECTION DETAIL
SHEET LINING TO STRUCTURE
NTS
r
Flo
CITY OF LUBBOCK, TEXAS °°t•
LUBBOCK WATER TREATMENT PLANT
RESERVOIR REHABILITATION �8
HDR Engineering, Inc. ADD2-1
/ A \
50'-0"
SECTION A
NTS
r
Flo
I HDR Engineering, Inc.
I
1'-6"
16" WASTE
RETURN —
n --LL
ol
FLAP VALVE
PLAN SPLASH PAD
NTS
CITY OF LUBBOCK, TEXAS Date
LUBBOCK WATER TREATMENT PLANT 9 1 4/92
RESERVOIR REHABILITATION F9ur•
IADD2-2
16" FLANGED PIPE BY OTHERS
BEND
1, 5'-0" 3'-0"
it
16" FLAP VALVE
RODNEY HUNT SERIES
FV -AC OR APPROVED EQUAL
EL=3280.0 +/-
_ PIPE SUPPORT
t° SEE DETAIL THIS SHEET
A
SPLASH PAD to
49' c
15.5' \\
\
46.5' • ::.
16" WASTE RETURN PIPE DISCHARGE "'
AND SPLASH PAD PROFILE A
NTS
. ) 14 0 12"(TVP) " 6~ (TYP)
_
WX3" SS STRAP
4-
#4 ® 12" EW V4" m AB2"
SECTION A ��
PROVIDE ONE LAYER
NTS v, 30# ROOFING FELT
45' TO BREAK BOND
> o
O ° A
° #3 HOOP ® 4"
4 #5 VERTICAL BARS
PIPE SUPPORT SHALL
° o BE 8"THICK UNLESS
NOTED OTHERWISE
FOR EXIST. CONC. DRILL AND
EPDXY GROUT, 12" EMBEDMENT
PIPE SUPPORT
NTS
CITY OF LUBBOCK, TEXAS Dote
LUBBOCK WATER TREATMENT PLANT 9/14 92
RESERVOIR REHABILITATION Figure
HDR Engineering, Inc. ADD2-3
7
ATTENDEES
LUBBOCK WATER TREATMENT PLANT
RESERVOIR REHABILITATION
PRE-BID MEETING
MEETING MINUTES
September 9, 1992
Terry Ellerbrook Ron Shuffield Joe Ezzell Jimmy M`Clelland
Bruce Bialack
Dan Hawkins
r.. ` Meeting began at 10:20 a.m.
a,
4
Introduction of City Personnel and Engineer by Ron Shuffield.
Ron Shuffield reviewed the bid proposal form. Selection will be based on the lowest total
bid of hems 1, 2 and 3. The contractor is' to select which aftemate he proposes for
reservoir slope stabilization'tind include it in his base bid. Review of aftemates 1, 2 and
3 on bid proposal.
7 Joe Ezzell stated the liner is to be replaced under alternates 1 and 2. Also a clarification
on the liner. All existing liner is 100 -mil and any replacement and repair should be based
on 100 -mil liner material.
Office of
Purchasing
City of Lubbock
P.O. Box 2000
ro Lubbock, Texas 79457
e06-767-2167
MAILED TO VENDOR: September 15, 1992
CLOSE: September 23, 1992 @ 2:00 P.M.
BID #12190 TERMINAL STORAGE RESERVOIR REHABILITATION
ADDENDUM # 2
PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS:
1. Please submit your bid on the enclosed revised bidpro osal form.
The revised form requests a total cost (unit x unit cost) for Item
#2, #3, Alternate #1, Alternate #2 and Alternate #3. Also, please
note the changed of unit at Alternate #1, from square yards to
cubic yards.
THANK YOU`
j
Ron Shuffield,
BUYER
F
PLEASE RETURN ONE COPY WITH YOUR BID
r
pool
i
Exhibit A, Bid Proposal
Bid for Unit Price Contracts
Item Quantities Total
No. & Units Description of Item & Unit Price Amount
1. 1 L.S. Earthwork - Including removing unsuitable materials, excavation, hauling, subgrade
preparation, stockpiling and compaction.
MATERIALS: (s )
SERVICES: (_ )
BID ITEM 1• (S )
i
MATERIALS: (S /S.Y )
SERVICES: (S /S Y )
TOTAL ITEM 3: (S , /S Y )
TOTAL COST ITEM 113: (S )
ALTERNATE 1:
31,000 C.Y. Soil Cement - including the entire cost of excavating, transporting, processing
blending, spreading, compaction, and curing complete and in place.
MATERIALS• (S /C.Y.)
r SERVICES•. (S /C.Y.)
G TOTAL ALT 91: (S /C.Y .)
TOTAL COST ALT #1: (S )
t
r
ALTERNATE 2:
30,000 S.Y. Celtular Confinement - including the entrie cost of furnishing and installing
geotextite and geocell materials complete and in place.
MATERIALS: (S /S.Y.)
SERVICES: (S /S.Y.)
TOTAL ALT 92: (S /S.Y.)
TOTAL COST ALT #2: tt )
ALTERNATE 3:
30,000 S.Y. Concrete Slope Pavement • inctuding the entire cost of furnishing -and installing
concrete stope pavement complete and in place.
MATERIALS: (S /S.Y.)
SERVICES: (S
/S.Y.)
TOTAL ALT 03e_ (S /S.Y.) ,
TOTAL COST ALT,03: (f )
i
BASE BID ITEMS (1, 2, and 3)
MATERIALS: (S )
SERVICES•_ (S )
TOTAL BID• (S )
0
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
I 606-767-2167
j MAILED TO VENDOR: September 18, 1992
CLOSE: September 30, 1992 @ 2:00 P.M.
r
t`
`t
BID #12190 - TERMINAL STORAGE RESERVOIR REHABILITATION
ADDENDUM• # 3
PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS:
1
1. Please note the closing date has been changed from September 23rd,
1992 at 2:00 P.M. to the new closing date of September 30th, 1992
r" at 2:00 P.M.
l
G
X
YOU,
t �
Ron Shuffie ,
BUYER
711
PLEASE RETURN ONE COPY WITH YOUR BID
r
F1
Exhibit A, Bid Proposal
Bid for Unit Price Contracts
Item Quantities Total
No d Units Description of Item E Unit Price Amount
1. 1 L.S. Earthwork - Including removing unsuitable materials, excavation, hauling, subgrade
preparation, stockpiling and compaction.
F.9
�r
Fig
SERVICES: (S /S.Y.)
TOTAL ITEM 3:
��r�
ALTERNATE 1:
31,000 C.Y. Soil Cement - including the entire cost of excavating, transporting, processing
blending, spreading, compaction, and curing complete and in place.
MATERIALS:_
MATERIALS••
(S )
(S /9-Y-7
SERVICES:
(S )
BID ITEM 1:
(_ )
L
2. 27,500 S.Y. HDPE liner removal.
MATERIALS:
(S /S.Y.)
SERVICES:
(S /S.Y.)
3,TOTAL ITEM 2:
(S /S.Y.)
27,500 S.Y. HDPE liner repair and replacement.
�s
MATERIALS:
( /S.Y.)
F.9
�r
Fig
SERVICES: (S /S.Y.)
TOTAL ITEM 3:
��r�
ALTERNATE 1:
31,000 C.Y. Soil Cement - including the entire cost of excavating, transporting, processing
blending, spreading, compaction, and curing complete and in place.
MATERIALS:_
(S )'3�Y')
SERVICES:__
(S /9-Y-7
TOTAL ALT #1:
(S
ALTERNATE 2:
30,000 S.T. Cellular Confinement • including the entrie cost of furnishing and installing
geotextile and geocell materials complete and in place.
ALTERNATE 3:
MATERIALS: (S /S Y )
SERVICES: (S /S Y )
entire cost of furnishing
ALT #2:� (S
7TOTAL _ /S Y )
ALTERNATE 3:
30,000 S.Y. Concrete Slope Pavement —including the
entire cost of furnishing
and installing
concrete elope pavement complete and in place.
74 '.
r
MATERIALS.'..
_ S.Y.
!� ..
SERVICES*
f
TOTAL -ALT 0•
S.Y.
li
/S Y )
d
BIO ITEMS (1, 2, and 3)
MATERIALS:
(_ )
SERVICES:
_
TOTAL BID:
_
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
e06-767-2167
MAILED TO VENDOR: September 22, 1992
CLOSE: September 30, 1992 @ 2:00 P.M.
BID #12190 -: TERMINAL....STORAGE RESERVOIR REHABILITATION
_ 4 .ADDENDUM # 4
may' PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS:
1. Please submit your bid on the enclosed, corrected Bid Proposal
rM Form. This form will eliminate the bid form enclosed in Addendum
#2.
C:
2. The bidder at his option may -select an alternative (1,2, or 3) on
which to base his bid.
TH YOU,
Ron Shuffield,
BUYER
;r
PLEASE RETURN ONE COPY WITH YOUR 810
i
Exhibit A, Bid Proposal
Bid for Unit Price Contracts
Item Quantities Total
No. & Units Description of Item & Unit Price Amount
ALTERNATE 1:
1. 1 L.S. Earthwork - Including removing unsuitable materials, excavation, hauling, subgrade
preparation, stockpiling and compaction.
MATERIALS: (S )
SERVICES: ($ )
BID ITEM 1: (S )
2. 27,500 S.Y. BDPE liner removal.
Pw
MATERIALS: __ (S /S.Y.)
d. SERVICES: (S /S.Y.)
�''" TOTAL ITEM 2: (E /S.Y.)
J s TOTAL PRICE FOR 27,500 S.Y.s (f )
3. 27,500 S.Y. HDPE liner repair and replacement.
r�
MATERIALS: (S /S.Y.)
SERVICES: (S /S.Y.)
TOTAL ITEM 3: (S /S.Y.)
TOTAL PRICE FOR 27,500 S.Y.: (S )
4. 30,000 C.Y. Soil Cement - including the entire cost of excavating, transporting, processing
blending, spreading, compaction, and curing complete and in place.
MATERIALS: (S /C.Y.)
SERVICES: (S /C.Y.)
BID ITEM 94: (S /C.Y.)
TOTAL PRICE FOR 30,000 C.Y.: (S )
TOTAL BID ALTERNATE 1:
TOTAL ALT #1• (S )
Exhibit A, Bid Proposal
Bid for Unit Price Contracts
Item Quantities Totat
No. & Units Description of Item & Unit Price Amount
r ALTERNATE 2:
i
1. -1 L.S. Earthwork -,Including removing unsuitable materials, excavation, hauling, subgrade
preparation, stockpiling and compaction.
6
MATERIALS:
(S )
SERVICES•
(E )
P"
BID ITEM 1:
(S )
I
K ' 2. y" 27,500 S Y.' NDPE liner removal.
�F MATERIALS.
(s /s Y )
SERVICES:
(E /S Y )
TOTAL, ITEM 2:
(t /S Y )
y tQt�At PRICE FOR 27,500 S.
, ,,.
"ai41j 9i•� ,
3. 27,500 S.Y. HDPE liner repair and replacement.
MATERIALS• (S /S Y )
SERVICES• (S /S Y )
TOTAL ITEM 3• (E /S Y )
TOTAL PRICE FOR 27,500 S.V.: (S )
4. 30,000 S.Y. Cellular Confinement - including the entire cost of furnishing and
installing geotextile and geocetl materials complete and in place.
MATERIALS: (S /S Y )
SERVICES: (S /S Y )
BID ITEM #4- (i /S Y )
TOTAL PRICE FOR 30,000 S.Y.: (S )
TOTAL BID ALTERNATE 2:
PM
TOTAL ALT #2• (S )
6
Exhibit A, Bid Proposal
Bid for Unit Price Contracts
Item Quantities Total
No. & Units Description of Item & Unit Price Amount
ALTERNATE 3:
¢` 1. 1 L.S. Earthwork - Including removing unsuitable materials, excavation, hauling, subgrade
preparation, stockpiling and compaction.
r
MATERIALS: (S )
!" SERVICES• (S )
BIO ITEM 1• (S )
MATERIALS:(S /S.Y.)
SERVICES: (S /S.Y.)
TOTAL ITEM 3: (S /S.Y.)
TOTAL PRICE FOR 5,000 S.T.: (S )
4. 30,000 S.Y. Concrete Slope Pavement - including the entire cost of furnishing concrete slope
pavement complete and in place.
MATERIALS: (S /S.Y.)
r.
SERVICES: (S /S.Y.)
TOTAL ITEM #4: (S /S.Y.)
TOTAL PRICE FOR 30,000 S.Y.: (S )
TOTAL'BID ALTERNATE 3:
TOTAL ALT #3• (S )
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: TERMINAL STORAGE RESERVOIR
REHABILITATION
ADDRESS: 6001 N. GUAVA AVENUE
BID NUMBER: 12190
PROJECT NUMBER: 2123-541101-9640
CONTRACT PREPARED BY: Purchasing Department
-1-
(THIS PAGE LEFT BLANK INTENTIONALLY)
INDEX
PAGE
1. NOTICE TO BIDDERS..........................................................................................3
2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................5
3. BID PROPOSAL - BID FOR UNIT PRICE CONTRACTS...............................................................10
4. PAYMENT BOND................................................................ ....... .. ..............14
5. PERFORMANCE BOND..........................................................................................17
6. CERTIFICATE OF INSURANCE..................................................................................20
T. CONTRACT..................................................................................................22
B. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................24
9. CURRENT PAGE DETERMINATIONS...............................................................................42
10. SPECIFICATIONS ............................. ........ ......... .....................................43
11. SPECIAL CONDITIONS........................................................................................44
12. NOTICE OF ACCEPTANCE......................................................................................45
-2-
No Text
7
NOTICE TO BIDDERS
(THIS PAGE LEFT BLANK INTENTIONALLY)
r^
a
NOTICE TO BIDDERS
BID 6 12190
Seated proposals addressed to Gene Eads, C.P.N., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
2:00 o'clock p.m. on the 23rd day of September. 1992. or as changed by the issuance of format addenda to all
ptanholders, to furnish alt labor and materials and perform all work for the construction of the following
described project:
TERMINAL STORAGE RESERVOIR REHABILITATION
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publiely read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene
Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 22nd day of October. 1992. at Municipal Bldg.,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of @ or superior, as the rating of the bond company is
a factor that wilt be considered in determination of the lowest responsible bidder. If the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
j� Bidders are required, whether or not a payment or performance bond is required, to submit a
i cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute alt necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responstbitity 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
i alt such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposat forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
+� Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubboek, which document is specifically referred to in this notice to bidders. Each bidder's attention is
further directed to provision of Artiele 5159a, Vernon's Ann. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises wilt be afforded equal opportunities to
submit bids in response to this Invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a pre-bid conference on 4th day of September. 1992 at 10:00 olclock a.m., Committee
Conference Roam 0103, Municipal Building, 1625 13th Street.
CITY OF LUBBOCK
4ene Eads, C.P.M.
Purchasing Manager
ADVERTISEMENT FOR BIDS
BID S 12190
Seated proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 2:00 o'clock p.m. on the 23rd day of September, 1992, or as changed by the issuance of
formal addenda to all planholders, to furnish all labor and materials and perform sit work for the
construction of the following described project:
TERMINAL STORAGE RESERVOIR REHABILITATION
After the expiration of the time and date above first written, said seated proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Am. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies alt bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a prebid conference on 9th day of September. 1992, at 10:00 o'clock a.m., Committee
Conference Room 103, Municipal Building, 1625 13th Street.
oe
BY: Gene Eads, C.P.M.
PURCHASING MANAGER
No Text
GENERAL INSTRUCTIONS TO BIDDERS
-4-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WOR
i.;
The work to be done under the contract documents shall consist of the following:
r*
i
Rehabilitation of the terminal storage reservoir at the Water Treatment Plant located at 6100 N. Guava
Avenue, Lubbock, Texas.
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
4 ' complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the Gen-
.., erat Conditions.
All bidders shalt be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid an the project
covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a
bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as
noted in the Notice to Bidders.
i. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 120 (ONE KINDRED TWENTY)
calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the
successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
by the contract documents. In the event the City requires a progress schedule to be submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
S.PAYMENT
All payments due to Contractor shall be made in accordance with the provisiohs of the -General Conditions of
the contract documents.
6. AFFIDAVITS OF BILLS PAID
t
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
A to execute an affidavit that all bills for labor, materials and incidentals Incurred in the construction of
the improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
r'•
I .g-
7. 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.fuit responsibility for providing materials of high quality and for pro-
tecting 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 provi-
sion. 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.
a. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against de-
fective materials and workmanship. Prior to final acceptance, the Contractor shalt furnish to the Owner, a
written general guarantee which shall provide that the Contractor shalt 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).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his
use during construction. Plans and specifications for use during construction wilt only be furnished di-
rectly to the Contractor. The Contractor shalt then distribute copies of plans and specifications to sup-
pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con-
tractor.
10. PROTECTION OF THE WORK
The Contractor shalt be responsible for the care, preservation, conservation, and protection of all materi-
als, supplies, machinery, equipment, toots, apparatus,.accessories, facilities, and all means of construc-
tion, 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 re-
serves the right, after the bids have been opened and before the contract has been awarded, to require of a
bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma-
terials to be incorporated into the work without paying the tax at the time of purchase.
-6-
Y'
OW
t, 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
PW It shall be the Contractor's responsibility to prosecute the work contertptated by the contract documents in
such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility tines,
conduits or other underground structures which might or could be damaged by Contractor during the construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shalt not relieve the Contractor of his responsibilities aforementioned. All such under-
ground tines or structures cut or damaged by Contractor during the prosecution of the work contemplated by
this contract shalt be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, Light$ and danger sig-
nals, and shall take such other precautionary measures for the protection of persons, property and the work
j' as may be necessary.
The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and
f tights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and tights shalt not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor
from the City. In all cases where written permission is obtained for the use of explosives, the Contractor
shalt assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost
care so as not to endanger life or property and the Contractor shall further use only such methods as are
currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shalt be given sufficiently in advance to enable the companies to take such steps as they may deem
necessary to protect their property from injury. Such notice, however, shalt not relieve the Contractor of
responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times
white the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that the
work contemplated by this contract is in progress.
16. INSURANCE
d
d 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 shalt contain an agreement on the part of the insurer waiving the right to subroga-
tion.
The insurance certificates furnished shall name the City as an additional insured and shall further state
that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a
statement from the Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
Included in these contract documents. The wage rate which must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159x, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there-
under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu-
ments does not release the Contractor from compliance with any wage law that may be applicable. Construc-
tion work under this contract requiring an inspector wilt not be performed on weekends or holidays unless
the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability .to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
Before construction work requiring an inspector Is to be perforated 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. -
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 shalt 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.
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 shalt 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.deduc- --
tions (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. r
-$-
p
p
l
The Contractor shalt forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
P" dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
taborer, 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.
Y 19. PROVISIONS CONCERNING ESCALATOR CLAUSES
t;
Proposals submitted containing any conditions which provide for changes in the stated bid price due to in-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
20. PREPARATION FOR PROPOSAL
f:
' The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shalt be
correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes
j^ to do the work contemplated or furnish the materials required. Such prices shall be written in ink,
dis-tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the
price written in figures, the price written in words shalt govern. If the proposal is submitted by an indi-
vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm,
11 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 now 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.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids,
but no proposal may be withdrawn or altered thereafter.
21. BOLMD COPY OF CONTRACT DOCUMENTS
r
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
towing:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(p) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
r� If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
E
-9-
No Text
BID PROPOSAL
-10-
(THIS PAGE LEFT BLANK INTENTIONALLY)
1
7
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
PLACE Lubbock, Texas
L
DATE September 30, 1992
rPROJECT NO. 12190
'�Proposat of RED RIVER CONSTRUCTION COMPANY, INC. (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
Bidder, In with your invitation for bids for the construction of a TERMINAL -STO .A EIRESERVOIR
ILITATION
. 4fully.examined the plans, specifications, instructions to bidders, notice to bidders and"all�'ith; re-
sted contract documents and the site of the proposed work, and being familiar with all of the conditions surround-
ng'tCie Construction of the proposed project including the availability of materials and labor, hereby proposes to
urnish all:labor, materiats, and supplies; and to construct the project in accordance with the plans, specifies-
oru bri cintract documents, within the time set forth therein and at the prices stated in Exhibit "A".
{ildde[.bieds biasself on acceptance of his proposal to execute a contract and any required bonds, according to
a eecompanyin forms for preforming and compteting the said work within the time stated and for the prices stated
7" in Exhibit "A" of this proposal.
'¢
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED WENTY) consecutive cal-
endar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further
agrees to pay to Owner as liquidated damages the sum of $100.00 (One Hundred dollars) for each consecutive calendar
day in excess of the time set forth hereinabove for comptetion of this project, all as more fully set forth in the
general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enctosed with this proposal is a
Proposal Bond in the sum of Five Percent of Greatest AmountBidollars (S 5% G,A.B.), which j
it is agreed shalt be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned faits to execute the necessary contract documents and the required bond
(if any) with the Owner within ten (10) 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.
Bidder understands and agrees that the contract to be executed by Bidder shalt be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
We acknowledge Addendums #1 mailed September 15, 1992, RID RIVER CONSTRUCTION COMPANY, INC.
#2 mailed September 15, 1992, Contra for
#3 mailed September 18, 1992, and
#4 mailed September 22, 1992.
BY:
Jim= D Smith, Vice President
I$eat, wtl'w4k �s� a Corporation)
ST-
`JI1j����
^'4 \
a -`secretary Dean Porter
� - . a-�,, r✓,ri` 1 i S.r, _.` S A t e _. - {. ... ..
-12-
Exhibit A, Bid Proposal
Bid for Unit Price Contracts
Ld
Item Quantities Total
IT No. & Units Description of item & Unit Price Amount
t
ALTERNATE 1:
1. 1 L.S. Earthwork including removing unsuitable materials, excavation, hauling, subgrade
preparation, stockpiling and compaction.
MATERIALS• - _ (S /S.Y.
SERVICES• (S /S Y )
TOTAL ITEM 3• (S /S Y )
TOTAL PRICE FOR 27,500 S.Y.: (S )
4. 30,000 C.Y. Soil Cement - including the entire cost of excavating, transporting, processing
blending, spreading, compaction, and curing complete and in place.
MATERIALS• (S /C Y )
SERVICES: (S /C Y )
BIO ITEM 94• (E /C Y )
TOTAL PRICE FOR 30,000 C.T.: (S )
TOTAL BIO ALTERNATE 1:
TOTAL ALT 91: (S NO BID )
MATERIALS•
(S )
SERVICES•
(S )
BID ITEM 1•
(S )
}.
ty
2. 27,500 S.Y. HDPE liner removal.
MATERIALS• _
(S /S Y )
SERVICES:
tS /S Y )
TOTAL ITEM 2:
ti /S Y )
TOTAL PRICE FOR 27,500 S.Y.:__
(S )
3. 27,500 S.Y. HOPE liner repair and replacement.
MATERIALS• - _ (S /S.Y.
SERVICES• (S /S Y )
TOTAL ITEM 3• (S /S Y )
TOTAL PRICE FOR 27,500 S.Y.: (S )
4. 30,000 C.Y. Soil Cement - including the entire cost of excavating, transporting, processing
blending, spreading, compaction, and curing complete and in place.
MATERIALS• (S /C Y )
SERVICES: (S /C Y )
BIO ITEM 94• (E /C Y )
TOTAL PRICE FOR 30,000 C.T.: (S )
TOTAL BIO ALTERNATE 1:
TOTAL ALT 91: (S NO BID )
71-
d
Exhibit A, Bid Proposal
Bid for Unit Price Contracts
Item Quantities Total
No. & Units Description of Item & Unit Price Amount
ALTERNATE 2:
1. 1 L.S. Earthwork - Including removing unsuitable materials, excavation, hauling, subgrade
preparation, stockpiting and compaction.
MATERIALS: (_ )
SERVICES• (s )
BID ITEM 1: (_ )
MATERIALS: S S.Y.
SERVICES: E S.Y.
TOTAL ITEM 3• E S.Y.
TOTAL PRICE FOR 27,500 S.Y.: (S )
4. 30,000 S.Y. Cellular Confinement - including the entire cost of furnishing and ?
installing geotextile and geocetl materials complete and in place.
MATERIALS: S S.Y.
SERVICES• S S.Y.
BID ITEM #4• ES.T.
TOTAL PRICE FOR 30,000 S.T.: (s )
TOTAL BID ALTERNATE 2:
TOTAL ALT #2•
F _
2. 27,500 S.Y. HDPE liner removal.
MATERIALS:
Cf /S Y )
SERVICES:
(f
r
TOTAL ITEM 2:
/S Y )
(s
rT
tOTAL PRICE FOR 27,500 S.Y.:
/s Y )
3. 27,500 S.V. HDPE liner repair and replacement.
MATERIALS: S S.Y.
SERVICES: E S.Y.
TOTAL ITEM 3• E S.Y.
TOTAL PRICE FOR 27,500 S.Y.: (S )
4. 30,000 S.Y. Cellular Confinement - including the entire cost of furnishing and ?
installing geotextile and geocetl materials complete and in place.
MATERIALS: S S.Y.
SERVICES• S S.Y.
BID ITEM #4• ES.T.
TOTAL PRICE FOR 30,000 S.T.: (s )
TOTAL BID ALTERNATE 2:
TOTAL ALT #2•
F _
1 .1
Exhibit A Bid Proposal
Bid for Unit Price Contracts
Item Quantities Total
ITNo. & Units Description of Item & Unit Price Amount
ALTERNATE 3:
FT1. 1 L.S. Earthwork - Including removing unsuitable materials, excavation, hauling, subgrade
preparation, stockpiling and compaction.
:.i
MATERIALS• '-
SERVICES
BID ITEM 1
2. 27,500 S.Y. HDPE liner
removat.
MATERIALS• j 0-6
•
SERVICES: O�
TOTAL ITEM 2• fjO d
t
- TOTAL PRICE FOR 27,500 S.Y.
3. 5,000 S.Y. HDPE liner repair and replacement.
r
MATERIALS: &,( L i
SERVICES• Q Z.ti
TOTAL ITEM 3: �—
TOTAL PRICE FOR 5,000 S.Y.
4 `u°,
4. 30,000 S.Y. Concrete Slope Pavement - including the entire cost of furnishing concrete slope
pavement complete and in place.
MATERIALS:
SERVICES: -W
TOTAL ITEM #4•
TOTAL PRICE FOR 30,000.Y.'j4e&t�Af(1is,t�i}at,�
t
d
TOTAL BIO ALTERNATE 3:
TOTAL ALT 93
?0"6
M,
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
i.
E -
z.
9.
10.
I
i
r�
-13-
Minority Owned
Yes No
No Text
is
THE AMERICAN. INSTITUTE OF ARCHITECTS
r
L
Ii
AIA Document A310
Bid Bond
KNOW AL�La EN Y �IE&PRESENTS, that we Red River Construction Company, Inc.
13726 Ome Drums, 7 2 (Here insert full name and address or legal title of Contractor)
as Principal, hereinafter tailed the Principal, and Great American Insurance Company
Dallas, TX (Here insert full name and address or legal title of Surety)
i
a corporation duly organized under the laws of the State of Ohio
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, TX
(Here insert full name and address or legal title of Owner)
as Obligee, hereinafter called the Obligee; in the sum of Five Percent of the Greatest Amount Bid
b% G.A.B.
Dollars ($ ).
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
F ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
tL
PM
L,
(Here insert full name, address and description of project)
Terminal Storage Reservoir Rehabilitation Bid #12190
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid. and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain
in full force and effect.
Signed and sealed this 30th
Dean Po er (Witness) Sec/Treas.
(Witness)
day of September 19 92
Red River Construction Company, Inc.
(Principal (Seep
JtGrej
y th (Title) Vice President
American Insurance Company
(Su ty) (Seal)
e rT rr t ornev-m- ac
AIA DOCUMENT A310 - BID BOND - AIA tJ - FEBRUARY 1970 ED - THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 i
WARNING: Unlicensed photocopying violates U.S. copyright laws and Is subject to legal prosecution.
- GUM AIVER1CAN INSURANCE COMPANY
j The number of persons authorized by 15316
this power of attorney is not more than No. 0
TWO
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
` existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
1
Name
WILLIAM D. BALDWIN
W. T. RAGSDA,LE
Address
BOTH OF
RICORDSON, TEXAS
Limit of Power
BOTH
UNLIMITID
l This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 17TH day of June .19 92
[ Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 17TH day of June, 1992 , before me personally appeared WILLIAM J. MANEY, to pie
known. being duly sworn. deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was 6o affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
.� ` lilt\y - • :Fj. � -
t�
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or an, one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys-ln-Fact to execute in behalf of the Companv, as surety, an and' all
bonds, undertakings and contracts of suretvship, or other written obligations in the nature thereof; to prescribe their respective duties
and the respective limits of their authority; and to revoke anv such appointment at anv time.
RESOL VED FURTHER: That the Companv seal and the signature of anv of the aforesaid officers mar be affixed by facsimile
to any power of attorney or certificate of either given for the execution of anv bond, undertaking, contract or suretvship, or other
written obligation in the nature thereof, such signature and seal when so used being hereb.v adopted by the Companv as the original
�., signature of such officer and the original seal of the Companv, to be valid and binding upon the Companv with the same Ji)rce and effect
I as though manually affixed.
CERTIFICATION
1, RONALD C. HAYES. Assistant Secretary of the (treat American Insurance Company• do hereby certife that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 30. 1979 have not been re% oked and are now in full force and
effect.
Signed and scaled this D `day of%>-7►��(�1L , 19
r «JJ
S1029M (03/90) P
t
1 '
PON— +
f Y
p�
1 '
f
i
i
IMPORTANT NOTICE
To obtain information or make a complaint:
F
You may contact the Texas Department of
'f
If
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, Texas 78714-9104
Fax 1(512) 475-1771
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your
premium or about a claim you should contact the
agent or,company first. If the dispute is not
resolved, you may contact the Texas Department
of Insurance.
; r"
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached document.
k
I ,
a�
t
G
E
I
y
1,
7
§ ;
POO
1'
i.
r
4 �•
7
7
PAYMENT BOND
i
i
{
W
i
7
1
-14-
(THIS PAGE LEFT BLANK INTENTIONALLY)
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 Bond #7581767
OF THE REVISED CIVIL STATUTES OF TEXAS 3
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
.KNOW ALL MEN BY THESE PRESENTS, that Red River Construction Co. (hereinafter called the'Principal(s), as
Prtncipal_(s); '&rd Great American Insurance Company► 580 Walnut St., Cincinnati obin 45202
(hereinafter called the Surety(s), as Suratt ), ar he d and ffi ly �d un the City of Lubbock (hereinafter
Re M �jeli n �,r ndred Forty-Seve ous 247.750.00taaful money of
�^ called the Obligee), in the amount of Seven Hun�redivoars a( .
€ the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adninifi-
t trators, executors, successors and assigns, jointly and severalty, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of
O �19to
Bid 412190 - Terminal Storage Reservoir Rehabilitation
I'
y ..-said Principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of.said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants
supplying labor and material to him or a sub-contractor in the prosecution of the work provided for in said con-
tract, then, this obligation shall be void; otherwise to remain in full force and effect;
r-
C-
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were
copied at length herein.
-15-
a4IN WITNESS HEREOF, the said Principal (s) and Surety (s) have signed and seated this instrument this
,. day of ,�tJr015 141.
Great American Insurance Company
Surety
Principal
Red River Construction Company
(T e)
W.T. Ragsdale, Att ey-in-Fact
By:
Dean Porter (Title) Secr ry/Treasurer
By:
Jimmy D. S t it e) Vice President
i
By: Oca
tle) !��OEN,(•
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignates Curt Coxon an agent resident in Lubbock County to whom any requisite notices may be detivered and
on whom service of process may be had in ratters_arising out of such suretyship.
Curt Coxon
Great American Insurance
Coxon & Co. Surety Coinp)any
P 0 Box 6704
Lubbock, TX. 79413 y
CTftVh
W.T. Ragsdale, torney—in—Fact
-�-
Approved as to form:
City of Lubbock
By:
City Attorney —.
*Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by -taws
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.
M
-16-
GUi'1T AIVERICAN INSURANCE COMPANY
The number of persons authorized by 15316
this power of attorney is not more than No. 0
Two
PM POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
WILLIAM D. BAIDWIN BOTH OF BOTH
W. T. RAGSDALE RICHARDSON, TOM UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 17TH day of June '19 92
Attest GREAT AMERICAN INSURANCE COMPANY
{
STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 17Th day of June, 1992 before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
t ,
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979..
RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or anv one of them, be and hereby is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties
and the respective limits of their authority; and to revoke any such appointment at any time.
RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other
written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Companv- do hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20. 1979 have not been revoked and are now it full force and
effect.
Signed and sealed this �2 day of 1()
D�j 19
PM
S1029M 103/90)
r
GiEATiWERlQ1N°
INSURANCE COMPANIES
F.14032B (9/92)
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR- MAKE A COMPLAINT:
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE. TO OBTAIN INFORMATION ON COMPANIES,
COVERAGES, RIGHTS OR COMPLAINTS AT:
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE:
P.O. BOX 149104
AUSTIN, TX 78714-9104
FAX # (613) 476-1771
PREMIUM OR CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE
AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT
RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT
OF INSURANCE.
ATTACH THIS NOTICE TO YOUR POLICY:
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT
BECOME A PART OR CONDITION OF THE ATTACHED
DOCUMENT.
r
PERFORMANCE BOND
-1T-
(THIS PAGE LEFT BLANK INTENTIONALLY)
t
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY Bond # 7581767
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
Red River Construction
KNOW ALL MEN BY THESE PRESENTS, that Company (hereinafter called the Principal(s), as Principal(s), and
_Great.American Insurance Company
r.. 580. Walnut St., Cincinnati, Ohio 45202
Jhereinafter called the Surety(&), as S&uereky44 nr herna�de�i t: b n tfie Aty of Lubbock (hereinafter
called the Obligee), in the amount of Seven Hun�re i y y e Dollarsu(fl,247,750.Q0lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administra-
tor&, executors, successors and assigns, jointly and severally, firmly by these presents.
lip
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the U day of
19it, to
Bid 412190 — Terminal Storage Reservoir Rehabilitation.
and said principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
r same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shalt faithfully per-
1 form the work in accordance with the plans, specifications and contract documents, then this obligation shall be
E void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said article to the same extent as if it were
copied at length herein.
1N WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this �1.00
day of
Great American Insurance Company
Surety
k
W.T. Ra -sdal , Attorney -in -Fact
r __
-16-
Red River Construction
Company.
Principal
By: N :2
Dean Porter, ecretary reasurez
/TMs• " -
Jimmy E
.ent
u L.
The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby
designates COXOn & CO. an agent resident in Lubbock County to whom any requisite notices may be delivered and on
t
whom service of process may be had in matters arising out of such suretyship. --
Curt Coxon Great American Insurance Company
Coxon & Co.
P 0 Box 6704 Surety _
Lubbock, TX. 79413 %
*By: �(J
(Title)
W. T. Ragsda e,. Attorney-in—Fact
Approved as to Form
City o Lubbock f
BY: _
City Attorney
*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.
}
.19-
GMT iVVVUCAN INSURANCE CoMpANY
The number of persons authorized by
this power of attorney is not more than No. 0 15316
TWO
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attome y -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
WILLIAM D. BALDWIN BOTH OF BOTH
W. T. RAGSDALE RICMUMSON, 7MM UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 17TH day of Jurie 19 92
Attest GREAT AMERICAN INSURANCE COMPANY
*" STATE OF OHIO, COUNTY OF HAMILTON — ss:
On this 17TH day of June, 1992 before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
{
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOLVED: That the President, the several Vice Presidents and Assistant Dice Presidents, or any one of them, be and herebt, is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, antand all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties
and the respective limits of their authority.; and to revoke any such appointment at anv time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed b ' facsimile
to any power of attorney or certificate of either given for the execution of anv bond, undertaking, contract or suretvship, or other
written obligation in the nature thereof, such signature and seal when so used being herebv adopted by the Companv as the original
signature of such officer and the original seal of the Company, to be valid and binding upon rhe Companl• with the same force and effect
as though manually affixed.
CERTIFICATION
I, RONALD C. HAYES. Assistant Secretary of the Great American Insurance Company, dei hereby certify that the foregoing
Power of Attorney and the Resolutions of the Board of Directors of August 20. 1979 have not been revoked and are now in full force and
effect.
Signed and sealed this - �da of ' / Z y ��/�og � .199 Z. ,. •
A I
S1029M (03/90)
j
4
GtFAT _ VOG
INSURANCE COMPANIES
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR, MAKE A COMPLAINT:
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE. TO OBTAIN INFORMATION ON COMPANIES,
COVERAGES, RIGHTS OR COMPLAINTS AT:
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE:
P.O. BOX 149104
AUSTIN, TX 78714-9104
FAX # (513) 475-1771
PREMIUM OR CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE
AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT
RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT
F
OF INSURANCE.
r-
ATTACH THIS NOTICE TO YOUR POLICY:
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT
BECOME A PART OR CONDITION OF THE ATTACHED
DOCUMENT.
d
A j
iy
r
r
r
F.14032B (9/92)
m
k
k ,
CERTIFICATE OF INSURANCE
e
1
k i
l
.ZC_
i.
(THIS PAGE LEFT BLANK INTENTIONALLY)
TO: CITY OF LUBBOCK
1625 13TH ST
Lubbock, Texas
CERTIFICATE OF INSURANCE
e RED RIVER CONSTRUCTION CO INC
13725 OMEGA RD
DALLAS TIC 75244
DATE: OCTOBER 22, 1992
Type of
Project:
THISIS TO CERTIFY THAT (Name and Address of Insured) Is, at the date of this certificate, in-
stired by this Company with respect to the business operations hereinafter described for the
, types of insurance and
in accordance with the provisions of the standard policies used by this Company, the further hereinafter described.
Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
Pot icy. No. Effective Expires limits of•liability
.......................................... :.........................................................................
Workmen's 1613-00-109104 '9-2-92 9-2-93 ; 500,000 - Each Accident
Compensation Waiver of Subrogation is added to this ITC policy in favor of 500,000 - Disease Each Employee
City of Lubbock and HDR Engineering, Inc., of Dallas. $1,000,000 - Disease Policy Limit
�..��.��.................................................................................................................
Q{ine,To$ tec ck) 1633-03-109104 11-1-91 5-31-93 a ate' t 600,000
tive or Contin- Additional Insured: HDR Engineering, Inc. for work performed
by or on behalf of Red River Construction Co Inc on this Per Occurrence S600,000
Vent Liability 0CSp policy (1633-03-109104. City of Lubbock). $
..................................................................................................
Broad Formuilders 1623-02-109104 9-2-92 9-2-93 Any 1 Construct..M;'J'3,666;666
City of Lubbock is shown as Additional Named Insured for work Any cationy 1 veh 00 00¢_
performed by or on behalf of Red River Construction Co Inc Per Occurrence Any It S_000,000
on this policy. Additional Insured: HDR Engineering Inc of MaRIM S
Dallas for work performed by or on behalf of Red River
Construction Cc Inc on this Broad Form Builders policy.
....................................................................................................................
1623-00-113946 9-2-92 9-2-93 S GL LIMIT CCREST S 1,000,000
Additional Insured: City of Lubbock and HDR Engineering Inc of
Automobile Dallas for work performed by or on behalf of Red River Construction Per Occurrence S
Co Inc. Also Waiver of Subrogation is added to this Auto policy Property Damage S
............. for CitZ of Lubbock and HDR Engineering Inc _ of Dallas.__._-+ _ ...........
...__ _
'., Comprehensive 1623-03-109104 -_-._- 9-2-42 • 9-2-93 �[err
gar1lCAAgggfegat g00
00
Waiver of Subrogation is shown in favor of City of Lubbock s Adv , ,489--
-00-109HO
.00General Liability ch Occurre aS.__.and HDR Engineering Inc of Dallas on this CL policy. D e fny 1)............................................................. Ca _ pOQSC.. 16334 9-2-92 9-2-$3 �- nera regate ��;
Umbrella Liability Additional Insured: City of Lubbock and HDR Engineering Inc Prod/Comp s Agg 4,0009000
BI 6 PD Es ccurrence-4;8@8;99ff
of DallasAor workerf rme b o on behfif of Regi � Tv�e� Mstruc, Personal 6 Advertis 4,000,000
Co nc .fAL gq�Wvu, p4 Bu�R� atopggiggV;gdtgncno DDa as a Retention 10,000
............ at 44 C1K 4 } i.... . ..s .........................................
The foregoing Policies XdM (do not) cover atl sub -contractors.
Locations Covered STATE OF TMS
DESCRIPTION of Operations Covered
TERMINAL STORAGE RESERVOIR REHABILITATION, PROJECT #2123-541101-9640
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer In less than the legal time required after the insured has received written notice of such
change or cancellation, or in case there Is no legal requirement, in less than five days In advance of cancellation.
�+ FIVE COPIES OF THIS CERTIFICATE WAUSAU INSURANCE COMPANIES
j MUST BE SENT TO THE OWNER. (Name of Insurer)
This is to certify that the insurance policies (described above by policy
number) written on forms in use by the company have been issued. This (�
certificate is not a policy or a binder of insurance and does not in any By:
way alter, amend or extend the coverage afforded by any policy referred 611
6 to here
Title COUNTERSIGAING AGENT
Notwithstandi any requirement, term or condition of any contract or
fin+
other ocument with respect to which this certificate may be issued or
! may pertain, the insurance afforded by the policies described above is
G subject to all of the terms, exclusions and conditions of such policies
during the terms thereof.
e-•
r
7,
r
i
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
WILLIAM D. BALDWIN BOTH OF BOTH
W. T. RAGSDALE RIdMUMSON, TEXAS UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 17TH day of Jurte .1() 92
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAM LTON – ss:
On this 17TH day of Jude, 1992 before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati. Ohio, that he is the Vice President of the Great American Insurance
Cempany, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or ani, one of them, be and lrerebt• is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Comparkv, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties
and the respective limits of their authority, and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any oj'the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given J'or the execution of anv bond, undertaking, contract or suretvship, or other
written obligation in the nature thereof, such signature and seal when so used being herebv adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
1, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company. do herchv eertifc that the foregoing
Power of Attorney and the Resolutions of the Board (')1'1)i rectors of August 20. 1979 have not heen revoked and are now in full force and
effect.
Signed and scaled this day of C6- Og A—P 199 Z,
_... 51029M (03/90) '
C
C
C
GZEM AIVERICAN
INSURANCE
COMPANY
The number of persons authorized by
this power of attorney is not more than
No. 0 15316
TO
r
7,
r
i
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and
existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named
below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said
Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
WILLIAM D. BALDWIN BOTH OF BOTH
W. T. RAGSDALE RIdMUMSON, TEXAS UNLIMITED
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 17TH day of Jurte .1() 92
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAM LTON – ss:
On this 17TH day of Jude, 1992 before me personally appeared WILLIAM J. MANEY, to me
known, being duly sworn, deposes and says that he resided in Cincinnati. Ohio, that he is the Vice President of the Great American Insurance
Cempany, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company by unanimous written consent dated August 20, 1979.
RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or ani, one of them, be and lrerebt• is
authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Comparkv, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties
and the respective limits of their authority, and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any oj'the aforesaid officers may be affixed by facsimile
to any power of attorney or certificate of either given J'or the execution of anv bond, undertaking, contract or suretvship, or other
written obligation in the nature thereof, such signature and seal when so used being herebv adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect
as though manually affixed.
CERTIFICATION
1, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company. do herchv eertifc that the foregoing
Power of Attorney and the Resolutions of the Board (')1'1)i rectors of August 20. 1979 have not heen revoked and are now in full force and
effect.
Signed and scaled this day of C6- Og A—P 199 Z,
_... 51029M (03/90) '
CRWANERKW
INSURANCE COMPANIES
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR- MAKE A COMPLAINT:
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE. TO OBTAIN INFORMATION ON COMPANIES,
COVERAGES, RIGHTS OR COMPLAINTS AT:
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE:
P.O. BOX 149104
AUSTIN, TX 78714-9104
FAX # (5 13) 475-1771
PREMIUM OR CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE
AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT
RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT
OF INSURANCE.
ATTACH THIS NOTICE TO YOUR POLICY:
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT
BECOME A PART OR CONDITION OF THE ATTACHED
DOCUMENT.
F.140328(9/92)
CONTRACT
::�*'a
(THIS PAGE LEFT BLANK INTENTIONALLY)
In
I, CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this l2nd day of October. 1992, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and RED RIVER CONSTRUCTION CO.. INC. of the City of DALLAS, County of DALLAS and
r the State of 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 CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as
fol -tows:
to
BID # 12190 - TERMINAL STORAGE RESERVOIR REHABILITATION PROJECT IN THE AMOUNT OF $1,247,750.000.
and alt 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, suppiies, 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 Generat Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance_ with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents -and -to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this a eement Lubbock County,
Texas in the year and day first above written.
ATTEST: CITY UB OCK, ( =
By
Secretar MAYOR
!^ P D AS TO C NTENT:
r
t.
.. RED RIVER CONSTRUCTION CO.. INC.
t APPROVED AS FORM: t
' CONTRACTOR
eyd
TITLE:
COMPLETE ADDRESS:
ATTEST:
[[[ 13725 OMEGA ROAD
�— DALLAS. TX 75244
F!
F7
Corporate Secretary
f _
Yr
-23-
THIS PAGE LEFT BLANK INTENTIONALLY
7
r
GENERAL CONDITIONS OF THE AGREEMENT
t'w
}
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
GENERAL CONDITIONS OF THE AGREEMENT
x 1.OMER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall
be understood to mean the person, persons, co -partnership or corporation, to -wit: RED RIVER CONSTRUCTION
Co.. INC., who has agreed to perform the work embraced in this contract, or to his or their legal
representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood
as referring to DAN A. HAWKINS, DIRECTOR OF WATER UTILITIES, City of Lubbock, under whose supervision these
1 7 contract documents, including the plans and specifications, were prepared, and who will inspect construc-
t tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act
in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under
the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in
behalf of the Contractor.
7
4. CONTRACT DOCUMENTS
The contract documents shalt consist of the Notice to Bidders, General Instructions to Bidders, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of
the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available
to Bidder for his inspection in accordance with the Notice to Bidders.
5.
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted M "Desi nated " "R fired " "Considered Necessary," "Prescribed,"
9 , � . rY.
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 Owners Representative.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na-
ture, be specifically and clearly described and specified, but are necessarily described in general terms,
the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the
fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
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 re-
sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
-25.
by these contract documents, but said Subcontractors will took exclusively to Contractor for any payments
due Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a
member of the firm or to an.officer of the corporation for whom it intended, or if delivered at or sent
certified mail to the last business address known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, tabor, insurance, and all water, tight, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract docu-
ments. Unless otherwise specified, alt materials shalt 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 docu-
ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shalt be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owners Representative. The Owner's Representative
will check the Contractors 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 alt work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense
to him and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Ownerts Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in _general, if the work is proceeding in accordance with the contract docu-
ments. He will not be required to make exhaustive or continuous on-site inspections to check the quality or
quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences
or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing
assurances for the owner that the completed project will conform to the requirements of the contract docu-
ments, but he wilt not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents. On the basis of his on-site observations, he wilt keep the Owner informed of the
progress of the work and will endeavor to guard the owner against defects and deficiencies in the work of
the Contractor.
13. LINES AND GRADES
All lines and grades shalt be furnished by the Ownerls Representative whenever necessary for the commence-
ment of the work contemplated by'these contract documents or the completions of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shalt be allowed no extra compensation therefore. The Contractor shatt.give the Owner's Repre-
sentative ample notice of the time and 'place where lines and grades will.be needed. All stakes, marks,
etc., shalt be carefully preserved by the Contractor, and in case of caretess'destruction or removal by him;
his Subcontractors, or his employees, such stakes, marks, etc., shalt be replaced by the Owner's Representa-
tive at Contractor's expense.
14. VAER'S REPRESENTATIVE'S AUTHORITY AND DUTY
i
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
R•. Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shalt, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shalt determine all questions in relation to said work and the construction thereof, and
shalt, in all cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shalt be conditions precedent
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party may file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shalt be promptly carried out, and any claim arising there-
from shalt be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shalt, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on alt claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans. Should
the Ownerss Representative fait to make such decision within a reasonable time, an appeal to arbitration may
be taken as if his decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
it is agreed by the Contractor that the Owner's Representative shalt 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 accordancewith the specifications -therefore. The Con-
tractor shall furnish alt reasonable aid and assistance required by the subordinate engineers, supervisors
or inspectors for the proper inspection and examination of the work. The Contractor shalt regard and obey
the direction and instructions of any subordinate engineers, supervisors or inspectors so appointed, when
such directions and instructions are consistent with the obligation of this Agreement and accompanying
plans and specification provided, however, should the Contractor object to any orders by any subordinate
engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
Representative for his decision.
16. 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 shell represent the Contractor in his absence
and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the
work and lack of•such supervision shalt be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Con-
tractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate-
rials to be encountered, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and all other matters which in any way effect
the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of
the Owner, either before or after the execution of this contract, shalt effect or modify any of the terms or
obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or men shall be discharged from the work and shall not again be employed on the work with-
out the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all tabor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur-
nish same, and it is also understood that Owner shalt not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
is finally completed and accepted.
The building of structures for the housing of men or equipment will,-be'permitted only at such places as the
Owner's Representative -shall direct, and the sanitary conditions of ..the grounds in or about such structure
shall at at( times be maintained in a manner- satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob-
servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall
'be approved by the Owner's Representative and their use shall be strictly enforced.
-28-
G 21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
t work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any location wherever work is in preparation -or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by. Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re
gardless of -the stage of its completion or the time or place of discovery of such errors and regardless of
POOf
whether Owner's observer has previously accepted the work through oversight or otherwise. If any work
s should be covered without approval or consent of the Owner, it must, if requested .by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
1'^ being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representa-
tive to make observations of such work or require testing of said work, then in such event Owner or Owner's
Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection,
rR
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.
N any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec-
tions, tests and approvals shalt be borne by the Contractor unless otherwise provided herein. Any work
which fails to meet the requirements of any such tests, inspections or approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
�.. Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur-
ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
r
The Contractor further agrees.that the owner may make such changes and alterations as the Owner may see fit,
in the tine, grade, form dimensions, plans or or materials for the work herein contemplated, or any part
r• thereof, either before or after the beginning of .the construction, without affecting the validity of this
contract and the accompanying bond.
rWA If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the
basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they In-
crease the amount of work, and the increased work can fairly be classified under the specifications, such
Increase shalt be paid according to the quantity actually done and at the unit price established for such
r" work under this contract; otherwise such additional work shall be paid for as provided wander Extra Work. In
r
.29-
case the Owner shall make such changes or alterations as shall make useless any work already done or mate- _r
Hat already furnished or used in said work, then the Owner shall recompense the Contractor for any material
or tabor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24 EXTRA WORK
The•term "extra work" as used in this contract shalt be,understood to mean and include allwork that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shalt perform all extra work under the direction of the Owner's Representa-
tine 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 cam-
menced,`--then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15X) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's -
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts
of the actual field cost 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 mat-
ters'shatl°be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of
Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical,
the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work
order. -The fifteen percent :(15X) of the actual field cost to be paid to Contractor shall cover and com-
pensate him for his profit, overhead, general superintendence and field office expense; and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily-on:account of such -Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost." -
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive --
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative for a written order authorizing such extra work. -Should a difference of opinion arise as to what
does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided. --
-30.
7
25. DISCREPANCIES AND OMISSIONS
it is further agreed that it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be`done for the prices quoted by the Contractor
and that such price shalt include all appurtenances necessary to complete the work in.accordance with the
intent of these contract documents as interpreted by Owner's Representative. if the Contractor finds any
discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
f Contractor fully understands the work to be included and has provided sufficient sum in his proposal to
f complete the work in accordance with these plans and specifications. It is further understood that any re-
quest for clarification must be submitted no Aster than five days prior to the opening of bids.
r
26. RIGHT OF Ob1NER TO MODIFY METHODS AND EQUIPMENT
�., If at any time the methods or equipment used by the Contractor are fond to be inadequate to secure the
quality of work with the rate of progress required under this contract, the Owner or Owner's Representative
G may order the Contractor in writing to increase their safety or improve their character and efficiency and
the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci-
fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmenes Compensation insurance with an
insurance company ticensed'to transact business in the State of Texas, which policy shall comply with the
Workments Compensation taws of the State of Texas. 'The Contractor shalt 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 "Manuel of Accident Prevention
�..� in Construction" of Associated General Contractors of America, except where incompatible with federal, state
or municipal taws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem-
nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries or damages received or sus-
tamed by any person or persons or property, on account of any negligent act or fault of the Contractor or
l., any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning Lights, or signs and will be required to pay any judgment
l with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
rThe safety precautions taken shall be the sole responsibility of the Contractor,.in his'sote discretion as
an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro-
gresses, are intended as'reminders to the Contractor of his duty and shatt not be construed as any assump-
tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
0
I
-31.
28. CONTRACTOR'S INSURANCE
The Contractor shalt procure and carry at his sole cost and expense through the life.of this contract, in-
surance protection as hereinafter specified. such insurance shalt be carried with an insurance company au-
thorized to transact business in the State of Texas and shalt cover alt.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.
�.- Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Sodity
Injury and 1300,000 Property Damage per occurrence to include: ,
Premises and operations
Explosion i Collapse Hazard
Underground Damage Hazard
Products i Completed Operations Hazard "—
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property
Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage .$100,000
to include all owned and ran -owned cars including:- Employers Non -ownership Liability Hired and Non -
owned Vehicles. The City is to be named as an additional insured on this policy for this specific �—
job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
0. Builder's Risk Insurance
The Contractor shall obtain a Builders Risk policy in the amount of (100% of poten-
tial toss) naming the City of Lubbock as insured.
-32- .
r
E. Excess or Umbrella Liability Insurance
The Contractor shalt have Excess or Umbrella Liability Insurance in the amount of
( ($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen-
sive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
F. Workerls Compensation and Employers Liability Insurance
As required by State statute covering all employees Whether employed by the Contractor or any Sub-
contractor on the job with Employers Liability of at least $100,000 limit.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and
offered as evidence of compliance with the above Insurance requirements, signed by an authorized
representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne
by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(S) A provision that the policy may be canceled only by mailing written notice to the named in-
sured at the address shown in she bid specifications.
(6) A provision that written notice shalt be given to the City ten days prior to any change in
or cancellation of the policies shown on the certificate.
(T) The certificate or certificates shalt be on the form (or identical copies thereof) con -
tanned in the job specifications. No substitute of nor amendment thereto wilt be accept-
able.
29. PROTECTION AGAINST CLAIMS Of SUBCONTRACTORS, LABORERS, MATERIALMEN. AND FURNISHERS OF, MACHINERY. EQUIPMENT
AND SUPPLIES
The Contractor agrees that he Will indemnify and save the Owner harmless from all, claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materiatmen and furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence
that all obligations of the nature hereinabove designated have been paid, discharged or waived.
if during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by
any of those designated in the preceding paragraph and shalt fail to pay and discharge any such indebtedness
within five (S) days after demand is made, then Owner may, during the period for which such indebtedness
-33.
shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such
unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shalt pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material -0r process covered by letterspatent or copyright by suitable legal agreement with.the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indaivify and save the Owner harmless from any toss on account thereof, except that
Owner shalt defend alt 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 specs- —'
fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm-
less from any toss on account thereof. If the material or process specified or required by Owner is an in _.
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
Owner of such infringement.
31. LAWS AND ORDINANCES
The Contractor shalt at all times observe and comply with all 'federal, state and local laws, ordinances and
regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the --
Owner against any claims arising from the violation of any such taws, ordinances, and regulations, whether
by the Contractor or his employees. if the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work
knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he shalt bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in-
sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the
Owner may enter into contracts, shalt be controlling, and shalt be considered as part of this contract to
the same effect as though embodied herein.
32. ASSIGNMENT AND SUBLETTING
The Contractor further agrees .that he will retain personal control and will give his personal attention to
the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shalt not relieve the Contractor
from his full obligation to the Owner, as provided by this contractual agreement.
33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract of work to be done hereunder are essential
condition of this contract; and it is further mutually understood and agreed that the work embraced in this
contract shall be commenced on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or
any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con-
sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total
compensation, the .sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages
oft
' for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall
be in default after the time stipulated for completing the Work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com-
pletion of the work described herein is reasonable time for the completion of the same, taking into consid-
eration the average climatic'change and conditions and usual•industriat-conditions prevailing .in this local
ity.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the fmpractica-
r bitity and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus-
tain, and the amount is agreed to be damages the Owner would sustain and shatt be retained by the Owner from
current periodical estimates for payments or from final payment.
it is further agreed and understood between the Contractor and Owner that time is of the essence of this
contract.
oft
34. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con-
tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and
in such manner as shalt be most conductive to economy of construction; provided, however, that the order and
time of prosecution shall be such that the work shalt be substantially completed as a whole and in part, in
accordance with this contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the Owner is having other work done, either by contract or by his
own force, the Owner's Representative may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shalt submit, at such times as may reasonably be requested by the Owner's Representative,
�! schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at
i which the Contractor will start the several parts of the work and estimated dates of completion of the sev-
erat parts.
35. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the
completion of this project, taking into consideration the average climatic range and industrial conditions
prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove
set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract,
except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees
of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike,
walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex-
tension of time, submitting therewith all, written justification as may be required by Owner's Representative
for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re-
ceipt of a written request for an extension of time by the Contractor supported by all requested docu-
mentation shall then submit such written request to the City Council of the City of Lubbock for their con-
sideration. Should the Contractor disagree with the action of City Council on granting an extension of
time, such disagreement shall be settled by arbitration as hereinafter provided.
POO 36. HINDRANCE AND DELAYS
t
- In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within
the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in-
cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge
7 -35.
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 Owneris convenience, in which event, such expense as in the judgment of the Owners
Representative that is caused by such stoppage shall be paid by owner to Contractor.
37. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will -be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract,
including the specifications, plans and other contract documents are intended to show clearly all work to be
done and material to be furnished hereunder. Where the estimated quantities are shown for the various
classes of work to be done and material to be furnished oder this contract, they are approximate and are to
be used only as a basis for estimating the probable cost of the work and for comparing their proposals of-
fered for the work. It is understood and agreed that the actual amount of work to be done and the materials
to be furnished oder this contract may differ somewhat from these estimates, and that where the basis for
payment oder this contract is the unit price method, payment shall be for the actual amount of work done
and materials furnished on the project.
38. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be undertaken
under this agreement, from any damage or injury by reason of said process of construction; and he shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent
property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shalt not apply to any claim of any kind arising out of the exis-
tence or character of the work. r
39. 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 such price in full for furnishing all materials and all labor required for the
aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Ownerls Representative. ,
40. PAYMENTS
No payments made or certificates given shall be,considered as conclusive evidence of the performance of the
contract, either wholly or -in part, nor shalt any certificate or payment be considered as acceptance of de-
fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or
Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness
In connection with the work. Before final payment is made, Contractor shall satisfy owner, by affidavit or
otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against Owner which have not theretofore been timely filed as provided in this contract.
-36-
7.
41. PARTIAL PAYMENTS
ron or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applies -
tion for partial payment. Owner's Representative shalt review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-
tial payment showing as completely as 'practical the total value of the work done by the Contractor up to and,
including the last day of the preceding month; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
42.
_i 43.
r
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 Partint•Psyment, 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 this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that
the work has been completed or substantially completed, the Owner's Representative and the Owner shall in-
spect the work and within said time, if the work be found to be completed or substantially completed in ac-
cordance with the contract documents, the Owner's Representative shall issue to the owner and Contractor his
certificate of completion, and thereupon it shell be the duty of the Owner within thirty-one (31) days to
Issue a certificate of acceptance of the work to the Contractor.
FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under
the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be-
fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligations under the terms of this con-
tract;
artract; and said payment shall became due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve
the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
tions (if any) of this contract or required in the specifications made a part of this contract.
CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform•to the contract, whether actually incorporated in the work or not, and Con-
tractor shall at his own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract. Contractor shall also bear the expense of restoring alt 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.
CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
.37-
date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de -
facts with reasonable promptness.
46. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part,of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure,of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shalt be made for amounts withheld because of
them.
47. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's.Representative within fifteen (15) days after the
Owner's Representative has given any directions, order, or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. In case the Contractor should appeal from the decision of the Ownerls
Representative, any demand for arbitration shall be filed with the Owners Representative and the Owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
48. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. .The parties may agree upon one arbitrator, otherwise, there shall be three; one named
in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shatt be a resident of the City of Lubbock. Should the party demanding arbitration
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate sh$ll lapse, and the de-
cision of the Owner's Representative shall be final and binding on him. Should the other party fail to
choose on arbiter within ten (10) days, the Owners Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing,, the
arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shalt appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shalt have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
-38-
'The arbiters, if they deem the case demands it, are authorizedto award the party whose contention is sus-
tamed, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The or-
t biters'shatt fix their own compensation, unless otherwise provided by agreement, and shall assess the costs
and charges of the arbitration upon either or both parties. The award of the arbiters nist be made-in,writ-
�"' ing and shatt not be open to objection on account of the form of proceedings or award.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor faits to comply with the or-
ders of the owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
r• After receiving said notice of abandonment, the Contractor shatt 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 shalt 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 setttement.
in case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective manners:
(a) The Owner may employ such force of mien and use of machinery, equipment, tools, materials and sup-
plies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, toots, materials and supplies to said Contractor, and the expense so charged
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 com-
pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
Is greater than the sum which would have been payable under this contract, if the same had been com-
pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under seated bids, after notice published as required by law, at least twice in a newspa-
per having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase In cost to the Owner under the new contract as compared to what
would have been the cost under this contract, such increase shall be charged to the 'Contractor and
the Surety shall be and remain bound therefore. However, ehoutd the cost to complete any -such new
contract prove to be less than that which would have been the cost to complete the work oder this
contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified
and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shalt be
issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or
his Surety, or the Owner as the case may be, shalt pay the balance due as reflected by said statement within
30 days after the date of certificate of completion.
-39-
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety. Should the cost to complete,the work exceed the contract
price, and the Contractor arid/or his Surety fail to pay -the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, toots, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materiats.shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing,.or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net --
sum derived from such sale to the credit of the Contractor and his Surety. Such sale may made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than _
the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OMER
In case the Owner shall fail to comply with the terms of this contract, and should fait or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, toots, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been incorpo-
rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially ccWteted work at a
fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owners Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate atl
previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this
Agreement, and shall certify same to the Owner who shalt pay to the Contractor on or before thirty (30) days
after the date of the notification by the Contractor the balance shown by said final statement as due the
Contractor, oder the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds $25,000.00. If the contract price does not exceed 525,000.00, the statu-
tory bonds will not be required. All [sods, if required, shalt be submftted on forms supplied by the owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther -agreed that this contract shall not be in effect until such bonds are so furnished. ,
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
-40-
4,
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, comptete and exclusive power and au
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractor's work during his performance and to carry out the other prerogatives which are expressly
` reserved to and vested in the Owner or Owner's Representative hereunder, Is not intended to and shall not at
any time change or effect the status of the Contractor as an independent contractor with respect to either
the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or
corporation.
55. CLEANING UP
t:
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and
at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
FOR
i
-41.
h
i
4,
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, comptete and exclusive power and au
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractor's work during his performance and to carry out the other prerogatives which are expressly
` reserved to and vested in the Owner or Owner's Representative hereunder, Is not intended to and shall not at
any time change or effect the status of the Contractor as an independent contractor with respect to either
the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or
corporation.
55. CLEANING UP
t:
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and
at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
FOR
i
-41.
(THIS PAGE LEFT BLANK INTENTIONALLY)
CURRENT WAGE DETERMINATIONS
-42.
(THIS PAGE LEFT BLANK INTENTIONALLY)
Resolution #2502
January 8, 1987
Agenda Item #18
i
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
:mechanics needed to execute public works contracts for the City of Lubbock
1'in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
°,enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
?r WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
;i
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
':and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
.,Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
!,on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
;Passed by the City Council this 8th day of January 1987.
r' /•
Ranett"oyd, City Secretary
APPROVED T ONTENT:
r
BiTl- Pdyne, Dilrector of Building
Services
J
r
S. e - & I huw-114
B.C..McMINN, MAYOR
APPROVED AS TO FORM:
Do ld G. Vandiver, First
Assistant City Attorney
No Text
0
F
P
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -
Heavy
Light
Floor Installer
Glazier
Insulator, Piping/Boiler
Insulator -Helper
Iron Worker
Laborer, General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder - Certified
Hourly Rate
$11.60
8.35
5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.15
8.75
5.50
8.00
EXHIBIT B
Paving.and Highway Construction
Prevailing Wage Rates
Craft
Hourly Rate —
Asphalt Heaterman
$5.25
Asphalt Shoveler
4.75 —
Concrete Finisher
7.35
Concrete Finisher -Helper
4.75
Electrician
10.50
Flagger
4.75 —
Form Setter
6.50
Form Setter -Helper
5.50
Laborer, General
4.75 —
Laborer, Utility
5.80
Mechanic
6.50
Mechanic -Helper
6.00 -
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
6.00
Bulldozer
5.25
Concrete Paving Machinist
6.50
Front End Loader
5.85 —
Heavy Equipment Operator
6.40
Light Equipment Operator
6.40
Motor Grade Operator.
8.00
Roller
5.25
Scraper
5.25
Tractor
5.50
Truck Driver -
Light
5.25
Heavy
5.25
i
�I
s
i
A.e
`
EXHIBIT C
`
Electric Construction Trades
Prevailing Wage Rates
Craft
Hourly Rate
Power Line Foreman
$11.00
,,.
Lineman Journeyman
10.45
ii
Lineman Apprentice
Series
8.90
Groundman Series
7.25
j�
1
EXHIBIT D
Prevailing Wage Rates
r
Overtime Rate
The rate for overtime (in excess of forty hours
per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
E
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times
base rate.
4 <
f
6
A
E
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
7
SPECIFICATIONS
-43-
(THIS PAGE LEFT BLANK INTENTIONALLY)
7 -
Terminal Storage
Reservoir Rehab
City of Lubbock, Texas
Project Manual
August 1992
fal
HDR Engineering, Inc.
(THIS PAGE LEFT BLANK INTENTIONALLY)
TOC -1
r PROJECT MANUAL
t.
CITY OF LUBBOCK
TERMINAL STORAGE
RESERVOIR REHAB
1992
TABLE OF CONTENTS
DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS
OF THE CONTRACT
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
NOTICE OF ACCEPTANCE
00805 SUPPLEMENTARY GENERAL CONDITIONS
DIVISION 1 - GENERAL REQUIREMENTS
01010 SUMMARY OF WORK
01060 SPECIAL CONDITIONS
01150 APPLICATION FOR PAYMENT
01310 CONSTRUCTION SCHEDULES
01340 SHOP DRAWINGS, PRODUCT DATA & SAMPLES
01370 SCHEDULE OF VALUES
01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
01600 PRODUCT DELIVERY, STORAGE, AND HANDLING
01640 PRODUCT SUBSTITUTIONS
01700 CONTRACT CLOSEOUT
01710 CLEAN UP
DIVISION 2 - SITE WORK
02200 EARTHWORK
02272 CELLULAR CONFINEMENT SYSTEM
02273 SOIL CEMENT SLOPE PROTECTION
02660 LINED CONTAINMENT SYSTEM REHABILITATION
DIVISION 3 - CONCRETE
03002 CONCRETE
f
City of Lubbock, Terminal Storage"Reservoir Rehab
No Text
00805-1
r
City of Lubbock, Terminal Storage Reservoir Rehab
01
92H14
SECTION 00805
01
02
02
*^
03
SUPPLEMENTARY GENERAL -CONDITIONS
03
04
04
05
05
06
PART 1
- GENERAL
06
r,
07
07
08
1.01
ADDITIONS, DELETIONS,�AND REVISIONS
08
09
09
10
A.
General Conditions. This term, when used in this
10
k
11
contract, shall be understood as referring to both the
11
12
General Conditions of the Agreement and the Supplementary
12
13
14
General Conditions.
13
14
15
B.
Engineer. The term Engineer means HDR Engineering, Inc.
15
16
acting within the scope of duties contained within the
16
17
Supplementary General Conditions and as described in
17
18
Exhibit A of the Supplementary General Conditions. The
18
19
performance of the Engineer's duties is intended to be for
19
20
the sole and exclusive benefit of the Owner, and nothing
20
"
21
contained in the Contract Documents shall create any
21
22
contractural relationship between the Engineer and any
.22
23
Contractor or any Subcontractor.
23
24
24
25
C.
General Conditions "5. Interpretation of Phrases," add
25
26
the following paragraphs at the end of the second
26
r'
27
paragraph.
27
d
28-
1. "Whenever the words 'inspect,' 'inspects,'
28
29
'inspected,' 'inspection,' 'inspections,' 'review$'
29
30
'examination' or 'supervises' are used in the Contract
30
r,
31
Documents, they shall be interpreted to mean 'to
31
32
become generally familiar with the progress and
32
33
quality of the work to determine if the work is
33
34
proceeding in general accordance with the Contract
34
35
Documents based on what is plainly visible at the
35
36
construction site, without the removal of materials or
36
r
37
other construction that is in place.' None of these
37
38
words shall mean that Owner's Representative is
38
39
required or expected to make exhaustive or continuous
39
40
on-site inspections to check the quality of the work.
40
�j
41
On the basis of the on- site inspections, Owner's
41
42
Representative will endeavor to keep the Owner
42
43
informed of the progress and quality of the work, and
43
44
shall endeavor to guard the Owner against defects and
44
45
deficiencies in the Work."
45
46
2. "Whenever the word 'supervisor' or 'inspector' is used
46
47
in the Contract Documents, it shall be interpreted to
47
48
mean 'one who inspects.'"
48
49
49
50
D.
General Conditions 113. Lines and Grades," modify as
50
51
follows:
51
�,.
52
1. Delete the entire paragraph and replace with the
52
53
following:
53
r
City of Lubbock, Terminal Storage Reservoir Rehab
00805-2
01
01
02
The Engineer shall provide a baseline and a datum
02
03
bench mark reference point. If the Contractor,
03
04
through willfulness or carelessness, removes, causes
04
05
or allows such points to be removed before the
05
06
prosecution of Work requires it, the replacing of such
06
07
line and elevation points shall be done at the expense
07
08
of the Contractor.
08
09
a. The Contractor shall, at his own expense, employ a
09
10
registered engineer or licensed land surveyor
10
11
acceptable to the Owner to give, -to the Contractor
11
12
lines and elevations for the Contractor's use in
12
13
constructing the Work. The registered engineer or
13
14
licensed land surveyor shall furnish to the
14
15
Engineer, through the Contractor, a signed plat
15
16
certifying to the location and elevations of the
16
17
Work indicating ties and closure to the Engineer's
17
18
baseline and datum bench mark.
18
19
19
20
E. General Conditions "16. Insurance,." modify as follows:
20
21
1. Delete the second paragraph, "The insurance
21
22
certificates furnished . . . shall be
22
23
subcontracted." and replace it with the following:
23
24
"The insurance certificates furnished shall name the
24
25
City and HDR Engineering, Inc. as additional
25
26
insureds, and shall further state that all
26
27
subcontractors are named as additional insureds or in
27
28
the alternative, shall be accompanied by a statement
28
29
from the Contractor to the effect that no work on this
29
30
particular project shall be subcontracted."
30
31
31
32
F. General Conditions "26. Right of Owner to Modify Methods
32
33
Equipment," modify as follows:
33
34
1. Delete the first paragraph of this section.
34
35
35
36
G. General Conditions "27.; Protection. Against Accident to
36
37
Employees and the Public," modify as follows:
37
38
1. Delete the fourth sentence of the first paragraph,
38
39
i.e., "The Contractor, his sureties . . . including
39
40
attorney's fees." and replace it with the following:
40
41
"The Contractor, his sureties and insurance carriers
41
42
shall defend, indemnify and save harmless the Owner
42
43
and all .of its officers, agents, including Engineer,
43
44
and employees from all suits, actions, or claims of
44
45
any character whatsoever, brought for or on account of
45
46
any injuries or damages received or sustained by any
46
47
person or persons or property, on account of any
47
48
negligent act or fault of the Contractor or any
48
49
subcontractor, their agents or employees, in the
49
50
execution and supervision of said contract, and
50
51
project which is the subject matter of this contract,
51
52 _
on account of the failure of the Contractor or any
52
53
subcontractor to provide necessary barricades, warning
53
City of Lubbock, Terminal Storage Reservoir.Rehab
City of Lubbock, Terminal Storage Reservoir Rehab
00805-3
O1
lights, or signs ^and`will"be required'to pay any
01
02
judgment with costs which may be obtained against the
02
03
Owner or any of its officers, agents, including
03
04
Engineer, or employees including attorney's fees.,"
04
05
1
05
06
H. General Conditions "28. Contractor's Insurance" modify.as.
06
07
follows:
07
08
1. Add the following paragraph after the first paragraph:
08
09
"All insurance, as hereafter specified, shall include
09
10
a waiver of subrogation against the Owner, the Owner's
10
11
agents, and the Owner's Engineer."
11
12
2. In addition to the City, the Engineer is to be named
12
13
as an additional insured on the Comprehensive General
13
14
Liability Insurance, the Owner's Protective or
14
15
Contingent Public Liability and Property Damage
15
16
Liability Insurance, the Comprehensive Automobile
16
17
Liability Insurance and the Excess or Umbrella
17
18
Liability Insurance policies, and a copy of the
18
19
endorsement doing the foregoing is to be attached to
19
20
the Certificates of Insurance for such policies.
20
21
3. The Engineer is to be named as,an additional insured
21
22
on the Builder's Risk Insurance Policy, as its
22
23
interests may appear.
23
24
24
25
I. General Conditions "38. Protection of Adjoining
25
26
Property," modify as follows::
26
27
1. Delete the last sentence of the paragraph, i.e., "The
27
28
Contractor agrees to . out of the existence or
28
29
character of the work." and replace it with the
29
30
following: "The Contractor agrees to indemnify, save
30
31
and hold harmless the Owner and the Engineer against
31
32
any claim or claims for damages due to any adjacent or
32
33
adjoining property arising or growing out of the
33
34
performance of this contract, but such indemnity shall
34
35
not apply to any claim of any kind arising out of the
35
36
existence or character of the work."
36
37
37
38
J. General Conditions "52. Special Conditions," modify as
38
39
follows:
39
40
1. Delete the paragraph and replace it with the
40
41
following: "In the event any special or supplementary
41
42
general conditions that are a part of the contract.
42
43
documents conflict with any of the general conditions
43
44
contained in this contract, then in such event the!
44
45
special or supplementary general conditions shall
45
46
control."
46
47
47
48
K. General Conditions "56. Construction Procedures and
48
49
Safety," add the following paragraph:
49
50
1. "Owner's Representative and the Engineer shall not.
50
51
specify construction or service- related procedures
51
52
and shall not manage, control or have charge of
52
53
construction, nor shall Owner's Representative or
53
City of Lubbock, Terminal Storage Reservoir Rehab
00805.4
O1
Engineer implement or be responsible for health or
01
02
safety procedures. Owner's Representative and
02
03
Engineer shall not be responsible for the acts or'
03
04
omissions of Contractor or other parties on the
04
05
project and shall not be responsible for construction
05
06
means, methods, techniques, sequences, or procedures,
06
07
nor for precautions or programs. All of these matters
07
08
shall be the responsibility of the Contractor.
08
09
Owner's Representative's and Engineer's monitoring'or
09
10
review of portions of the work performed under any
10
11
construction contracts shall not relieve the
11
12
Contractor from its responsibility for performing the
12
13
work in accordance with the applicable contract
13
14
documents." Contractor shall 'defend, indemnify and
14
15
hold harmless Owner, Engineer, their officials,
15
16
officers, directors, consultants, agents and employees
16
17
from and against all claims, damages, whether direct,
17
18
indirect or consequential, losses and expenses
18
19
(including but not limited to attorney's fees and
19
20
court costs) connected with any illness, injury or
20
21
loss to the person or property of Contractor, its
21
22
subcontractors, suppliers, their employees and agents,
22
23
or any other person, arising out of or resulting from
23
24
Contractor's responsibilities under this paragraph;
24
25
the foregoing shall apply notwithstanding the
25
26
negligence of any person or entity indemnified
26
27
hereunder.
27
2$
28
29
Not withstanding the above, the Contractor will not be
29
30
required to indemnify the Owner's Representative or the
30
31
Engineer to causes arising out of the Engineer's negligent
31
32
acts, errors, or omissions.
32
33
33
34
L. General Conditions "57. Benefit of Engineer's
34
35
Performance," add the following paragraph:
35
36
1. "The Engineer's performance under the contract
36
37
documents is intended to be for the sole and exclusive
37
38
benefit of Owner."
38
39
39
40
M. Contractor shall furnish evidence to the Canadian River
40
41
Municipal Water Authority that, with respect to all':
41
42
operations affecting the Aqueduct, that the Contractor
42
43
carries regular contractor liability insurance and, in
43
44
addition, a protective liability policy on behalf of the
44
45
Water Authority which will pay for all costs and expenses
45
46
incurred from damages to the aqueduct facility and related
46
47
claims, with a minimum liability limit of $250,000. A
47
48
Certificate of Insurance shall be furnished to the CRMWA
48
49
by the Contractor prior to proceeding with any work
49
50
affecting the Aqueduct.
50
City of Lubbock, Terminal Storage Reservoir Rehab
City of Lubbock, Terminal Storage Reservoir Rehab
00805-5
01
EXHIBtT `A r '
01
02
02
03
ENGINEER'S STATUS DURING CONSTRUCTION
03
04
04
05
05
06
A.I.
The duties and responsibilites and the limitations of authority
06
07
of Engineer during construction are set forth in the Contract
07
08
Documents and shall not be extended without written consent of
08
09
Owner and Engineer.
09
10
10
11
A.2.
Engineer will make visits to the site at intervals
11
12
appropriate to the various stages of construction as
12
13
Engineer deems necessary in order to observe as an
13
14
experienced and qualified design professional the progress
14
15
that has been made and the quality of the various aspects
15
16
of Contractor's executed Work. Based on information
16
17
obtained during such visitsandobservations, Engineer
17
18
will endeavor for the benefit of Owner to determine, in
18
19
general, if the Work is proceeding in accordance with the
19
20
Contract Documents. Engineer will not be required to make
20
21
exhaustive or continuous on-site inspections to check the
21
22
quality or quantity of the Work. Engineer's efforts will
22
23
be directed toward providing for Owner a greater degree of
23
24
confidence that the completed Work will conform generally
24
25
to the Contract Documents.. On the basis of such
25
26
visits and on-site observations are subject to all the
26
27
limitations on Engineer's authority and responsibility
27
28
set forth in paragraph A.7 and particulary, but
28
29
without limitation, during or as a result of
29
30
Engineer's on-site visits or observations of
30
31
Contractor's Work Engineer will not supervise, direct,
31
32
control or have authority over or be responsible for
32
33
Contractor's means, methods, techniques, secquences or
33
34
procedures of construction, or the safety precautions
34
35
and programs incident thereto, or for any failure of
35
36
Contractor to comply with Laws and Regulations
36
37
applicable to the furnishing or performance of the
37
38
Work.
38
39
39
40
A.3.
The Owner will furnish a Resident Project
40
41
Representative to assist Engineer in providing more
41
42
continuous observation of the Work. The
42
43
responsibilities and authority and limitations thereon
43
44
of any such Resident Project Representative and
44
45
assistants will be asprovided 'in paragraph A.7.
45
46
46
47
A.4.
Engineer will issue with reasonable promptness such
47
48
written clarifications or interpretations of the
48
49
requirements of the Contract Documents (in the form of
49
50
Drawings or otherwise) as Engineer may determine
50
51
necessary, which shall be consistent with the intent of
51
52
and reasonably inferable from Contract Documents.
52
53
Such written clarifications and interpretations will
53
City of Lubbock, Terminal Storage Reservoir Rehab
O1
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
00805-6
be binding on Owner and Contractor. If'Owner or
Contractor believes that a written clarification or
interpretation justifies an adjustment Ah the Contract
Price or the Contract Times and the parties are unable
to agree to the amount or extent thereof, if any,
Owner or Contractor may make a written claim thereof
" as provided in paragraph 24 of the General Conditions.
A.S. Engineer may authorize minor variations in the Work
from the requirements of the Contract Documents which
do not involve an adjustment in the Contract Price or
the Contract Times and are compatible with the design
concept of the completed Project as a functioning
whole as indicated by the Contract Documents. These
may be accomplished by a Field Order and will be
binding on Owner and also on Contractor who shall
perform the Work involved promptly. If Owner or
Contractor believes that a Field Order justifies an
adjustment in the Contract Price or the Contract Times
and the parties are unable to agree as to the amount
or extent thereof,'Owner or Contractor may make a
written claim therefor as provided in paragraph 24 of
the General Conditions.
A.6. Engineer will have authority to disapprove or reject
Work which Engineer believes to be defective, or that
Engineer believes will not produce a completed Project
that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated
by the Contract Documents. Engineer will also have
authority to require special inspection or testing of
the Work as provided in paragraph 21, of the General
Conditions whether or not the Work is fabricated,
installed or completed.
A.7. Limitations on Engineer's Authority and
Responsibilities:
1. Neither Engineer's authority or responsibility under
this paragraph or under any other provision of the
Contract Documents nor any decision made by Engineer
in good faith either to exercise or not exercise or
performance of any authority or responsibility by
Engineer shall create, impose or give rise to any duty
owed by Engineer to Contractor, any Subcontractor, any
Supplier, any other person or organization, or to any
surety for or employee or agent of any of them.
2. Engineer will not supervise,_direct, control or have
authority over or be responsible for Contractor's
means, methods, techniques, sequences or procedures of
construction, or the safetyprecautions and programs
City of Lubbock, Terminal Storage Reservoir Rehab
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
i
01
02
�... 03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
.- 27
28
29
30
r
s
incident thereto, or for any failure of Contractor to
comply with Laws and Regulations applicable to the
furnishing or pperformance of the Work. Engineer will
not be reponsible for Contractor's failure to perform
or furnish the Work in accordance with the Contract
Documents.
3. Engineer will not be responsible for the acts or
omissions of Contractor or of any Subcontractor, any
Supplier, or of any other person or organization
performing or furnishing any of the Work.
4. Engineer's review of the final Application for Payment
and accompanying documentation and all maintenance and
operating instructions, schedules, guarantees, bonds
and certificates of inspection, tests and approvals
and other documentation required to be delivered will
only be to determine generally that their content
complies with the requirements of, and in the case of
certificates of inspections, tests and approvals that
the results certified indicate compliance with, the
Contract Documents.
5. The limitations upon authority and responsibility set
forth in this paragraph shall also apply to Engineer's
Consultants, Resident Project Representative and
assistants.
END OF SECTION
City of Lubbock, Terminal Storage Reservoir Rehab
00805-7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
No Text
7
GENERAL
REQUIREMENTS
1
THIS PAGE LEFT BLANK INTENTIONALLY
PW
01010-1
01 92HI4 SECTION 01010
02
03 SUMMARY OF WORK
04
05 PART 1 - GENERAL
06
07 1.01
08
09 A.
10
11
12 B.
13
14
15
16 C.
17
18
19
20 D.
21
22
23 1.02
24
25 A.
26
27 1.03
28
29 A.
30
31 B.
32
33
34 1.04
35
36 A.
37
38 B.
39
40
41
42 C.
43
44
45 1.05
46
47 A.
48
49
50
51
52
53 1.06
WORK COVERED BY CONTRACT DOCUMENTS
The Work of this Contract consists of rehabilitation of
the terminal storage reservoir.
Furnish all materials, equipment, supplies, appurtenances;
provide all construction plant equipment and tools; and
perform all necessary labor and supervision.
Coordinate the progress of the Work including coordination
between trades, subcontractors, suppliers, public
utilities and Owner to ensure the progress of Work.
It is the intent of this contract that Work proceed in the
most expeditious manner possible.
CONTRACTS
Construct the Work under a single fixed price contract.
WORK SEQUENCE
Coordinate construction schedule and operations with the Owner.
Work to be performed during low flow periods from November
1, 1992 through March 3, 1993.
CONTRACTOR'S USE OF PREMISES
Coordinate use of premises under direction of Engineer.
Assume full responsibility for the protection and
safekeeping of products furnished under this Contract,
stored on or off the site.
Move any stored products under Contractor's control, which
interfere with operations of the Owner.
RIGHTS-OF-WAY
Confine construction operations to the immediate vicinity
of the location indicated on -drawings and use due care in
placing construction tools, equipment, excavated
materials, and supplies, so as to cause the least possible
damage to property.
FENCES
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01010-2
01
02
A.
Maintain all fences affected by the Work until completion
03
of the Work.
04
05
- B.
Do not relocate or dismantle fences which interfere with
06
construction operations before obtaining written
07
permission from the fence owner with an agreement,as to
08
the length of time the fence may be left relocated or
09
dismantled.
10
11
C.
Where fences must be maintained across the construction
12
easement install adequate gates.
13
14
D.
Keep gates closed and locked when not in use.
15
16
E.
At the completion of Work across any tract of land restore
17
fences to their original or better condition and to their
18
original location.
19
20
1.07
PROTECTION OF PUBLIC AND PRIVATE PROPERTY
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
A. Protect, shore, brace, support, and maintain underground
pipes, conduits, drains, and other underground
construction uncovered or otherwise affected by
construction operations.
B. Restore to their original condition, pavement, surfacing,
driveways, curbs, walks, buildings, utility poles, guy
wires, fences, and other surface structures affected by
construction operations, together with sod and shrubs in
yards and parkings, whether within or outside the
easement.
C. Use new materials for replacements.
D. Contractor shall be.responsible for all damage to streets,
roads, highways, shoulders, ditches, embankments,
culverts, bridges, and other public or private property,
regardless of location or character, which may be caused
by transporting equipment, materials, or men to or from
the Work or any part or site thereof, whether by him or
his subcontractors.
E.
50 1.-08
Make satisfactory and acceptable arrangements with the
owner of, or the agency or authority having jurisdiction
over, any damaged property concerning its repair or
replacement or payment of costs incurred in connection
with the damage.
MAINTENANCE OF TRAFFIC
51
52 A. Conduct Work to interfere as little as possible with
53 public travel, whether vehicular or pedestrian.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F 01010-3
01
1. Whenever it is necessary to cross, close, or obstruct
01
02
roads, driveways and walks, whether public or private,
02
r
03
provide and maintain suitable and safe bridges,
03
04
detours, or other temporary expedients for
04
05
accommodation of public and private travel.
05
06
06
07
1.09
OWNER OCCUPANCY
07
08
08
09
A.
Owner will occupy the premises during the entire period of
09
�-
10
construction for the conduct of his normal operations.
10
11
Cooperate with Owner in all construction operations to
11
12
minimize conflict, and to facilitate Owner usage.
12
13
13
14
1.10
SUBSTANTIAL COMPLETION
14
15
15
16
A.
For the purposes of establishing when the project is
16
17
substantially complete and suitable for its intended
17
l
18
purpose, the following functional components shall be
18
19
completed:
19
�..
20
1. The side slopes of the terminal storage reservoir
20
+
21
shall be repaired, liner replaced, and the reservoir
21
22
shall be operable for full range.
22
23
23
24
1.11
LINES AND GRADES
24
25
25
26
A.
Construct all Work to the lines, grades and elevations
26
27
indicated on the drawings.
27
28
1. Remove and reconstruct improperly located Work.
28
29
29
30
B.
Engineer will establish or designate 2 basic horizontal
30
31
and vertical controls points.
31
a
32
1. The horizontal and vertical control established or
32
33
designated by Engineer will consist of:
33
±f
34
a. Two horizontal points or one horizontal point and
34
I
35
a bearing.
35
36
b. One vertical point.
36
�.,
37
2. Use these points as datum for the Work.
37
38
3. Provide, without charge, such competent men and tool,
38
39
stakes, and other materials as Engineer may require in
39
40
establishing or designating control points, in
40
41
establishing construction easement boundaries; or in
41
42
checking layout, survey, and measurement work
42
43
performed by Contractor.
43
44
44
45
C.
Provide all additional survey, layout and measurement work
45
46
required.
46
47
1. Work performed by a qualified professional engineer or
47
48
registered land surveyor acceptable to Engineer.
48
49
2. Locate and protect control points prior to starting
49
50
site work, and preserve all permanent reference points
50
!^
51
during construction.
51
(;
52
a. Make no changes or relocations without prior
52
53
written notice to Engineer.
53
City of Lubbock, TerminalStorageReservoir Rehab
G
k',
01010-4
01
b. Report to Engineer when any reference point is
01
02
lost or destroyed, or requires relocation because
02
03
of necessary changes in grades or locations.
03
04
c. Require surveyor to replace Project control points
04
05
which may be lost or destroyed.
05
06
1) Establish replacements based on original
06
07
survey control.
07
08
3. Establish lines and levels, locate and lay out, by
08
09
instrumentation and similar appropriate mean.
09
10
a. Site improvements:
10
11
1) _Stakes for grading, fill and topsoil
11
12
placement.
12
13
2) Utility slopes and invert elevations.
13
14
b. Batter boards for structures.
14
15
c. Building foundation, column locations and floor
15
16
levels.
16
17
d. Controlling=lines and levels required for the
17
18
mechanical and electrical trades.
18
19
4. From time to time, verify layouts by the same methods.
19
20
5. Maintain a complete, accurate log of all control and
20
21
survey work as it progresses.
21
22
6. On request of Engineer, submit documentation to verify
22
23
accuracy of field engineering work.
23
24
24
25
1.12
REGULATORY REQUIREMENTS
25
26
26
27
A.
Comply with all federal, state and local laws,
27
28
regulations, codes, and ordinances applicable to the Work.
28
29
29
30
B.
References in the Contract Documents to local codes.shall
30
31
mean those of the City of Lubbock, Texas.
31
32
32
33
C.
Other standards and codes which apply to the Work are
33
34
designated in the Specifications.
34
35
35
36
1.13
CUTTING AND PATCHING
36
37
37
38
A.
Contractor shall be responsible for all cutting, fitting
38
39
and patching, including attendant excavation and backfill,
39
40
required to complete the Work or to:
40
41
1. Make its several parts fit together properly,
41
42
2. Uncover portions of the Work to provide for
42
43
installation of ill-timed work.
43
44
3. Remove and replace defective work.
44
45
4. Remove and replace work not conforming to requirements
45
46
of Contract Documents.
46
47
5. Remove samples of installed work as specified for
47
48
testing.
48
49
49
50
B.
Provide products as specified or as required to complete
50
51
cutting and patching operations.'
51
52
52
53
C.
Inspection:
53
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
7,
City of Lubbock, Terminal Storage Reservoir Rehab
01010-5
1.
Inspect existing conditions of the Project, including
01
elements subject to damage or to movement during
02
cutting and patching.
03
2.
After uncovering work, inspect the conditions
04
affecting the installation of products, or perforniance
05
of the work.
06
3.
Report unsatisfactory or questionable conditions to
07
the Engineer in writing; do not proceed with the Mork
08
until the Engineer has provided further instructions.
09
10
D. Preparation:
11
1.
Provide adequate temporary support as necessary to
12
assure the structural value or integrity of the
13
affected portion of the Work.
14
2.
Provide devices and methods to protect other portions
15
of the Project from damage.
16
3.
Provide protection from the elements for that portion
17
of the Project which may be exposed by cutting and
18
patching work, and maintain excavations free from
19
water.
20
4.
Execute fitting and adjustment of products to provide
21
a finished installation to comply with specified
22
products, functions, tolerances and finishes.
23
5.
Restore work which has been cut or removed; install
24
new products to provide completed Work in accord with
25
requirements of Contract Documents.
26
6.
Fit work airtight to pipes, sleeves, ducts, conduit
27
and other penetrations through surfaces.
28
29
END OF SECTION
30
31
City of Lubbock, Terminal Storage Reservoir Rehab
No Text
01060-1
f
01
92H14
SECTION 01060
01
02
02
03
SPECIAL CONDITIONS
04
04
05
05
06
PART 1
- GENERAL -
06
07
07
t
08
1.01
PRECONSTRUCTION CONFERENCE
08
09
09
�-
10
A.
A preconstruction conference shall be held at City of
10
11
Lubbock, 600 Municipal Drive, Lubbock, TX 79457 after
11
12
award of Contract. Engineer will notify the Contractor as
12
13
to the date and time:of the conference 2 weeks in advance
13
14
of the proposed date. Owner's representative, Engineer,
14
i
15
Contractor's Project Manager and Project Superintendent,
15
16
and Contractor's Subcontractor Representatives shall
16
17
attend.
17
18
18
19
B.
Suggested Agenda:
19
20
1. Distribution and discussion of:
of
20
21
21
a. List major subcontractors and suppliers.
22
b. Projected construction schedules.
22
23
2. Critical work sequencing.
23
24
3. Major equipment deliveries and priorities.
24
r
25
4. Project coordination:
25
26
a. Designation of responsible personnel.
26
r-
27
5. Procedures and processing of:
27
28
a. Field decisions.
28
t'
29
b. Proposal requests.
29
30
c. Submittals.
30
31
d. Change Orders.
31
32
e. Applications for Payment.
32
33
6. Adequacy of distribution of Contract Documents.
33
A
34
7. Procedures for maintaining record documents.
34
dl
35
8. Use of premises:
35
36
a. Office, work, and storage areas.
36
37
38
b. Owner's requirements.
9. Construction facilities, controls, and construction
37
38
39
aids.
39
40
10. Temporary utilities.
40
41
11. Safety and first-aid procedures.
41
42
12. Security procedures.
42
43
13. Housekeeping procedures.
43
44
44
a
45
1.02
PROJECT SIGNS
45
46
46
47
A.
Furnish and install one:
47
r
48
1. Contractor's standard sign approved by Owner.
48
49
49
50
B.
Install in location approved by Owner.
50
r
51
51
52
1.03
FIELD OFFICES
52
53
53
r
City of Lubbock, Terminal. Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
01060-2
A. General:
1. Establish a field office located at site of Project
with telephone, facsimile, mailing address, and
sanitary facilities.
2. Assure attendance at this office during the normal
working day. Designate as the office of Contractor's'
Superintendent.
3. At this office, maintain complete field file of shop
drawings, posted Contract Drawings and Specification,
and other files of field operations including
provisions for maintaining "As Recorded Drawings."
B. Furnish for use by the Engineer and Inspector.
1. Services
a. Access to drinking water and toilet facilities.
b. Access to photocopier and facsimile machine.
C.
21 1.04
22
23
24
25
26
27
28
29
30
31
32
A.
Remove Contractor's field offices from site upon
acceptance of the entire work by the Owner.
SITE MAINTENANCE AND TEMPORARY PAINTING
Paint and maintain in good repair temporary structures,
fences, barricades and related items.
B. Keep site clean of debris, rubble and paper. Store and
stockpile materials in an orderly manner and protect
against damage.
C. Maintain conditions of access road to site such that
access is not hindered as the result of construction
related deterioration.
33
34 1.05 DRAWINGS AND CONTRACT DOCUMENTS FOR.CONTRACTOR USE
35
36 A. Refer to General Conditions.
37
38 B. Contractor shall pick up all "no -charge" documents within
39 10 days from date of Notice to Proceed.
40
41 C. Additional documents after "no -charge". documents will be
42 furnished to Contractor at costa
43
44 1.06 PROJECT PHOTOGRAPHS
45
46 A. At least once each month during construction of the work,
47 provide a professional photographer to take progress pictures
48 as directed by Engineer. Furnish threeglossy color prints
49 (approximately 8 x 10 IN) and each negative, with all rights
50 of reproduction, to Owner. Provide number of photographs as
51 follows:
52 1. Five photos per month.
53
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
City of Lubbock, Terminal Storage Reservoir Rehab
01060-3
O1
B.
Contractor shall schedule and coordinate photographer with
01
02
Engineer's Field Representative.
02
03
03
04
C.
Date all photographs.
04
05
05
06
1.07
TESTING
06
07
07
08
A.
Except as set out in other sections of Contract Documents,
08
09
payment for soil, concrete and other testing is as
09
10
follows:
10
11
1. Soils and concrete testing: The Owner will pay for
11
12
"Passing" soils and "Passing" concrete tests on the
12
13
Project. Costs of corrective action, costs of
13
14
"Failing" soils and concrete tests, and cost of
14
15
testing associated with establishment of mix design
15
16
are the sole responsibility of the Contractor.
16
17
2. Other testing: Unless specifically stated otherwise
17
18
in individual sections of specifications or drawings,
18
19
required testing, testing procedures, reports,
19
20
certificates, and costs associated with all phases of
20
21
securing required satisfactory test information which
21
22
may be required by individual sections of
22
23
specifications or drawings are the full responsibility
23
24
of the Contractor.
24
25
25
26
1.08
ORDER OF CONSTRUCTION
26
27
27
28
A.
Construction operations will be scheduled to allow the
28
29
Owner uninterrupted operation of existing adjacent
29
30
facilities. Coordinate connections with existing work to
30
31
ensure timely completion of interfaced items.
31
32
32
33
B.
At no time shall Contractor or his employees modify
33
34
operation of the existing facilities or start construction
34
35
modifications without approval of the Owner except in
35
36
emergency to prevent or minimize damage.
36
37
37
38
1.09
PROJECT MEETINGS
38
39
39
40
A.
The Engineer shall conduct construction meetings
40
41
involving:
41
42
1. Contractor's Project Manager.
42
43
2. Contractor's Project Superintendent.
43
44
3. Owner's designated Representative(s).
44
45
4. Engineer's designated Representative(s).
45
46
5. Contractor's subcontractors as appropriate to the work
46
47
in progress.
47
48
48
49
B.
Conduct meetings monthly at the Project field office of
49
50
the Contractor.
50
51
51
52
C.
The Engineer shall take meeting minutes and submit copies
52
53
of meeting minutes to participants and designated
53
City of Lubbock, Terminal Storage Reservoir Rehab
01060-4
01
recipients identified at the Preconstruction Conference.
01
02
Corrections, additions or deletions to'the minutes shall
02
03
be noted and addressed at the following meeting.
03
04
04
05
D.
The Engineer shall schedule meetings for most convenient
05
06
time frame.
06
07
07
08
E.
The Engineer shall have available at each meeting full
08
09
chronological file of all previous^meeting minutes.
09
10
10
11
F.
The Contractor shall have available at each meeting
11
12
up-to-date record drawings.
12
13
13
14
G.
Suggested Agenda:
14
15
1. Review of work progress.
15
16
2. Field observations, problems, and conflicts.
16
17
3. Problems that impede construction schedules.
17
18
4. Review of off-site fabrication and delivery schedules.
18
19
5. Corrective measures and procedures to regain projected
19
20
schedules.
20
21
6. Revisions to construction schedules.
21
22
7. Plan progress schedules during succeeding work period.
22
23
8. Coordination of schedules.
23
24
9. Review submittal schedules; expedite as required.
24
25
10. Maintenance of quality standards.
25
26
11. Review proposed changes for effect on construction
26
27
schedules and on completion dates.
27
28
12. Other business.
28
29
29
30
1.10
SPECIAL CONSIDERATIONS
30
31
31
32
A.
Contractor shall.be responsible for negotiations of any
32
33
waivers or alternate arrangements required to enable
33
34
transportation of materials to the site:
34
35
35
36
END OF SECTION
36
City of Lubbock, Terminal Storage Reservoir Rehab
r
r
City of Lubbock, Terminal Storage Reservoir Rehab
01150-1
01
92F30
SECTION 01150
01
02
02
03
APPLICATION FOR PAYMENT
03
04
04
05
05
06
PART 1
- GENERAL
Q6
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Submittal of applications for payment.
10
11
11
12
B.
Related Sections include but are not necessarily limited
12
13
to:
13
14
1. Division 0 - Bidding Requirements, Contract Forms, and
14
15
Conditions of the Contract.
15
16
2. Division 1 - General Requirements.
16
17
17
18
.1.02
FORMAT AND DATA REQUIRED
18
19
19
20
A.
Submit applications typed on AIA Document G702, G703; NSPE
20
21
Document 1910-8-E, Application for Payment; or a similar
21
22
form, with itemized data typed on 8-1/2 x 11 IN white
22
23
paper continuation sheets.
23
24
24
25
B.
Provide itemized data on continuation sheet:
25
26
1. Format, schedules, line items, and values: Those of
26
27
the Schedule of Values.
27
28
28
29
1.03
PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT
29
30
30
31
A.
Application Form:
31
32
1. Fill in required information, including that for
32
33
Change Orders executed prior to the date of submittal
33
34
application.
34
35
2. Fill in summary of dollar values to agree with the
35
36
respective totals indicated on the continuation
36
37
sheets.
37
38
3. Execute certification with the signature of a
38
39
responsible officer of the Contractor's firm.
39
40
40
41
B.
Continuation Sheets:
41
42
1. Fill in total list of all scheduled component items of
42
43
Work, with item number and the scheduled dollar value
43
44
for each item.
44
45
2. Fill in the dollar value in each column for each
45
46
scheduled line item when work has been performed or
46
47
products stored, rounding off values to nearest
47
48
dollar.
48
49
3. List each Change Order executed prior to the date of
49
50
submission at the end of the continuation sheets:
50
51
a. List by Change Order number and description, as
51
52
for an original component item of work.
52
53
53
City of Lubbock, Terminal Storage Reservoir Rehab
01150-2
01
1.04
SUBSTANTIATING DATA FOR PROGRESS PAYMENTS
02
03
A.
When Owner or Engineer requires substantiating data,
04
Contractor shall submit suitable information, with a cover
05
letter identifying:
06
1. Project.
07
2. Application number and date.
08
3. Detailed list of enclosures.
09
4. For stored products:
10
a. Item number and identification as shown on
11
application.
12
b. Description of specific material.
13
14
B.
Submit one copy of data and cover letter for each copy of
15
application.
16
17
1.05
PREPARATION OF APPLICATION FOR FINAL PAYMENT
18
19
A.
Fill in application form as specified for progress
20
payments.
21
22
B.
Use continuation sheet for presenting the final statement
23
of accounting as specified in Section 01700.
24
25
1.06
SUBMITTAL PROCEDURE
26
27
A.
Submit applications for payment to Engineer at the times
28
stipulated in the General Conditions.
29
30
B.
Quantity: Five copies of each application.
31
.32
C.
When Engineer finds the application properly completed and
33
correct, he will transmit a Certificate for Payment to
34
Owner, with a copy to Contractor.
35
36
1.07
PAYMENTS
37
38
A.
Failure to Submit Schedules and Plans':
39
1. Progress payments will be withheld if updated
40
schedules are not submitted in accordance with Section
41
01310.
42
43
END OF SECTION
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
I
01
02
03
04
05
06
07
08
09
6 10
11
12
13
14
15
16
i PM 17
18
19
20
21
22
23
24
25
26
7, 27
28
29
30
7 31
32
33
F7 34
1 35
36
37
F"! 38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
92G30 SECTION 01310
CONSTRUCTION SCHEDULES
PART 1 - GENERAL
1.01 SUMMARY
A. The Contractor shall prepare and submit to the Engineer
estimated construction progress schedules for the Work,
with subschedules of related activities that are essential
to its progress.
B. Submit revised progress schedules periodically, but not
less frequently than bimonthly.
C. Owner may require Contractor to add to his plant,
equipment, or construction forces, as well as increase the
working hours if operations fall behind schedule at,any
time during the construction period.
D. Related Sections include but are not necessarily limited
to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 General Requirements.
1.02 FORM OF SCHEDULES
A. Prepare schedules in the form of a horizontal bar chart:
1. Provide separate horizontal bar for each trade or
operation.
2. Horizontal time scale: Identify the first work day of
each week.
3. Scale and spacing: Allow space for notations and
future revisions.
4. Minimum sheet size: 11 X 17 IN.
5. Maximum sheet size: 24'x 36 IN.
B. Format of listings:
1. The chronological order of the start of each item of
work by:
a. Major building division.
b. Major element of work.
C. Identification of Listings:
1. By major specification section numbers.
1.03 CONTENT OF SCHEDULES
A. Construction progress schedule shall show:
1. The complete sequence of construction by activity..
City of Lubbock, Terminal,Storage Reservoir Rehab
01310-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01310-2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17 B.
18
19 .
20
21
22
23
24
25 C.
26
27
28 D.
29
30
31 E.
32
33
34 F.
35
36
37 1.04
38
39 A.
40
41 B.
42
43
44
45
46
47
48 C.
49
50
51
52
53
2. The dates for the beginning and completion of each
major element of construction, specifically listing.
a. Site preparation.
b. Liner removal.
c. Earthwork.
d. Soil cement placement (if applicable).-
e.
pplicable).-e. Concrete placement (if applicable).
f. Cellular confinement system placement (if
applicable).
g. Liner replacement and repair (if applicable).
h. Subcontractor work.
3. Projected percentage of completion for each item, as
of the first day of each month.
4. Show overall percent complete, both projected and
actual. -
Submittal schedules for shop drawings and product data
shall show:
1. Dates for Contractor's submittals.
2. Dates approved submittals will be required from
Engineer. Extensions of time for delays in submittal
approval shall only be allowed as provided in Section
01340.
Product Delivery Schedules:
1. Show delivery dates for all major items of equipment.
Prepare and submit subschedules for each separate stage of
work specified in Section 01010.
Provide subschedules to define critical portions of prime
schedules.
Provide projection of cash flow requirements with
schedule.
PROGRESS REVISIONS
Indicate progress of each activity to date of submission.
Show changes occurring since previous submission of
scheduler
1. Major changes in scope.
2. Activities modified since previous submission.
3. Revised projections of progress and completion.
4. Other identifiable changes.
Provide a narrative report as needed to define:
1. Problem areas, anticipated delays, and the impact on
the schedule.
2. Corrective action recommended, and its effect.
3. The effect of changes on schedules of other prime
contractors.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
i
01310-3
City of Lubbock, Terminal Storage Reservoir Rehab
1
01
01
02
1.05
SUBMISSIONS
02
03
03
1
04
A.
Submit initial schedules within 10 days after the
04
05
effective date of the agreement:
05
06
1. Engineer will review schedules and return review copy
06
p
07
within 10 days after receipt.
07
08
2. If required, resubmit within 7 days after return of
08
09
review copy.
09
10
10
11
B.
Number of copies for each submission shall be as required
11
12
by Section 01340 unless otherwise agreed to at the
12
13
Pre -Construction Conference.
13
14
14
15
1.06
DISTRIBUTION
15
16
16
17
A.
Engineer will distribute copies of the accepted schedules
17
4:
18
as following unless otherwise agreed to at the
18
19
Pre -Construction Conference:
19
20
1. One copy to Owner.
20
C
21
2. One copy to be retained in Engineer's file.
21
22
3. One copy to Resident Project Representative.
22
23
4. One copy to Contractor to be kept on file.
23
24
5. Remainder to Contractor for his distribution.
24
25
25
26
B.
Schedule recipients will report promptly to Engineer and
26
27
Contractor, in writing, any problems anticipated by the
27
28
projections shown in the schedules.
28
29
29
Il
330 1
END OF SECTION
30
City of Lubbock, Terminal Storage Reservoir Rehab
THIS PAGE LEFT BLANK INTENTIONALLY
A'R
t,
F�
01
02
03
04
05
06
07
08
09
,.., 10
11
12
13
14
1 15
16
�.. 17
18
19
20
Pok 21
22
23
•^ 24
25
26
27
28
29
30
PM 31
32
33
34
35
36
37
i PM 38
39
40
41
42
43
44
45
46
47
rl 48
49
50
51
52
53
92H14 . SECTION 01340
SHOP DRAWINGS, PRODUCT DATA & SAMPLES
PART 1 - GENERAL
1.01 SUMMARY
A. General:
I. Section Addresses:
a. Mechanics of Shop Drawing Process.
B. Related Sections include but are not necessarily limited
to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Sections in Divisions 2 through 16 identifying
-submittal requirements.
1.02 SUBMITTALS: GENERAL
A. Transmit all submittals to:
HDR Engineering, Inc.
12700 Hillcrest Rd., Suite 125
Dallas, TX 75230-2096
Attn: Mr. Joe W. Ezzell,.P.E.
B. Utilize two copies of attached Exhibit "A" to transmit all
shop drawings and samples.
C. All transmittals must be from Contractor and bear his
approval stamp. Transmittals will not be received from or
returned to subcontractors.
1. Shop drawing transmittal stamp shall read
"(Contractor's Name) represents that we have
determined and verified all field dimensions and
measurements, field construction criteria, materials,
catalog numbers, and similar data, and that we have
checked with the requirements of the Work and the
Contract Documents." Transmittals will not be received
from or returned to subcontractors.
2. Operation and Maintenance Manual transmittal stamp may
be Contractor's standard approval stamp.
D. Provide submittal information defining specific equipment
or materials utilized on the project. Generalized product,
information not clearly defining specific equipment or
materials.to be provided will be rejected.
E. Calculations required in individual specification sections
City of Lubbock, Terminal Storage Reservoir.Rehab
01340-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
01340-2
will be received for information purposes only and will be
returned stamped "E. Engineer's Review Not Required" to_
acknowledge receipt.
F. Submittal Schedule:
1. Schedule of shop drawings:
a. Submitted and approved within 20 days of receipt
of Notice to Proceed.
2. Shop drawings:
a. Submittal and approval prior to 50 percent,
completion.
G. Retainage will not be reduced below 10 percent until all
shop drawings are approved:
16 1.03 SUBMITTALS: SHOP DRAWINGS
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32 '
33
34
35
36
37
38 -
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
A. Transmittal Mechanics:
1. Number transmittals consecutively beginning with 1.
2. Assure resubmitted items retain the original number
but with an added suffix letter starting with "A."
3. Restrict each letter of transmittal to only one
Specification Section or portion thereof.
4. Provide breakout of each transmittal component on
transmittal form "A." Each component thus defined will
receive specific action by the Engineer. Define
manufacturer, item, tag number, and Drawing/
Specification reference.
5. Do not change the scope of any resubmittal from the
original transmittal scope. If some components of the
original transmittal''received "A" or "B" Action and
others did not, resubmit the "A" or "B" Action
components in subsequent resubmittal packages.
Provide a summary sheet containing all components of
the original transmittal at the front of each
resubmittal. Indicate each component as either A or
B, "outstanding," or "submitted for action." Reference
items previously receiving "A" or "B" Action to the
transmittal in which "A" or "B" Action was received.
"Outstanding" items are defined as items previously
not receiving "A" or "B" Action and not yet
resubmitted for re review. Use this term "Submitted`
for action" to indicate items which are included for
review in the transmittal.
6. For 8-1/2 x 11 IN size sheets,` provide four copies of
each page for Engineer plus the number required by the
Contractor. The number of copies required by the
Contractor will be defined 4l; the�Preconstruction
Conference, but shall not exceed 6.
7. For items not covered in paragraph 6, submit one
reproducible transparency and one print of each
drawing until approval is obtained. Utilize mailing
tube; do not fold. The Engineer will mark and return .
City of Lubbock, Terminal:Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
71 14
15
16
.. 17
18
19
20
PM 21
22
23
P" 24
25
26
PM 27
28
29
30
31
32
33
,.. 34
35
36
37
38
39
40
41
42
43
r, 44
45
l ; 46
47
48
49
50
PM 51
52
53
r•
E,
the reproducible to the Codtractor for'his
reproduction and distribution.
S. Provide clear space (3 IN SQ) for Engineer stamping of
each component defined in A.5.
9. Contractor shall not use red color for marks on
transmittals. Duplicate all marks on all copies
transmitted, and ensure marks are photocopy:
reproducible. Outline Contractor marks on
reproducible transparencies with a rectangular box.
B. Transmittal Contents:
1. Coordinate and identify shop drawing contents so that
all items can be easily verified by the Engineer.
2. Identify equipment or material use, tag number,
drawing detail reference, weight, and _other project
specific information.
3. Provide sufficient information together with technical
cuts and technical data to allow an evaluation to be
made to determine that the item submitted is in
compliance with the Contract Documents.
4. Submit items like equipment brochures, cuts of
fixtures, product data sheets or catalog sheets on
8-1/2 x 11 IN pages. Indicate exact item or model and
all proposed options.
5. Include legible scale details, sizes, dimensions,
performance characteristics, capacities, test data,
anchoring details, installation instructions, storage
and handling instructions, color charts, layout
drawings, parts catalogs,.rough-in diagrams, wiring
diagrams, controls, weights and other pertinent data.
Arrange data and performance information in format
similar to that provided in Contract Documents.
Provide, at minimum, the detail provided in the
Contract Documents.
6. If proposed equipment or materials deviate from the
Specifications or Drawings in,any way, clearly note
the deviation and justify the said deviation in detail
in a separate letter immediately following transmittal
sheet. If explanation is not given, shop drawings
will be returned without action.
1.04 SUBMITTALS: SAMPLES
A. Identify sample as to: manufacturer, item, use, type,
project designation, tag number, specification section or
drawing detail reference, color, range, texture, finish
and other pertinent data.
B. Include application specific brochures, and installation
instructions.
C. Provide Contractor's stamp of approval on samples as
indication of his checking and verification of dimensions
City of Lubbock, Terminal Storage Reservoir Rehab
01340-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
01340-4
and coordination with interrelated work.
D. Resubmit samples of rejected items.
E. Approved samples submitted or constructed, constitute
criteria for judging`completed work. Finished work or
items not equal to samples will be rejected.
F. Samples may be retained for comparison purposes. Remove
samples when directed. Include in bid all costs of
furnishing and removing samples.
13 1.05
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
A.
SUBMITTALS: SHOP DRAWINGS: ENGINEER'S REVIEW ACTION
Items within transmittals will be reviewed for overall
design intent and will receive one of the following
actions:
A - FURNISH AS SUBMITTED
B - FURNISH AS NOTED (BY ENGINEER)
C - REVISE AND RESUBMIT
D - REJECTED
E ENGINEER'S REVIEW NOT REQUIRED`
B. Transmittals received will be initially reviewed to
ascertain inclusion of Contractor's approval stamp.
Drawings not stamped by the Contractor or stamped with a
stamp containing language other than that specified in
Paragraph 1.02 D will not be reviewed for technical
content and will be returned without any action.
C. Transmittals returned with Action "A" or "B" are
considered ready for fabrication and installation. If for
any reason a transmittal that has an "A" or "B" Action is
resubmitted, it must be accompanied by a letter defining
the changes that have been made and the reason for the
resubmittal. Destroy or conspicuously mark "SUPERSEDED"
all documents having previously received "A" or "B" Action
that are superseded by a resubmittal.
D. Transmittals with Action "A" or "B" combined with Action
"C" (Revise and Resubmit) or "D" (Rejected) will be
individually analyzed giving consideration as follows:
1. The portion of the transmittal given "C" or "D" will
not be distributed (unless previously agreed to
otherwise at the Preconstruction Conference). One
copy or the one transparency of the "C" or "D"
drawings will be marked up and returned to the
Contractor. Correct and resubmit items so marked.
2. Items marked "A" or "B" will be fully distributed.
3. If a portion of the items or system proposed are
acceptable, however, the major part of the individual
drawings or documents are incomplete or,require
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
7 01
Jyy
03
04
05
06
07
08
09
10
. ( 11
12
13
14
15
16
17
18
19
20
21
22
23
r
r
revision, the entire submittal may be given "C" or "D"
Action. This is at the sole discretion of the
Engineer. In this case, some drawings may contain
relatively few or no comments or the statement,
"Resubmit to maintain a complete package."
Distribution to the Owner and field will not be made
(unless previously agreed to otherwise).
E. Failure to include any specific information specified
under the submittal paragraphs of the specifications will
result in the transmittal being returned to the Contractor
with "C" or "D" Action.
F. In addition to calculations stamped and returned "E.
Engineer's Review Not Required," other transmittals such
as submittals which the Engineer considers as "Not
Required," submittal information which is supplemental to
but not essential to prior submitted information, or items
of information in a transmittal which have been reviewed
and approved in a prior transmittal, will be returned with
Action "E. Engineer's Review Not Required."
END OF SECTION
City of Lubbock, Terminal Storage Reservoir Rehab
01340-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
No Text
Exhibit A
Shop Drawing Transmittal No.
Project Name:
Date Received:
Project owner:
Ctwdced BY
Contractor:
HDR Engineering. Inc. Lap Page:
Address:
Address: HDR No.:
Spec. Section:
Attn.:
Date Transmitted:
Am.: let. Sub. U ReSub. U
Previous Transmittal Date:
rN-oDasctiption
Copes
Manufacturer or Data ActionTaken*
N
Remarks:
P I •
E
'The Action Designated Above is in Accordance with the Following legend:
A - Furnish as Submitted D - Rejected
7-
r
8 - Furnish as Noted
C - Revise and Submitt
1. Not enough information for review.
2 No reproducibles submitted.
3. Copies illegible.
4. Not enough copies submitted.
S. Wrong sequence number.
6. Wrong resubmittal suffix.
7. Wrong spec. section.
S. Wrong form used.
9. See comments.
Comments:
Distribution: Contractor U File ( J
E - Engineer's review not required
1. Submittal not Required.
2 Supplementallrtforr tion. Submittal
retained for informational purposed only.
3. Information reviewed and approved on
4. Scsomtn
I
l____
By pate
Field U Owner U Otfier U
No Text
01370-1
t
01
92F30
SECTION 01370
01
02
02
03
SCHEDULE OF VALUES
03
04
04
05
05
06
07
PART
1 - GENERAL
06
07
08
1.01
SUMMARY
08
09
09
t'
10
A.
Submit to Engineer a Schedule of Values allocated to the
10
11
various portions of the Work within 10 days after
11
12
Effective Date of Agreement.
12
�.`
13
14
B.
Upon request of Engineer, support the values with data
13
14
15
that will substantiate correctness.
15
16
17
C.
An unbalanced Schedule of Values providing_ overpayment of
16
17
18
Contractor on items of the Work that -will be performed
18
19
early will not be accepted.
19
!�
Z020
21
D.
Revise and resubmit the Schedule of Values until
21
22
acceptable to Engineer.. No Applications for Payment shall
22
r„
23
be submitted until Schedule of Values is accepted.
23
24
24
25
E.
The Schedule of Values, when accepted by Engineer, shall
25
26
be used only as the basis for the Contractor's
26
27
Applications for Payment.
27
28
28
29
F.
Related Sections include but are not necessarily limited
29
30
to:
30
1
31
1. Division 0 - Bidding Requirements,°Contract Forms, and
31
32
Conditions of the Contract.
32
33
2. Division 1 - General Requirements.
33
^'
34
34
35
1.02
FORM AND CONTENT OF SCHEDULE OF VALUES
35
36
36
rr
37
A.
8-1/2 x 11 IN white paper.
37
38
38
39
B.
Contractor's standard forms and automated printout will be
39
40
considered for approval by Engineer upon Contractor's
40
f
41
request.
41
42
42
43
C.
Identify schedule with:
43
r
44
1. Title of.Project and location.
44
45
2. Engineer and Project number.
45
46
3. Name and address of Contractor.
46
�..
47
4. Contract designation.
47
t
48
5. Date of submission.
48
49
49
50
D.
List the installed value of the component parts of the
50
51
Work in sufficient detail to serve as a basis for
51
52
computing values for progress payments during
52
53
construction.
53
r
City of Lubbock, Terminal Storage Reservoir Rehab
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
'01370-2
E. Follow the Table of Contents of this Document as the
format for listing component items:
1. Identify each line item with the number and title of
the respective major section of the Specifications.
2. List subvalues of major products or operations under,
the item:
a. For concrete values, include:
1) Forming.
2) reinforcing steel.
3) concrete:
F. Such items as bond and insurance premiums, temporary
construction facilities, and job mobilization and
demobilization shall be listed separately.
G. For the Various Portions of the Work:
1. Each item shall include a directly proportional amount
of the Contractor's overhead and profit.
2. For items on which -progress payments will be requested
for stored materials, break down the value into:
a. The cost of the materials, delivered and unloaded.
b. The total value of labor for installing the
material, including Contractor's overhead and
profit.
3. Submit a subschedule for each separate stage of Work
specified in Section 01010.
H. The sum of all values listed in the schedule shall equal
the total.Contract Price.
1.03 SUBSCHEDULE OF UNIT MATERIAL VALUES
A. Submit a subschedule of unit costs and quantities for:
1. Products on which progress payments will be requested
for stored products.
B. The form of submittal shall parallel that of the Schedule
of Values, with each item identified the same as the line
item in the.Schedule of Values
C. The unit quantity for bulk materials shall include an
allowance for normal waste.
D. The unit value for the materials shall be broken down
into:
1. Cost of the material,'delivered and unloaded at the
site, with taxes paid.
2. Installation costs, including Contractor's overhead
and profit.
E. The installed unit value multiplied by the quantity listed
shall equal the cost of that item in the Schedule of.
Values.
City of Lubbock, Terminal Storage'Reservoir'Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
O1
02
01370-3
O1
END OF SECTION 02
City of Lubbock, Terminal Storage Reservoir Rehab
THIS PAGE LEFT BLANK INTENTIONALLY
i
01500-1
�I
01
92H14
SECTION 01500
01
02
02
03
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
03
04
04
05
05
06
PART
1 - GENERAL
06
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Construction facilities and temporary controls.
11
12
,.,
13
B.
Related Sections include but are not necessarily limited
13
i
14
to:
14
15
1. Division 0 - Bidding Requirements, Contract Forms, and
15
16
Conditions of the Contract.
16
*"
17
2. Division 1 - General Requirements.
17
18
18
19
1.02
QUALITY ASSURANCE
g
l
20
21
A.
Referenced Standards:
20
22
1. Comply with applicable federal, state, and local laws,
22
23
codes, regulations and ordinances.
23
24
2. Comply with utility company requirements.
P4
25
25
26
26
►�
27
PART 2 - PRODUCTS
27
28
28
29
2.01
GENERAL
29
^,
30
31
A.
Products used to satisfy the requirements of this Section
30
31
32
shall be new or used and must be serviceable, adequate for
32
33
the intended purpose, and must not violate the requirements'
33
!"
34
of any applicable codes or standards.
34
35
35
36
B.
Owner will pay all electrical costs during construction.
36
+-
37
37
A`
38
2.02
TEMPORARY UTILITIES
38
39
39
40
A.
Power:
40
41
1. Contractor may use existing receptacle outlets for
41
42
small power tools with 120 V, single-phase, 15 amp,
42
43
and grounding connection plugs at no charge for power
43
�^
44
energy.
44
45
a. Use of existing receptacle outlets shall be in
45
46
such a manner to minimize inconvenience to Owner
46
47
and his employees. The contractor shall insure
47
48
use of receptacles will not overload circuits.
48
49
b. Provide any required extension cords.
49
50
c. Extension cords shall be supported or guarded to
50
"!
51
positively prevent any hazard of any kind to
51
?'!
52
Owner's personnel. Extension cords not in use
52
53
shall be removed. Contractor shall relocate any
53
r�
City of Lubbock, Terminal Storage Reservoir Rehab
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01500-2
extension cords deemed by the Owner as hazardous.
2. Equipment testing:
a. Owner will pay for energy.
b. Contractor to pay all costs for temporary wiring,
if required.
3. Arrange for and pay all costs associated with power
service to the Contractor's field offices and to
Contractor's storage sheds, and pay all costs for
energy used.
4. Where no receptacle outlet is available and for
construction equipment larger than 15 amps, 120 V,
single-phase, arrange for and pay all costs associated
with temporary power service either from the local
utility or a portable engine -generator.
5. Pay all costs for installation and removal of service,
and power used.
B. Water:
1. Provide all water required for construction purposes
except as otherwise indicated.
2. Provide all drinking water required by personnel. Pay
all costs.
3. Provide temporary pumping, piping and valves, as
necessary. Water may be obtained from a well located
just south of terminal storage reservoir also, water
remaining in the reservoir may be used by the
Contractor during construction.
C. Sanitary and Personnel Facilities:
1. Provide sanitary facilities:
a. As required by laws and regulations.
b. Not less than one facility for every 20 employees
of Contractor and subcontractors at the site.
2. Service, clean and maintain facilities and enclosures.
3. Do not permit construction personnel to use Owner's
sanitary or personnel facilities.
D. Telephone Service:
1. Provide telephone service:
a. In Contractor's field office:
1) One direct line instrument with call waiting
service.
2) One facsimile machine with direct line
3) One direct -line instrument for subcontractors
use.
4) Other instruments at Contractor's option.
2. Pay all costs for installation and removal of
telephone and for local service.
3. Toll. charges shall be paid by the party placing the,
call.
4. No incoming calls allowed to Owner's plant telephone
system.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01500-3
2.03 CONSTRUCTION AIDS
A. Provide construction aids and equipment required by
personnel and to facilitate the execution of the work.
B. Completely remove temporary materials, equipment, and
services at completion of the Project.
C. Grade the areas of the site affected by temporary.
installations to required elevations and slopes, clean the
area, and restore to original condition or to specified
condition.
D. Contractor is not to use or ask others to provide use of
plant machinery, including carts and forklifts.
E. Provide ear protection for personnel as required.
2.04 BARRIERS
A. Fencing:
1. The site of the Work is not totally fenced.
2. Provide any additional fencing required to protect
products or to ensure public safety and the safety of
Owner's employees. The placement of temporary fencing
is subject to approval of the Owner.
B. Barriers:
1. Provide suitable barriers as required for public
protection and protection of Owner's employees.
2.05 ENTRY ROADS
A. Contractor, may use existing roadways for access to the
extent practical and shall provide additional access roads
and parking required for the Contractor's personnel or
operations.
1. Maintain drainageways.
2. Provide gravel,_crushed.rock or other stabilization
material to permit access by all motor vehicles at all
times.
3. Coordinate all detours and other operations affecting
traffic and access with Engineer. Provide at least 72
NR notice'of any operations that will alter access to
the treatment plant.
PART 3 - EXECUTION
3.01 TEMPORARY UTILITIES
A. Maintain and operate systems to assure continuous service.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01500-4
01
B.
Modify and extend systems as work progress requires.
01
02
02
03
C.
Completely remove temporary materials and equipment when
03
04
their use is no longer required.
04
05
05
06
D.
Clean and repair damage caused by temporary installations
06
07
or use of temporary facilities.
07
08
08
09
3.02
CONSTRUCTION AIDS
09
1010
11
A.
Relocate construction aids as required by progress of
11
12
construction, storage or Work requirements, and to
12
13
accommodate legitimate requirements by Owner.
13
14
14
15
B.
Completely remove temporary materials, equipment and
15
16
services at completion of the Project.
16
17
17
18
C.
Clean and repair damage caused by installation or by use
18
19
of temporary facilities:
19
20
1. Remove foundations and underground installations for
20
21
construction aids.
21
22
2. Grade the areas of the site affected by temporary
22
23
installations to required elevations and slopes, and
23
24
clean the area.
24
25
25
26
3.03
BARRIERS
26
27
27
28
A.
Install facilities of .a neat and reasonably uniform
28
29
appearance, structurally adequate for the required,
29
30
purposes.
30
31
31
32
B.
Relocate barriers as required by progress of construction.
32
33
33
34
C.
Completely,remove barriers, including foundations, when
34
35
construction has progressed to the point that they are no
35
36
longer needed.
36
37
37
38
D.
Clean and repair damage caused byinstallation, fill and
38
39
grade the areas of the site to required elevations and
39
40
slopes, clean the area and restore to specified condition
40
41
or, if not specified, to original condition.
41
42
42
43
3.04
FIELD OFFICE AND STORAGE SHEDS
43
44
44
45
A.
Fill and grade sites for temporary structures to provide
45
46
surface drainage.
46
47
47
48
B.
Construct temporary field offices and storage sheds on
48
49
proper foundations, provide connections for utility
49
50
services:
50
51
1. Secure portable or mobile buildings when used.
51
52
2. Provide steps and landings at entrance door.
52
53
53
City of Lubbock,'Terminal Storage Reservoir Rehab
01500-5
01
C.
Mount thermometer and rain gauge at convenient outside
01
02
location, not in direct sunlight.
02
03
03
04
D.
Remove temporary field offices, contents and services at a
04
05
time they are no longer needed.
05
06
06
07
E.
Remove storage sheds when they are no longer needed.
07
08
08
09
F.
Remove foundations and debris, grade the site to required
09
10
elevations, clean the areas and restore to specified
10
11
condition or, if not specified, to original condition.
11
12
12
13
END OF SECTION
13
A.
City of Lubbock, Terminal Storage Reservoir Rehab
THIS PAGE LEFT BLANK INTENTIONALLY
01600-1
92F30
SECTION 01600
01
02
PRODUCT DELIVERY, STORAGE, AND HANDLING
03
04
05
PART 1
- GENERAL
06
07
1.01
SUMMARY
08
09
A.
Section Includes:
10
11
1. Scheduling of product delivery.
2. Packaging of products for delivery.
12
3. Protection of products against damage from: -
13
a. Handling.
14
15
b. Exposure to elements -or harsh environments.
-
16
B.
Related Sections include but are not necessarily limited
17
to:
18
1. Division 0 - Bidding Requirements, Contract Forms, and
19
Conditions of the Contract.
20
2. Division 1 - General Requirements.
21
22
C.
Payment:
23
1. No payment will be made to Contractor for equipment
24
not properly stored and insured.
25
a. Previous payments for items will be deducted from
26
subsequent progress estimate(s) if proper storage
27
procedures are not observed.
28
29
1.02
QUALITY ASSURANCE
30
31
A.
Qualifications:
32
1. Follow manufacturer's written directions for storage
33
and handling.
34
35
1.03
DELIVERY, STORAGE, AND HANDLING
36
37
A.
Scheduling:
38
1. Schedule delivery of products or equipment as required
39
to allow timely installation and to avoid prolonged
40
storage.
41
42
B.
Packaging:
43
1. Deliver products or equipment in manufacturer's
44
original unbroken cartons or other containers, clearly
45
and fully marked and identified as to manufacturer,
46
item, and installation location. Provide
47
manufacturer's instructions for storage.
48
49
C.
Protection:
50
1. Protect all products or equipment in accordance with
51
manufacturer's written directions.
52
a. Store products or equipment in location to avoid
53
City of Lubbock, Terminal Storage Reservoir Rehab
01600-2
01
physical damage to items while in storage.
01
02
b. Handle products or equipment in accordance with
02
03
manufacturer's recommendations and instructions.
03 --
04
04
05
05
06
PART
2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION)
06
07
07 --
08
08
09
PART
3 - EXECUTION
09
10
10 �.
11
3.01
FIELD QUALITY CONTROL
11
12
12
13
A.
Inspect all products or equipment delivered to the site
13
14
prior to unloading. Reject all products or equipment that
14
15
are damaged, used, or in any other way unsatisfactory for
15
16
use on Project.
16
17
17
18
B.
Monitor storage area to ensure suitable temperature and
18
19
moisture conditions are maintained.
lg
20
20 _
21
END OF SECTION
21
City of Lubbock, Terminal Storage Reservoir Rehab
A4
01640-1
01
92N14 SECTION 01640
02
,.
03
PRODUCT SUBSTITUTIONS
'
04
05
06
PART 1 - GENERAL
07
08
1.01 SUMMARY
09
10
11
A. General work included in this Section:
1. The procedure for requesting substitution approval for
12
a product which is defined in the Contract Documents
13
by using a manufacturer's or vendor's name, trade
name, catalog number or other specific reference.
114
5
16
B. Related Sections include but are not necessarily limited
17
to:
18
1. Division 0 - Bidding Requirements, Contract Forms, and
19
Conditions of the Contract.
20
2. Division 1 - General Requirements.
21
22
C. Requests for. Substitution - General:
23
1. Base all bids on materials, equipment, and procedures
24
specified.
7
25
2. Certain types of equipment and kinds of material are
26
described in specifications by means of trade names
�.
27
and catalog numbers and/or manufacturer's names.
28
Where this occurs, used, it is not intended to exclude
29
from consideration such type of equipment bearing
30
other trade names, catalog numbers and/or
31
manufacturer's names, capable of accomplishing the
32
same tasks as the types of equipment or kinds of
33
material specifically indicated.
+•�
34
3. Other types of equipment and kinds of material may be
35
acceptable to Owner and Engineer.
36
4. Types of equipment, kinds of material and methods of
37
construction, if not specifically indicated must be
38
approved in writing by Engineer and agreed upon by
39
Owner prior to letting of Contract.
40
r
41
D. Before Submission of Proposals:
f
42
1. Bidder may request substitution of Product at Bidder's '
43
option.
44
2. Requests must be received by Engineer at least 14
l
45
calendar days prior to bid date. Requests received
46
after that time will not be considered.
47
3. No substitution permitted after letting of Contract,
48
except as indicated herein.
49
50
E. After Award of Contract:
51
1. Contractor may request substitution of Product only
52
due to non-availability of specified Product, due to
53
strike, lockout, bankruptcy, discontinuancy of
r -
City of Lubbock, Terminal Storage Reservoir Rehab
r
a
i
el
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01640-2
01 production, proven shortage, or similar occurrence.
02
03 1_.02 QUALITY ASSURANCE
04
05 A. In making request for substitution or in using an approved
06 product, Contractor represents:
07 1. He has investigated proposed product, and has
08 determined that it is equal or superior in all
09 respects to that specified, and that it will perform
10 function for which it is intended.
11 2. He will 'provide same guarantee for substitute item as
12 for product specified.
13 3. He will coordinate installation of accepted
14 substitution into work, to include building
15 modifications if necessary, making such changes as may
16 be required for work to be complete in all respects.
17 4. He waives all claims for additional costs related to
18 substitution which subsequently arise.
19
20 1.03 DEFINITIONS
21
22 A. Product: Manufactured material or equipment.
23
24 1.04 PROCEDURE FOR REQUESTING SUBSTITUTION
25
26 A. Written requests through Contractor only.
27
28 B. Transmittal Mechanics:
29 1. Follow the transmittal mechanics prescribed for shop
30 drawings in Section 01340.
31
32 C. Submit original plus two copies of request for
33 substitution containing the following:
34 1. Product identification:
35 a. Manufacture's name.
36 b. Telephone number and representative contact name.
37 c. Specification section or drawing reference of,
38 originally specified product, including discrete
39 name or tag number assigned to original product in
40 the Contract Documents.
41 2. Manufacturer's literature clearly marked to show
42 compliance of proposed product with Contract
43 Documents.
44 3. Itemized comparison of original and proposed product
45 addressing product characteristics"including but not
46 necessarily limited to:
47 a. Size.
48 b. Composition or materials of construction.
49 c. Weight.
50 4. Product experience:
51 a. Location of past projects utilizing product.
52 b. Name and telephone number of persons associated
53 with referenced projects knowledgeable concerning
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
proposed product.
c. Available field data and reports associated with
proposed product.
5. Data relating to changes in construction schedule.
6. Accurate cost data on proposed substitution in
comparison with product or method specified.
B. Samples:
1. Submit if specifically requested by Engineer. Full
size samples may be required.
2. Held until substantial completion.
3. Engineer not responsible for loss or damage to
samples.
C. Submit requests to:
HDR Engineering, Inc.
12700 Hillcrest Road
Suite 125
Dallas, Texas 75230
Attention: Joe W. Ezzell, P.E.
1.05 APPROVAL OR REJECTION
A. Written approval or rejection of substitution given by the
Engineer.
1. An Addenda listing approved substitutions will be
published for substitution requested in accordance
with 1.01 D of this specification. No verbal or
written approvals other than by Addenda will be valid.
2. Written approval or rejection of a substitution
requested by the Contractor due to the conditions
described in 1.01 E will be provided by the Engineer.
B. Engineer reserves the right to require proposed product to
comply with color and pattern of specified product if
necessary to secure design intent.
C. In event a substitution as approved due to conditions
described in 1.01 E of this specification results in at
change of Contract price or time, provisions in General
Conditions will be applied for adjustment.
D. Substitutions will be rejected if:
1. Submittal is not through the Contractor with his stamp
of approval.
2. Requests are not made in accordance with this Section.
3. In the Engineer's opinion, acceptance will require
substantial revision of the original design.
4. In the Engineer's opinion, substitution is not equal
to original product specified or will not perform
adequately the function for which it was intended.
E. After written approval, Contractor shall follow shop
City of Lubbock, Terminal Storage Reservoir Rehab
01640-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01640-4
01 drawing procedures defined in Section 01340. 01
02 02
03 END OF SECTION 03
City of Lubbock, Terminal Storage Reservoir Rehab
01 92G30 SECTION 01700
02
03 CONTRACT CLOSEOUT
04
05
06 PART 1 - ADMINISTRATIVE PROCEDURES
07
08 1.01
09
10 A.
11
12
13
14
15 1.02
16
17 A.
18
19 1.03
20
21 A.
22
23
24
25
26
27
28
29
30 B.
31
32
33
34 C.
35
36
37
38
39
40
41
42
43 D.
44
45
46
47 1.04
48
49 A.
50
51
52
53
GENERAL
Comply with requirements stated in Contract Forms,
Contract Requirements, and General Requirements, and in
Specifications for administrative procedures in closing
out the Work.
SUBSTANTIAL COMPLETION
See General Conditions.
FINAL INSPECTION
When Contractor considers the Work is complete, he shall
submit written certification that:
1. Contract Documents have been reviewed.
2. Work has been ,inspected for compliance with Contract
Documents.
3. Work has been completed in accordance.with Contract
Documents.
4. Work is completed and ready for final inspection.
Engineer and Owner will make an inspection to verify the
status of completion with reasonable promptness after
receipt of such certification.
Should Engineer Consider That the Work is Incomplete or
Defective.
1. Engineer will promptly notify the Contractor in
writing, listing the incomplete or defective work.
2. Contractor shall take immediate steps to remedy the
stated deficiencies, and send a second written
certification to Engineer that the Work is complete.
3. Engineer will reinspect the Work.
When Engineer finds that the Work is acceptable under the
Contract Documents, he shall request the Contractor to
make closeout submittals.
REINSPECTION FEES
Should Engineer and Owner perform reinspections due to
failure of the Work to comply with the claims of status of
completion made by the Contractor.
1. Owner will compensate Engineer for such additional
services of Consultant.
City of Lubbock, Terminal Storage Reservoir Rehab
01700-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01700-2
01
2. Owner will deduct the amount of such compensation from
02
the final payment to the Contractor.
03
04
1.05
CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER
05
06
A.
Project Record Documents.
07
08
B.
Operating and Maintenance Data, Instructions to Owner's
09
Personnel: As specified in Section.01340.
10
11
C.
Spare Parts and Maintenance Materials: As specified in
12
the individual Specification sections and herein.
13
14
D.
Evidence of Payment and Release of Liens: As specified in
15
the General and Supplementary Conditions.
16
17
E.
Two Copies of Each Specified Special Bond, Warranty, and
18
Service Contract.
19
20
1.06
FINAL ADJUSTMENTS OF ACCOUNTS
21
22
A.
Submit a Final Statement of Accounting to Engineer.
23
24
B.
Statement Shall Reflect All Adjustments to the Contract
25
Sum.
26
1. The original Contract Sum:
27
2. Additions and deductions resulting from:
28
a. Previous Change Orders.
29
b. Deductions for uncorrected Work.
30
c. Deductions for,liquidated damages.
31
d. Deductions for reinspection payments.
32
e. Other adjustments.
33
3. Total Contract Sum, as adjusted.
34
4. Previous payments:
35
5. Sum remaining due.
36
37
.1.07
FINAL APPLICATION FOR PAYMENT
38
39
A.
Contractor shall submit the final Application for Payment
40
in accordance with procedures and requirementsstated in
41
the Conditions of the Contract and those specified below.
42
43
B.
Upon receipt of Final Application for Payment, if the
44
document is correct and complete, the Engineer will notify
45
the Owner that the Final Application for Payment has been
46
reviewed; the Owner, through its Council, will publish
47
notice for claim which will require up to 50 days. If no
48
claims are received and all other conditions are met, the
49
final payment will be made to the Contractor within 10
50
days of the expiration date for receipt of claims.
51
52
53
PART 2
- RECORD DOCUMENTS
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
)t)
1
r
01
02 2.01
03
r 04 A.
05
06
07
08
09
^ 10
11
12
13
14 2.02
15
16 A.
17
18
19
r 20
21
22 B.
,., 23
24
25 C.
26
t" 27
28
29 D.
r• 30
31
32 2.03
33
34 A.
( 35
36
+� 37 2.04
38
39 A.
40
41
42 B.
43
44
45
46
47 C.
48
49
50
51
4 52
53
i„
e
GENERAL
Maintain at Project Site for Owner one record copy of:
1. Drawings.
2. Specifications.
3. Addenda:
4. Change Orders'and other modifications to the Contract.
5. Engineer's field Orders or written instructions.
6. Approved Shop Drawings and Product Data and Samples.
7. Field test records.
S. Construction photographs.
MAINTENANCE'OF DOCUMENTS AND SAMPLES
Store documents and samples in Contractor's field office
apart from documents used for construction.
1. Provide files and racks for storage of documents.
2. Provide locked cabinet or secure storage space for
storage of samples.
File documents and samples in accordance with Data Filing
Format of the Uniform Construction Index.
Maintain documents in a clean, dry, legible condition and
in good order. Do not use record documents for
construction purposes.
Make documents and samples available at all times for
inspection by Engineer.
MARKING DEVICES
Provide felt-tip marking pens for recording information in
the color code designated by Engineer.
RECORDING
Label Each Document "Project Record" in Neat Large Printed
Letters.
Record Information Concurrently With Construction
Progress.
1. Do not conceal any Work until required information is
recorded.
Drawings: Legibly mark to record actual construction.
1. Depths of various elements.
2. Horizontal and vertical locations of underground
utilities and appurtenances referenced to permanent
surface improvements.
3. Location of internal utilities and appurtenances
concealed in the construction referenced to visible
City of Lubbock, Terminal Storage Reservoir Rehab
01700-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49-
50
51
52
53
01700-4
01
and accessible features of the structure.
02
4. Field changes of dimension and detail.
03
5. Changes made by Field Order or by Change Order.
04
6. Detai"1s;not on original Contract Drawings.
05
06
D.
Specifications and Addenda: Legibly mark each section to
07
record.
08
1. Manufacture, trade name, catalog number, and supplier
09
of each product and item of equipment actually
10
installed.
11
2. Changes made by Field Order or by Change Order.
12
13
2.05
SUBMITTAL
14
15
A.
At Contract Closeout, Deliver Record Documents to Engineer
16
for Owner.
17
18
B.
Accompany Submittal with Transmittal Letter in Duplicate,
19
Containing:
20
1. Date.
21
2. Project title and number.
22
3. Contractor's name and address.
23
4. Title and number of each Record Document.
24
5. Signature of Contractor or his authorized
25
representative.
26
27
28
PART 3
- SPARE PARTS AND MAINTENANCE MATERIALS
29
30
3.01
GENERAL
31
32
A.
Provide spare parts, maintenance materials, and special
33
tools as specified in the individual Specification
34
sections.
35
36
B.
Store the Items in a Clean, Dry, Heated Storage Shed or
37
Bonded Warehouse.
38
39
C.
Protect All:items.from Damage During Storage:
40
41
3.02
DELIVERY TO OWNER
42
43
A.
At or prior to the time of the inspection for Substantial
44
Completion deliver all required items to Owner at the.
45
place on the site designated by Owner.
46
1. Contractor and representatives of Owner and Engineer
47
shall inspect and inventory all items delivered.
48
49
B.
Submit to Engineer a Detailed Invoice of All Items
50
Delivered.
51
1. Organize invoice by.Specification sections.
52
2. Indicate on invoice any items delivered that were
53
damaged "or.defective.
City of Lubbock, Terminal StorageReservoir Rehab
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
d
e oll
01700-5
I^
City of Lubbock, Terminal Storage Reservoir Rehab
01
3. Contractor and Owner's and Engineer's representatives
01
02
shall sign invoice certifying that all items listed
02
r
03
were delivered and that, unless otherwise noted on the
03
04
invoice, all items were in good condition at the time
04
`
05
of delivery to Owner.
05
06
06
07
C.
Engineer will review invoice for completeness and inform
07
(.
08
Contractor promptly of any deficiencies therein.
08
09
09
r
10
D.
Contractor shall deliver all additional items identified
10
11
by Engineer and replace all damaged and defective items
11
12
noted on the original invoice before requesting final
12
13
inspection.
13
t
14
14
15
E.
Invoices for additional and replacement items, signed by
15
16
Contractor and Owner's and Engineer's representatives,
16
17
shall be submitted.
17
is
18
19
3.03
PAYMENT
19
20
20
r.
21
A.
No Certification of Substantial Completion will be issued
21
22
by Engineer until the required invoice is submitted for
22
23
review.
23
24
24
25
B.
Final payment will not be made until all specified spare
25
26
parts, maintenance materials, and special tools have been
26
27
delivered to Owner in acceptable condition.
27
28
28
29
29
30
END OF SECTION
30
I^
City of Lubbock, Terminal Storage Reservoir Rehab
No Text
01710-1
29 A. Cleaning Agents:
30 1. Compatible with surface being cleaned.
31 2. New and uncontaminated.
32 3. For Manufactured Surfaces: Material recommended by
33 manufacturer.
34
35
36 PART 3 - EXECUTION
37
38 3.01 CLEANING - GENERAL
39
40 A. Prevent accumulation of wastes that create hazardous
41 conditions.
42
43 B. Conduct cleaning and disposal operations to comply with laws
44 and safety orders of governing authorities.
45
46 C. Do not dispose of volatile wastes such as mineral spirits,
47 oil, or paint thinner in storm or sanitary drains or sewers.
48
49 D. Dispose of degradable debris at an approved solid waste
50 disposal site.
51
52 E. Dispose of nondegradable debris at an approved solid waste
53 disposal site or in an alternate manner approved by Engineer
r'. City of Lubbock, Terminal Storage Reservoir Rehab
4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
92G30
SECTION 01710
02
�-
03
CLEAN UP
04
05
007
PART
1 - GENERAL
08
1.01
SUMMARY
09
+^
10
A.
Section Includes:
11
1. Intermediate and final cleaning of Work not including
12
special cleaning of closed systems specified elsewhere.
13
14
B.
Related Sections include but are not necessarily limited to`
15
1. Division 0 -"Bidding Requirements, Contract Forms, and
16
Conditions of the Contract.
17
2. Division 1 - General Requirements.
18
19
1.02
STORAGE AND HANDLING
20
21
A.
Store cleaning products and cleaning wastes in containers
22
specifically designed for those materials.
23
24
25
PART
2 - PRODUCTS
26
27
2.01
MATERIALS
28
29 A. Cleaning Agents:
30 1. Compatible with surface being cleaned.
31 2. New and uncontaminated.
32 3. For Manufactured Surfaces: Material recommended by
33 manufacturer.
34
35
36 PART 3 - EXECUTION
37
38 3.01 CLEANING - GENERAL
39
40 A. Prevent accumulation of wastes that create hazardous
41 conditions.
42
43 B. Conduct cleaning and disposal operations to comply with laws
44 and safety orders of governing authorities.
45
46 C. Do not dispose of volatile wastes such as mineral spirits,
47 oil, or paint thinner in storm or sanitary drains or sewers.
48
49 D. Dispose of degradable debris at an approved solid waste
50 disposal site.
51
52 E. Dispose of nondegradable debris at an approved solid waste
53 disposal site or in an alternate manner approved by Engineer
r'. City of Lubbock, Terminal Storage Reservoir Rehab
4
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01710-2
O1
and regulatory agencies.
01
02
02
03
F.
On completion of work, leave area in a clean, natural looking
03
04
condition. Remove all signs of temporary construction and
04
05
activities incidental to construction of required permanent
05
06
Work.
06
07
07
08
G.
Do not burn on-site.
08
09
10
3.02
EXTERIOR (SITE) CLEANING
�0
11
11
12
A.
Cleaning During Construction:
12
13
1. Construction debris:
13
14
a. Confine in strategically located container(s):
14
15
1) Cover to prevent blowing by wind.
15
16
2) Haul from site minimum once a week.
16
17
b. Remove from work area to container daily.
17
18
2. Vegetation:
18
19
a. Keep weeds and other vegetation trimmed to 3 IN
19
20
maximum height.
20
21
3. Soils, sand, and gravel deposited on paved areas and
21
22
walks:
22
23
a. Remove as required to prevent muddy or dusty
23
24
conditions.
24
25
b. Do not flush into storm sewer system.
25
26
26
27
B.
Final Cleaning:
27
28
1. Remove trash and debris containers from site:
28
29
a. Re -seed areas disturbed by location of trash and
29
30
debris containers.
30
31
2. Clean paved roadways.
31
32
32
33
3.04
FIELD QUALITY CONTROL
33
34
34
35
A.
Immediately prior to Contract Closeout, conduct an
35
36
inspection with Engineer to verify condition of all work
36
37
areas.
37
38
38
39
END OF SECTION
39
City of Lubbock, Terminal Storage Reservoir Rehab
rol
I .
0
SITE WORK
2
THIS PAGE LEFT BLANK INTENTIONALLY
02200-1
L:
01
92G30
SECTION 02200
01
02
02
03
EARTHWORK
03
0
4
04
05
05
06
PART 1
- GENERAL -
06
�.
i
07
07
08
1.01
SUMMARY
08
09
09
10
A.
Section Includes:
10
11
1. Clearing and stripping vegetation material from the
11
12
dike crest;
12
13
2. Excavation of the inside basin slope to establish the
13
14
required lines and grades;
14
15
3. Subgrade preparation; and
15
16
4. Spreading and compacting earthfill material in the
16
17
basin to establish the required lines and grades.
17
18
18
19
B.
Related Sections include but are not necessarily limited
19
OW
20
to:
20
21
1. Division 0 - Bidding Requirements, Contract Forms, and
21
22
Conditions of the Contract.
22
23
2. Division 1 - General Requirements.
23
r
24
3. Section 02272 - Cellular Confinement System.
24
t
25
4. Section 02273 - Soil Cement Slope Protection.
25
26
26
27
1.02
QUALITY ASSURANCE
28
28
29
A.
Referenced Standards:
29
30
1. American Society for Testing and Materials (ASTM):
30
31
a. D698, Tests for the Moisture Density Relations of
31
32
Soils and Soil Aggregate Mixtures Using a 5.5 LB
32
33
Hammer and a 12 IN Drop.
33
34
b. 02487, Classification of Soils for Engineering
34
35
Purposes.
35
36
c. D4253, Test Methods for Maximum Index Density of
36
*,
37
"Soils Using a Vibratory Table.
Density
37
38
38
d. D4254, Test Methods for Minimum Index of
39
Soils and Calculation of Relative Density.
39
40
40
41
1.03
DEFINITIONS
41
42
42
43
A.
Earthfill: All suitable material excavated below the
43
44
existing basin liner above elevation 3280 FT -MSL on the
44
45
inside slope of the basin or from borrow areas as approved
45
46
by the Engineer.
46
47
1. Includes all material having the following
47
48
classification (ASTM D2487), or dual classifications
48
49
thereof: CL (lean clay), ML (silt), SC (clayey sand),
49
50
SM (silty sand), SW (well -graded sand), SP
50
51
(poorly -graded sand), GC (clayey gravel), GM (silty
51
52
gravel), GW (well -graded gravel), GP (poorly -graded
52
53
gravel).
53
City of Lubbock, Terminal Storage Reservoir Rehab
r
02200-2
01
2. Maximum particle size shall not exceed 2 IN.
01
02
02
03
B.
Unsuitable Materials: All materials, regardless of
03
04
source, which contain topsoil, peat, grass, weeds, brush,
04
05
roots, logs, stumps, sod, organics, large boulders, frozen
05
06
soil, or other materials not meeting the requirements of
06
07
these Specifications shall be classified as unsuitable.
07
08
08
09
1.04
PROTECTION
09
10
10
11
A.
Protect open excavation and trenches with fences,
11
12
barricades covers, and railings as required to maintain
12
13
safety of personnel and traffic. Prevent erosion of
13
14
freshly graded areas during construction and until such
14
15
time as permanent construction has been installed.
15
16
16
17
B.
Prevent eroded soil from washing under the existing basin
17
18
liner or into the reservoir.
18
19
19
20
PART 2
- PRODUCTS (NOT USED)
20
21
21
22
PART 3
- EXECUTION
22
23
23
24
3.01
CLEARING
24
25
25
26
A.
Areas in which.materials are to be excavated and used as
26
27
earthfill and areas in which earthfill is to be placed
27
28
shall be cleared of all vegetation and unsuitable
28
29
materials, as approved by the Engineer.
P9
30
30
31
B.
Unsuitable materials generated from clearing shall be
31
32
wasted at the Owner's municipal landfill in a manner
32
33
approved by the Owner.
33
34
34
35
3.02
EXCAVATION
35
36
36
37
A.
Excavation shall be performed to the lines and grades ,
37
38
indicated on the Drawings or as established by the
38
39
Engineer. In general,.work includes excavation to reshape
39
40
the subgrade beneath the existing basin liner above
40
41
elevation 3280 FT -MSL.
41
42
42
43
B.
Drawings indicate both existing grade and finished grade
43
44
required for construction of the work. Stake out all work
44
45
items and establish elevations and cut and fill
45
46
requirements.
46
41
47
48
C.
Take all necessary precautions to preserve in a sound and
48
49
undisturbed condition all earth materials below and beyond
49
50
the limits of excavation.
50
51
51
52
D.
Maintain stable side slopes of all excavations. Temporary
52
53
excavation slopes shall be no steeper than 1H:1V.
53
City of Lubbock, Terminal Storage Reservoir Rehab
xl' Cit of Lubbock Terminal Storage Reservoir Rehab
Y 9
l'
02200-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
pan
01
02
E.
Contractor will be required to haul all excess earthfill
03
material not needed to establish subgrade lines and grades
04
beneath the alternative slope protection systems as
05
follows:
06
1. Alternative A - Remove soil on interior face of berm
07
to the dimensions necessary for construction of the
08
soil cement slop facing. Haul the soil removed to the
09
municipal landfill. Shape and compact excavated berm
10
surface and construct soil cement facing using soil
11
excavated from a borrow pit located at the municipal
12
landfill.
13
2. Alternatives B and C - Remove soil on interior face of
14
berm to dimension necessary for construction of the slope
15
protection material. Dispose of excess soil in depressed
16
area located east of the terminal storage reservoir.
!"
17
18
3.03
SUBGRADE PREPARATION
19
A.
All subgrade surfaces on which slope reconstruction
720
21
material is to be placed shall be free of standing water,
`
22
compacted, and properly moisture conditioned, as
23
determined by the Engineer. Subgrades consisting of soil
A
24
should be compacted to a density no less than 97 percent
25
of the maximum dry density as determined by a Standard
26
Proctor compaction test (ASTM D698).
►-
P7
28
B.
Engineer will inspect the foundation and approve subgrades
29
prior to placement of earthfill material.
h
30
31
END OF SECTION
xl' Cit of Lubbock Terminal Storage Reservoir Rehab
Y 9
l'
02200-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
No Text
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
02272-1
92G30
SECTION 02272
01
02
CELLULAR CONFINEMENT SYSTEM
03
04
PART 1
- GENERAL
05
06
1.01
SUMMARY
07
08
A.
This Section includes the work necessary to furnish and
09
install the cellular confinement system for slope
10
protection Alternative:B,. including the geotextile and
11
overlying geocell. Work includes,.furnishing.all labor,
12
supervision, tools, equipment, and materials necessary to
13
install the -cellular confinement system.-
14
15
B.
Related Sections include but are not necessarily limited
16
to:
17
1. Division 0 - Bidding Requirements, Contract Forms, and
18
Conditions of the Contract.
19
2. Division 1 - General Requirements.
20
3. Section 02200 - Earthwork.
21
22
1.02
QUALITY ASSURANCE
23
24
A.
Engineer will initiate a meeting with Contractor and
25
geocell manufacturer's representative prior to
26
installation of the cellular confinement system. Topics
27
to be discussed shall include, but not necessarily be
28
limited to, plans and specifications, QA/QC procedures to
29
be employed by the Contractor, approved submittals, and
30
installation equipment and procedures for the geotextile
31
and geocell.
32
33
B.
Contractor shall instruct workers of installation hazards,
34
such as handling sheets.of geotextiles in high winds and
35
on slopes; proper use of installation equipment; and
36
walking on geotextile surfaces.
37
38
1.03
SUBMITTALS
39
40
A.
Refer to Section 01340.
41
42
B.
Product technical data including samples, complete
43
material specifications, descriptive literature, and
44
manufacturer's installation instructions for the
45
geotextile and geocell products.
46
47
C.
Installation drawings showing geotextile sheet layout with
48
proposed size, numbers, position, placing sequence, and
49
location of all field laps.
50
51
D.
Installation drawings showing expanded geocell section
52
layout with proposed size, numbers, position, placing
53
City of Lubbock, Terminal Storage Reservoir Rehab
02272-2
01 sequence, and location of all geocell connections.
02
03 E. Details including materials and methods for anchoring the
04 geotextile and geocell products. Details including
05 materials and methods for connecting geocell sections.
06
07 PART 2 PRODUCTS
08
09 2.01
10
11 A.
12
13
14
15
16
17
18
19 B.
20
21
22
23
24 C.
25
26
27 2.02
28
29 A.
30
31
32
33
34
35 B.
36
37
38 C.
39
40
41
ACCEPTABLE MANUFACTURERS
Subject to compliance with the Contract Documents, the
following products and manufacturers are acceptable for
the geotextile:
1.* TS700 by Polyfelt, Inc.
2. 180N by Mirafi.
3. FX-80HS by Carthage Mills.
4. 4508 by Amoco Fabrics and Fibers Co.
Subject to compliance with the Contract Documents, the
following products and manufacturers are acceptable for
the geocell:
1. Geoweb No. 8208 by Presto Products Co.
Submit requests for substitution in accordance with
Specification Section 01640.
SOURCE QUALITY CONTROL
Geotextile material shall be new, first run quality
products designed and manufactured specifically for the
purposes of this work and shall have been satisfactorily
demonstrated by prior use to be suitable and durable for
such purposes.
Maximize geotextile roll length`to provide the largest
manageable sheet for the fewest field laps.
Geotextile shall be ultraviolet stabilized and shipped and
stored in opaque and watertight wrappings.
42 PART 3 - EXECUTION
43
44 3.01 GEOTEXTILE INSTALLATION
45
46 A. Prepare subgrade in accordance with Section 02200.
47
48 B. Subgrade shall be approved by Engineer prior to beginning
49 installation of cellular confinement system.
50
51 C. Sheets of geotextile shall be of such lengths and widths
52 and shall be placed in such a manner as to minimize field
53 laps.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
D. geotextile and geocell shall be anchored at the top of
slopes and other places in accordance with details shown
on approved plans.
E. All changes to previously approved installation plans and
procedures must be approved by the Engineer.
F. Extreme care shall be taken during installation of the
geotextile to be certain no damage is done to the
subgrade.
G. During installation, the Contractor shall be responsible
for protecting the geotextile against adverse effects of
high winds such as uplift. Sandbags shall be used as
required to hold the geotextile material in position
during installation. Sand bags shall be sufficiently
close knit to preclude fines from working through the
bottom, sides,or seams.
N. During placement, care shall be taken io not entrap rocks,
clods of earth or other matter which could cause damage to
the geotextile. Any geotextile surface showing distress
due to penetration by foreign objects shall be replaced or
repaired.
I. No foot traffic shall be allowed on the geotextile except
with approved smooth -sole shoes.
J. No vehicular traffic will be allowed on the geotextile.
K. Any necessary repairs to the geotextile shall be made with
the geotextile material itself, using approved sewing
systems, equipment and techniques. The patch size shall
be 6 inches larger in all directions than the area to be
patched. All corners shall be rounded.
L. Should any tear exceed 10 percent of the roll width, the
roll of geotextile shall be removed and replaced.
M. Minimum geotextile lap shall be 12 IN. Uphill sheets
shall be placed on top at lap.
3.02 GEOCELL INSTALLATION
A. Install geocell in accordance with manufacturers
recommendation and approved installation drawings.
B. Geocell sections shall be installed such that the sections
are expanded down rather than across the slope.
C. Use steel stakes for anchoring geocell. Minimum anchor
length below geocell into subgrade shall be 10 IN.
City of Lubbock, Terminal Storage Reservoir Rehab
02272-3
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02272-4
01
02
D.
Anchor top and bottom rows of cells in each geocell
03
section. Provide interior anchorage as recommended by
04
manufacturer.
05
06
E.
Do not over stretch geocells.
07
08
F.
Place concrete.fill in geocells beginning at bottom of
09
slope and work towards top.
10
11
3.03
FIELD QUALITY CONTROL
12
13
A.
Packaged factory geotextile and geocell materials which
14
have been delivered to the project site shall be stored in
15
accordance with the manufacturer's recommendation.
16
17
B.
Geotextile and geocell materials delivered to the site
18
shall be inspected for damage, unloaded, and stored with a
19
minimum of handling. Materials shall not be stored
20
directly on the ground. The storage area shall be such
21
that all materials are protected from mud,`soil, dirt and
22
debris.
23
24
C.
Under no circumstances shall installed geotextile be
25
subjected to materials, sandbags, equipment or other items
26
being dragged across its surface, nor shall workmen and
27
others slide down slopes atop the geotextile. All damaged
28
surfaces resulting from abuse shall be repaired at
29
Contractor's expense.
30
31
D.
Contractor shall be completedly responsible for shipping,
32
storage, handling, and installation of all geotextile and
33
geocell material in compliance with the Specifications.
34
35
END OF SECTION
City of Lubbock, Terminal Storage Reservoir Rehab
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
r
7 01
�IIym
03
04
k 05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
! 21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
^' 51
52
53
r
92H14 SECTION 02273
SOIL CEMENT SLOPE PROTECTION
PART 1 - GENERAL
1.01 SUMMARY
A. This Section includes the work necessary to furnish all
labor, materials, tools, equipment, and services for
construction of the soil cement slope protection layer
within the terminal storage reservoir in accordance with
the Drawings and provisions of the Contract Documents.
B. Related Sections include but are not necessarily limited
to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
3. Section 02200 - Earthwork.
1.02 QUALITY ASSURANCE
A. Reference Standards:
1. American Society for Testing and Materials (ASTM):
a. C150, Standard Specification for Portland Cement.
b. D558, Moisture -Density Relations of Soil Cement
Mixtures.
c. D559, Wetting and Drying Tests of Compacted Soil
Cement Mixtures.
d. D560, Freezing and Thawing Tests of Compacted Soil
Cement Mixtures.
e. C685, Specification for Concrete made by
Volumetric Batching and Continuous Mixing.
f. D1632, Making and Curing Soil Cement Compression
and.Flexure Test Specimens in the Laboratory.
g. D1633, Compressive Strength of the Molded Soil
Cement Cylinders.
h. D4318, Test Method for Liquid Limit, Plastic
Limit, and Plasticity Index of Soils.
B. Qualifications:
1. Contractor shall have performed at least 3 projects
involving either soil cement, roller compacted
concrete, or cement treated base materials.
C. Test Section:
1. Prior to beginning installation, construct a test
section a minimum of 30:FT long'and two lifts of 12 IN
thickness to demonstrate mixing and batching techniques,
and demonstrate equipment used for transporting,
dumping, spreading, and compacting.
2. Testing shall be conducted to verify compliance with
City of Lubbock, Terminal Storage Reservoir Rehab
02273-1
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02273-2 .2
O1
this Section. If test section does not demonstrate
02
compliance, additional test sections will be required.
03
3. The test sections shall be located as directed by the
04
Engineer.
05
4. The same labors and equipment utilized to construct an .
06
acceptable test section shall be involved in final
07
soil cement placement.
08
09
1.03
DEFINITIONS
10
11
A.
Soil Cement: A combination of natural silts, sands, and
12
gravels having controlled gradation and plasticity
13
characteristics to which cement is added. The material is
14
blended with water to a no slump consistency which can be
15
hauled and spread with earth -moving equipment, and
16
compacted with a roller. The resulting mixture ultimately
17
hardens into a mass with properties similar to
18
conventional concrete.
19
20
1.04
SUBMITTALS
21
22
A.
Shop Drawings:
23
1. See Section 01340.
24
2. Batch plant location and process line schematic along
25
with placement, spreading, and compaction plan
26
detailing said work on the terminal storage reservoir.
27
Include cold weather protection plan. Plan shall be
28
reviewed for concept only and shall be returned with
29
"E" action.
30
3. Installer's qualification certification.
31
4. Cement mill certificates:
32
5. Certification that the on-site batch plant is ready to
33
begin batching soil cement.
34
6. Testing Firm qualifications and field quality control
35
test reports in accordance with paragraph 3.03.
36
37
B.
Samples:
38
1. Sample and source of all soil for soil cement.
39
40
1.05
DELIVERY, STORAGE, AND HANDLING
41
42
A.
Soil:
43
1. Silty sand excavated and hauled from City of Lubbock's
44
municipal landfill or other sources approved.by
45
Engineer.
46
47
B.
Cement:
48
1. Delivered temperature shall not exceed 150 DegF.
49
2. Store in dry, weathertight and properly ventilated
50
structure.
51
52
1.06
SEQUENCING AND SCHEDULING
53
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
02273-3
O1
A.
Assemble and calibrate on-site batch plant to assure
02
consistent product prior to the start of batching soil
03
cement.
04
05
06
PART 2
- PRODUCTS
07
08
2.01
MATERIALS
09
10
A.
Cement:
11
1. ASTM C150, Type 1I modified.
12
2. Low alkali with heat of hydration at 7 days limited to
13
75 calories per gram or less.
14
15
B.
Soil:
16
1. Obtain from approved excavation site at City of
17
Lubbock's municipal landfill. The City'smunicipal
18
landfill is located at 6500 N. Avenue P approximately
19
6 miles from the Terminal Storage Reservoir site.
20
2. Gradation:
21
22
SIEVE SIZE PERCENT PASSING BY WEIGHT
23
---------- -------------------------
24
1 IN 100
25
#4 80 -,, 100
26
#40 40'- 90
27
#100 10 - 60
28
#200 5 - 30
29
30
3. Plasticity Index of Cor less for minus No. 40
31
fraction as measured according to ASTM D4318.
32
33
C.
Water:
34
1. May be obtained from terminal storage reservoir.
35
2. Free from oil, acid, salt, alkali, organic matter, or
36
other deleterious substances.
37
38
2.02
SOIL CEMENT MIX
39
40
A.
The minimum durability and strength criteria for soil
41
cement specimens compacted in accordance with ASTM D558 to ,
42
97 percent of laboratory maximum dry density at optimum
43
moisture content.shall be:
44
1. Wet -dry durability (ASTM D559) - maximum specimen
45
weight loss of 6 percent after 12.cycles.
46
2. Freeze - Thaw durability (ASTM D560) - maximum
47
specimen weight loss of 8 percent after 12 cycles.
48
3. Minimum 7 -day unconfined compressive strength (ASTM
49
D1633) equal to 600 psi.
50
4. Minimum 28 -day unconfined compressive strength equal
51
to 900 psi..
52
53
B.
Soil cement mix shall not contain less than 11 percent
City of Lubbock, Terminal Storage Reservoir. Rehab
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02273-4
01 cement nor greater than 13 percent cement by dry weight of
02 the soil.
03
04
05 PART 3 - EXECUTION
06
07 3.01 PREPARATION OF SUBGRADE
08
09 A. Moisture condition and compact 6 IN layer of earth
10 subgrade immediately beneath soil cement layer. Subgrade
11 shall be compacted to 97 percent of 'standard Proctor
12 compaction (ASTM D698) within'2 percent of optimum'.
13 moisture content.
14
15 B. If surface of subgrade dries out prior to soil cement
16 placement, dampen surface just ahead of soil cement
17 placement.
18
19 3.02 INSTALLATION OF SOIL CEMENT
20
21
22
23
24
25
26
27
28
29
30 '
31
32
33
34
35
36
37
38
39
40 '
41
42
43
44
45
46
47
48
49
50
51
52
53
A. In-place mixing is not permitted.
B. Batch Plant:
1. Select and install continuous or batch mixing plant of
type and capacity to produce specified product.
2. Equip plant with all necessary mixing, batching,
conveying, storage, feeding, sampling and other
equipment necessary to operate plant in uniform and
consistent,manner.
3. Instrument plant with enough recording` scales to
verify desired material quantities are being used.
C. Soil Cement Placement:
1. General:
a. Place in as'nearly continuous operation as
possible.
b. Convey soil cement from mixer plant to placement
by methods which control segregation,
contamination, and drying.
c. The maximum length of time from the end of mixing
until spreading for compaction shall not exceed 20
minutes.
d. Within 10 minutes of dumping, spread the soil
cement mix into an even layer that will, after
compaction, be a minimum of 8 IN thick.
e. Do not allow equipment to track mud or other
contamination onto previously placed soil cement.
f. Perform mixing and placing only in the presence of
the Owner or an authorized representative unless
waived for that specific placement.
g. Provide adequate number and type of vehicles for
conveyance, hauling, dumping, spreading and
compacting of soil cement to operate in a uniform
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
n
02273-5
01
01
and consistent manner.
02
h.
No soil cement shall be placed on a previous layer
02
03
which has not been completely compacted or which
03
04
the Engineer has found to be suspect and has
04
`
05
requested a field test.
05
06
06
i
07
2. Spreading:
07
!
08
a.
Perform on slopes using horizontal lane width of
08
09
not less than 8 FT.
09
10
b.
Spread lifts working progressively up the side
10
11
slopes starting at the elevation shown on the
11
12
drawings.
12
13
c.
Do not disrupt subgrade.
13
14
d.
.Do not cause material segregation.
14
15
e.
If aggregate ravels, rolls, or segregates to the
15
16
outside edge of a spread layer of soil cement, it
16
17
shall be reblended into the soil cement or
17
f
18
removed.
18
19
f.
If soil cement is not deposited adjacent to the
19
,�.
20
exposed edge of the preceding lane within 15
20
21
minutes after spreading, the exposed edge of the
21
22
preceding lane shall be immediately compacted and
22
23
the exposed compacted edge will be considered a
23
24
vertical joint. Break down or trim joint so that
24
25
the exposed edge is thoroughly compacted and does
25
26
not contain loose segregated aggregate.
26
n
27
27
28
3. Compaction:
28
29
a.
Compaction equipment or a combination of equipment
29
30
shall be selected by the Contractor which is
30
31
capable of operating on basin side slopes without
31
32
damage to the subgrade. Equipment shall be
32
33
capable of reaching all areas of the basin and
33
34
achieving specified compaction in all areas.
34
35
Vibratory rollers, if used, shall not be operated
35
36
in the vibratory mode until .they are moving.
36
37
b.
All compaction equipment shall be kept in good
37
38
operating condition at all times and will not be
38
39
allowed to drip or spill oil or other visible
39
40
contamination onto the soil cement or other areas
40
41
on the site.
41
42
c.
Within 10 minutes of completion of spreading,
42
43
begin compaction.
43
44
d.
Complete compaction within 15 minutes from start
44
45
of compaction and within 45 minutes after mixing.
45
46
e.
Uniformly compact soil cement to a minimum of 97
46
47
percent of maximum dry density (ASTM D558).
47
48
f.
The moisture content of the soil cement in place
48
49
shall be between l percent below and 2 percent
49
50
above the optimum moisture content as determined
50
51
by ASTM D558.
51
52
g.
Assure surface of the compacted soil cement is
52
53
dense and sealed with exposed aggregate held
53
n
City
of Lubbock, Terminal Storage Reservoir Rehab
r•
02273-6 .
01
firmly in place by mortar.
01
02
h.
Assure compacted surface is free of undulations,
02
03
tracks, or roller marks greater than 2 IN.
03
04
04
05
4. Tolerances:
05
06
a.
Plus 2 IN and minus 0 -IN.
06
07
b.
No underbuild is allowed.
07
08
08
09
5. Curing:
09
10
a.
Continually moist cure for minimum 7 days.
10
11
b.
Curing compound is not permitted.
11
12
12
13
6. Spillage
clean-up:
13
14
a.
Do not recycle spilled orcontaminatedsoil cement
14
15
back into work.. Dispose of offsite at an approved
15
16
location.
16
17
17
18
7. Inclement weather provisions:
18
19
a.
Do not place when ambient temperatures drop to
19
20
below 40 DegF unless specifically approved by
20
21
Engineer.
21
22
b.
If ambient temperature drops below 40 DegF cover
22
23
uncured surface with heavy tarps, blankets, moist
23
24
sand, or other acceptable temporary protection
24
25
until after the ambient temperature rises to above
25
26
40 DegF.
26
27
c.
Do not place in heavy rain more than 0.2 IN per
27
28
hour or 0.02 IN in 6 minutes.
28
29
d.
Do not place during rain when grout is worked up
29
30
to the surface of the soil cement by rollers and
30
31
wheels or when rollers cause depressions greater
31
32
than 1 IN in the compacted soil cement. For the
32
33
purpose of this paragraph, grout .is defined as a
33
34
layer or film of water, cementitious material, and
34
35
fine sand. If grout is worked up to the surface
35
36
by compaction, all uncompacted soil cement mix
36
37
shall be removed.
37
38
e.
If precipitation.occurs within 3 HRS of placement
38
39
no heavyequipment shall be allowed on or be in
39
40
direct contact with freshly compacted soil cement
40
41
until the soil cement has gained sufficient
41
42
strength (no less than'3 HRS after soil cement
42
43
placement) or as determined by Engineer. After
43
44
the soil cement has hardened sufficiently to allow
44
45
equipment -on the surface (but no sooner than 3 HRS
45
46 -
after soil cement placement), the soil cement
46
47
surface shall be washed to break up laitance
47
48
and/or mud -like coatings on the surface. The
48
49
washing shall not under tut any coarse size
49
50
aggregate. Pickup of the wash debris shall,be
50
51
accomplished with a truck -mounted vacuum or other
51
52
similar system.
52
53
53
City of Lubbock, Terminal -:Storage Reservoir Rehab
7 01
�PY4
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
C20
21
22
23
24
25
26
f 27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
!, 45
46
41
48
49
50
51
52
53
8. Soil cement bonding:
a. Compacted surfaces that are to receive an
overlying layer of soil cement shall be kept moist
continuously until placement of the overlying
layer; provided that the Contractor will not be
required to keep such surfaces moistened for a
period longer that 7 days.
b. For compacted surfaces that are kept clean and
moistened, the overlying soil cement may be placed
directly on the surface without cleaning and
scarification.
c. If in the opinion of the Engineer or Testing Firm
the surface is excessively dry, rutted, or
contaminated, the Engineer may direct the
Contractor to clean, scarify, and moisten such
surfaces immediately prior to placement of the
overlying layer of soil cement.
d. Scarification, if required, shall be performed
using a power -driven steel broom capable of
scarifying the surface to a depth of approximately
1/8 IN.
e. If in the opinion of the Engineer or Testing Firm
the surface is unacceptable for bonding an
overlying layer of soil cement, even if cleaned
and scarified, the Engineer may direct the
Contractor to apply a bonding agent. Such bonding
agent shall consist of dry cement applied
uniformly at a rate of 1 LB per 1 SY over the
surface area to be bonded.
3.03 FIELD QUALITY CONTROL
A. Implement batching quality assurance program including but
not limited to control of:
1. Aggregate gradation and plasticity requirements.
2. Moisture content.
3. Batching mix proportions.
B. Engage the services of a Testing Firm to determine
gradation, plasticity index, and optimum moisture and
maximum dry density relation for every 2,000 CY of soil
cement placed.
C. Above Testing Firm shall also perform in-place field
density and moisture content tests at a minimum of 50
locations as determined by the Testing Firm or as directed
by the Engineer to assure the specified minimum compaction
density and moisture content are obtained.
D. The Contractor shall make available to the Owner and
Engineer the results of all laboratory and field tests.
conducted in conjunction with the soil cement construction
by either his own forces or the Testing Firm.
City of Lubbock, Tbrminal Storage Reservoir Rehab
02273-7
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
No Text
02660-1
O1 92GIO SECTION 02660
02
03 LINED CONTAINMENT SYSTEM REHABILITATION
04
05
06 PART 1 - GENERAL
07
08 1.01 DESCRIPTION
09
10 A. General:
11 1. Furnish all material, labor, tools, equipment and
12 services for the rehabilitation of the existing HDPE
13 lining system as shown on the Contract Drawings and in
14 accordance with manufacturer's recommendations.
15 2. Completely coordinate with work of other trades.
16 3. Include appurtenances, devices and items incidental to
17 or necessary for a sound, secure and complete
18 installation.
19
20 B. Definitions and Responsibilities:
21 1. Manufacturer. Manufacturer of geomembrane repair
22 products and produces geomembrane sheets from resin
23 and additives. The manufacturer is responsible for
24 producing geomembrane products which comply with this
25 Specification. These responsibilities include but are
26 not limited to:
27 a. Acceptance of the resin and additives from
28 chemical formulators. Testing of the raw resin
29 and additives to ensure compliance with the
30 manufacturer's specifications and with this
31 Specification.
32 b. Formulation of the resin and additives into
33 geomembrane sheeting using mixing and extrusion
34 equipment.
35 c. Testing of the geomembrane sheet to ensure
36 compliance with manufacturer's specification and
37 this Specification.
38 d. Certification of the raw materials and finished
39 geomembrane sheet to comply with this
40 Specification.
41 e. Certification of fabricator's and installer's
42 training, experience, and methods for welding,
43 repairing and inspecting geomembrane installations
44 in compliance with manufacturer's standards and
45 with Quality Assurance requirements of paragraph
46 1.02 herein.
47 2. Installer: Installers of'geomembranes are responsible
48 for handling, fitting, welding, repairing and testing
49 of geomembrane in the field. These responsibilities
50 include but are not limited to:
51 a. Acceptance (in writing) of the geomembrane
52 products from the transporter.
53 b. Acceptance (in writing) of the subgrade which will
City of Lubbock, Urminal Storage Reservoir Rehab
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02660-2
4.
5.
serve as a base for geomembrane. This acceptance
shall precede reinstallation of the geomembrane,
and shall state that the installer has inspected
the surface and finds all conditions acceptable
for replacement of HDPE geomembrane liner. The
written acceptance shall explicitly state any and
all exceptions to acceptance.
c. Reinstallation, handling, welding, testing and
repair of geomembrane liner shall be in compliance
with this Specification and with written
procedures manuals prepared by the installer or
the manufacturer.
d. Repair or replace defects in the geomembrane as
required by the inspector or the Owner.
Inspector: .Inspectors of geomembrane liners are
responsible for observing field installation of the
geomembrane and providing the manufacturer, installer
and Owner with verbal and written documentation of the
compliance of the installation with this Specification
and with written procedures manuals prepared by the
manufacturer or installer.
Engineer: The Engineer A s responsible for design of
the lined containment system. The Engineer and the
inspector may be the same firm.
1.02 QUALITY ASSURANCE
A. Reference Standards:
1. American Society for Testing and Materials (ASTM):
a. D638, Standard Test Method for Tensile Properties
of Plastics.
b. D746, Standard Test Method for Brittleness
Temperature,of Plastics and Elastomers by Impact.
c. D792, Standard Test Methods for Specific Gravity
and Density of Plastics by Displacement.
d. D1238, Standard Test Method for Flow Rates of
Thermoplastics by Extrusion Plastometer,
e. D1603, Standard Test Method for Carbon Black in
Olefin Plastics.
f. D1693, Standard Test Method for Environmental
Stress -Cracking of Ethylene Plastics.
1.03 SUBMITTALS
A. See Section 01340.
B. Submit for Engineer's approval shop drawings including:
1. Geomembrane.liner layout with proposed size, number,,
position and sequencing of liner replacement and
showing the location and direction of all field
joints.
2. Proposed details for reanchoring liner.
3. Proposed methods of welding geomembrane joints and/or
City of Lubbock, Terminal Storage Reservoir, Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
01 liner repair.
02
03 C. Submit written certifications that:
04 1. The geomembrane material delivered to site meets the
05 requirements of this Specification.
06 2. The geomembrane liner was reinstalled and repaired in
07 accordance with this Specification and with approved
08 shop drawings.
09
10 D. Submit all system components in'a single coordinated
11 transmittal. Partial submittals will not be accepted.
12
13
14 PART 2 - PRODUCTS
15
16 2.01 ACCEPTABLE MANUFACTURERS
17
18 A. Subject to compliance with Contract Documents, the
19 following manufacturers and installers of geomembrane
20 liners are acceptable:
21 1. Gundle Lining Systems, Inc., 1340 E. Richey Road,
22 Houston, TX 77073.
23 2. National Seal Company, P.O.Box 1448, Galesburg, IL
24 61402.
25 3. The Serrot Corporation, 7575 Reynolds Circle,
26 Huntington Beach, CA, 92647.
27
28 2.02 MATERIALS
29
30 A. Geomembrane Liner:
31 1. Geomembrane liner material used for replacement or for
32 repair of portions of the existing liner shall consist
33 of unsupported polyethylene and manufactured from
34 virgin, first quality resin designed and formulated'
35 specifically for liquid containment in hydraulic
36 structures.
37 2. Any geomembrane liner material used for repair or
38 replacement shall be manufactured to be free of holes,
39 blisters, undispersed raw materials, or any sign of
40 contamination by foreign matter. Any such defects
41 shall be cause for rejection of the defective
42 geomembrane material. Minor defects may be repaired
43 in accordance with manufacturer's recommendations if
44 this repair is approved by the Engineer.
45 3. The polyethylene liner shall meet the following
46 minimum specifications:
47
48 PROPERTY TEST METHOD TEST VALUE
49 ------ ----------- ----------
50
51 Density (g/cc) ASTM D792 >0.935*
52
53 Melt Index (g/10 min) ASTM D1238 <1.1
City of Lubbock, Terminal Storage Reservoir Rehab
02660-3
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02660-4
01
02 ESCR (min. hrs.)
03
04
05
Low Temp. Brittleness
06
07
08
Thickness
09
10
Tensile Strength
11
at Yield (psi)
12
13
Elongation at Yield
14
ASTM D1693
Condition C
ASTM D746
Procedure B
ASTM D751
ASTM D638
ASTM D638
15 Tear Resistance (LB) ASTM D1004 Die C
16
17 Carbon Black (by weight) ASTM D1603
18
19 * Polyethylene resin without carbon black
20 ** For 60 -mil HDPE
21
>1,500
-45 DegC
5 +10 percent**
>2,000
>13 percent
>45**
2-3 percent
22 4. Geomembrane liner sheet shall be manufactured to
23 contain,2 to 3 percent carbon black (by weight); no
24 additives or fillers may be added to the resin prior
25 to or during manufacture of the geomembrane.
26
27
28 PART 3 - EXECUTION
29
30 3.01 LINED CONTAINMENT SYSTEM REPLACEMENT
31
32 A. Geomembrane Liner:
33 1. Subgrade acceptance: Geomembrane liner shall not be
34 replaced until the required foundation has been '
35 completed and the foundation has been certified in
36 writing by the installer and approved by the
37 inspector.
38 3. Geomembrane reinstallation: Geomembrane liner shall
39 be installed in accordance with manufacturer's written
40 instructions. Instruction shall be submitted to the
41 Engineer together with shop drawings showing the
42 layout of the reinstalled ggeomembrane within the
43 reservoir. After submittal has been approved by the
44 Engineer, the installer shall not deviate from the
45 procedures included in the submittal. The manual
46 shall include the following provisions:
47 a. Geomembrane shall not be placed upon frozen
48 foundation, standing water,, or other conditions
49 which will result in deterioration of the
50 foundation.
51 b. The installer shall remove any materials placed to
52 protect the foundation prior to replacement of the
53 geomembrane liner.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01 c. Geomembrane liner materials shall be replaced
02 according to plans previously approved by the
03 Engineer, and shall not deviate from the approved
04 plans without approval from the Engineer or
05 inspector. Geomembrane liner shall be handled and
06 replaced in a manner which minimizes wrinkles,
07 scratches and crimps.
08 d. Surfaces to be welded shall be clean and dry at
09 the time of welding. Precipitation and ponding of
10 water on the geomembrane shall cause termination
11 of welding operations. Geomembrane shall not be
12 welded when ambient temperatures are below 40 DegF
13 or above 100 DegF, without written consent of
14 geomembrane manufacturer, and Engineer or
15 inspector.
16 e. Defects in and damage to geomembrane shall be
17 repaired by welding a patch over the defect using
18 extrusion welding equipment. The patch material
19 shall consist of an undamaged piece of geomembrane
20 cut to provide a minimum of 3 IN of overlap in all
21 directions from the defect.
22 f. The installer shall test all new patch welds using
23 one of the following nondestructive tests: 1)
24 Vacuum tests. 2) Spark tests, or. 3) Ultrasonic
25 tests. The installer shall also test patch welds
26 destructively at a frequency of one test per
27 welding personnel per day. This destructive
28 testing may accomplished using demonstration
29 welds performed adjacent to the liner
30 installation.
31 g. The installer shall reject seams and patch welds
32 which do not exhibit shear strength of greater
33 than 80 LBS per inch of width, peel strength of
34 greater than 80 LBS per inch of width, or which
35 fail nondestructive testing.
36 5. Documentation: The Contractor shall assemble the
37 QA/QC data required above into a final report of
38 geomembrane reinstallation. The report will contain
39 all test data reported and a final layout of the
40 reinstalled geomembrane liner which shows the location
41 of all new seams, patches, and sample locations, if
42 any.
43
44 END OF SECTION
City of Lubbock, Terminal Storage Reservoir Rehab
7
02660-5
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
No Text
CONCRETE
3
THIS PAGE LEFT BLANK INTENTIONALLY
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03002-1
92H14 SECTION 03002
CONCRETE
PART 1 - GENERAL
1.01 SUMMARY
A. Section Includes:
1. Cast -in-place concrete for alternatives B and C.
B. Related Sections include but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and
Conditions of the Contract.
2. Division 1 - General Requirements.
1.02 QUALITY ASSURANCE
A. Referenced Standards:
1. American Concrete Institute (ACI):
a. SP -19, Cement and Concrete Terminology.
b. 211.1, Standard Practice for Selecting Proportions
for Normal and Heavyweight Concrete.
c. 212.1R, Admixtures for Concrete.
d. 212.2R, Guide for Use of Admixtures in Concrete.
e. 304, Recommended Practice for Measuring, Mixing,
Transporting, and Placing Concrete.
f. 304.2R, Placing Concrete by Pumping Methods.
g. 305R, Hot Weather Concreting.
h. 306R, Cold Weather Concreting.
i. 318, Building Code Requirements for Reinforced
Concrete.
J. 347, Recommended Practice for Concrete Formwork.
2. American Society for Testing -and Materials (ASTM):
a. C31, Standard Method of Making and Curing Concrete
Test Specimens in the Field.
b. C33, Standard Specification for Concrete Aggregates.
c. C39, Standard Method of Test for Compressive Strength
of Cylindrical Concrete Specimens.
d. C94, Standard Specification for Ready Mixed Concrete.,
e. C138, Standard Method of Test for Unit Weight, Yield,
and Air Content (Gravimetric) of Concrete.
f. C143, Standard Method of Test for Slump of Portland
Cement Concrete.
g. C150, Standard Specification for Portland Cement.
h. C157, Test Method for Length Change of Hardened
Hydraulic Cement Mortar and Concrete.
i. C172, Standard Method of Sampling Fresh Concrete.
J. C173, Standard Method of Test for Air Content of
Freshly Mixed Concrete by the Volumetric Method.
k. C231, Standard Method of Test for Air Content of
Freshly Mixed Concrete by the Pressure Method.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03002-2
01
1. 0260, Standard Specification for Air Entraining
02
Admixtures for Concrete.
03
m. C289, Test Method for Potential Reactivity of
04
Aggregates (Chemical Method).
05
n. C309, Standard Specification for Liquid Membrane
06
Forming Compounds for Curing Concrete.
07
o. C494, Standard Specification for Chemical Admixtures
08
for Concrete.
09
p. C618, Standard Specification for Fly Ash and Raw or
10
Calcined Natural Pozzolan for Use as a Mineral
11
Admixture in Portland Cement Concrete.
i2
q. D1056, Specification for Flexible Cellular Materials
13
Sponge or Expanded Rubber.
14
15
B. Quality Control:
16
1.
Do not begin concrete production until proposed concrete
17
mix design has been approved by Engineer.
18
a. Approval of concrete mix design by Engineer does not
19
relieve Contractor of his responsibility to provide
20
concrete that meets the requirements of this
21
Specification.
22
2.
Adjust concrete mix designs when material
23
characteristics, job conditions, weather, strength test
24
results or other circumstances warrant.
25
a. Do not use revised concrete mixesuntilsubmitted to
26
and approved by Engineer.
27
28
C. Qualifications:
Ready mixed concrete batch plant certified
29
by
National Ready Mixed°Concrete Association (NMCA).
30
31
1.03 DEFINITIONS
32
33
A. Per
ACI SP -19 except as modified herein:
34
1.
Concrete fill: Non-structural concrete.
35
2.
Concrete Testing Agency:* Testing agency employed to
36
perform materials evaluation, design of concrete mixes or
37
testing of concrete placed during construction. -
38
3.
Exposed concrete: Exposed to view after construction is
39
complete.
40
4.
Indicated: Indicated by Contract Documents.
41
5.
Nonexposed concrete: Not exposed to view after
42
construction is complete.
43
6.
Required: Required by Contract Documents.
44
7.
Specified strength: Specified compressive strength at 28
45
days.
46
8.
Submitted: Submitted to Engineer.
47
48
1.04 SUBMITTALS
49
50
A. Shop Drawings:
51
1.
See Section 01340.
52
2.
Concrete mix designs proposed for use. Concrete mix
53
design submittal to include the following information:
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
1
r
1 01
02
,., 03
04
05
06
07
08
09
,. 10
11
12
13
'" 14
15
16
17
18
19
,., 20
21
22
23
t^ 24
25
26
,... 27
28
° 29
30
31
i 32
33
34
35
36
37
j 38
39
40
41
42
43
44
45
46
47
r 48
49
50
r 51
52
53
r•
7
03002-3
a. Sieve analysis and source of fine and coarse
aggregates.
b. Test for aggregate organic impurities.
c. Test for deleterious aggregate per ASTM C289.
d. Proportioning of all materials.
e. Type of cement with mill certificate for cement.
f. ,Type of fly ash with certificate of conformance to
specification requirements.
g. Slump.
h. Air content.
i. Brand, type, ASTM designation, and quantity of each
admixture proposed for use.
J. 28 -day cylinder compressive test results of trial
mixes per ACI 318 and as indicated herein.
k. Shrinkage test results.
1. Standard deviation value for concrete production
facility.
3. Manufacturer and type of bonding and patching mortar and
bonding adhesive used at construction joints.
4. Reinforcing steel and welded wire fabric: Show grade, sizes,
number, configuration, spacing, location and all fabrication
and placement details.
a. In sufficient detail to permit installation of
reinforcing without having to make reference to
Contract Drawings.
b. Obtain approval of shop drawings by Engineer before
fabrication.
c. Mill certificates.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Storage
of Material:
1.
Cement and fly ash:
a.
Store in moistureproof, weathertight enclosures.
b.
Do not use if caked or lumpy.
2.
Aggregate:
a.
Store to prevent segregation and contamination with,
other sizes or foreign materials.
b.•
Obtain samples for testing from aggregates at point
of batching.
c.
Do not use frozen or partially frozen aggregates.
d.
Do not use bottom 6 IN of stockpiles in contact with
ground.
e.
Allow sand to drain until moisture content is uniform
prior to use.
3.
Admixtures:
a.
Protect from contamination, evaporation, freezing, or
damage.
b.
Maintain within temperature range recommended by
manufacturer.
c.
Completely mix solutions and suspensions prior to
use.
4.
Reinforcing
steel:
City of Lubbock, Terminal Storage Reservoir Rehab .
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
i6
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
4.9
50
51
52
53
03002-4
01 a. Support and store all rebar above ground.
02
03 B. Delivery:
04 1. Concrete.-
05
oncrete:05 a. Prepare a delivery ticket for each load for
06 ready -mixed concrete.
07 b. Truck operator shall hand ticket to Engineer at the
08 time of delivery.
09 c. Ticket to show:
10 1) Mix identification mark.
11 2) Quantity delivered.
12 3) Amount of each material in batch.
13 4) Outdoor temp in the shade.
14 5) Time at which cement was added.
15 6) Numerical sequence of the delivery.
16 7) Amount of water added.
17 2. Reinforcing steel: Ship to jobsite with attached
18 plastic or metal tags with permanent mark numbers.
19 a. Mark numbers to match shop drawing mark number.
20
21
22 PART 2 - PRODUCTS
23
24 2.01 ACCEPTABLE MANUFACTURERS
25
26 A. Subject to compliance with the Contract Documents, the
27 following Manufacturers are acceptable:
28 1. Expansion joint fillers:
29 a. Permaglaze Co.
30 b. Rubatex Corp.
31 c. Williams Products, Inc.
32 d. Or equal.
33
34 B. Submit requests for substitution in accordance with
35 Specification Section 01640.
36
37 2.02 MATERIALS
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
A. Portland Cement: Conform to ASTM C150 Type I.
B. Fly Ash:
1. ASTM C618, Class, F.
2. Nonstaining.
a. Hardened concrete containing fly ash to be uniform
light gray color.
3. Maximum loss on ignition: 6 percent.
4. Compatible with other concrete ingredients.
5. Obtain proposed fly ash from a source approved by the
State Highway Department in the state where the Project
is located for use in concrete for bridges.
6. Do not use for precast concrete.
C. Admixtures:
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
a:
r
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03002-5
1. Air entraining admixtures: ASTM C260.
2. Water reducing, retarding, and accelerating admixtures
a. ASTM C494 Type A through E.
b. Conform to provisions of ACI 212.1R and ,ACI 212.2R.
c. Do not use retarding or accelerating admixtures
unless specifically approved in writing,by Engineer
and at no cost to Owner.
d. Follow manufacturer's instructions.
e. Use chloride free admixtures only.
3. Maximum total water soluble chloride ion content
contributed from all ingredients of concrete including
water, aggregates, cementitious materials and admixtures
by weight percent of cement:
a. 0.10 all concrete.
4. Do not use calcium chloride.
5. Pozzolanic admixtures: ASTM C618.
6. Provide admixtures of same type, manufacturer and
quantity as used in establishing required concrete
proportions in the mix design.
D. Water: Potable, clean, free of oils, acids and organic
matter.
E. Aggregates:
1. Normal weight concrete: ASTM C33, except
below.
2. Fine aggregate: Clean natural sand.
a. No manufactured or artificial sand.
3. Coarse aggregate: Crushed rock, natural
inert granular material.
as modified
gravel, or other
a. Maximum amount of clay or shale particles:
percent.
4. Gradation of coarse aggregate:
a. All concrete: Size #57 or #67.
1
F. Reinforcing Steel:
1. Reinforcing bars: ASTM A615, Grade 60.
G. Waterstops:
1. Length: 6 IN.
2. Serrated with center bulb: 1 IN OD x 1/2 IN ID.
3. Thickness.
4. Plastic: Corps of Engineers Specification CRD -0572.
H. Chairs, Runners, Bolsters, Spacers, and Hangers:
1. Stainless steel, epoxy coated, or plastic coated metal.
a. Plastic coated: Rebar support tips in contact with
the forms only.
I. Membrane Curing Compound: ASTM C309, Type I -D.
1. Resin based, dissipates upon exposure to UV light.
2. Curing compound shall not prevent bonding of any future
coverings, coatings or finishes.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03002-6
O1
3. Curing compounds used in water treatment plant
01
02
construction to be nontoxic and taste and odor free.
02
03
03
04
J.
Expansion Joint Filler:
04
05
1. Closed cell neoprene:
05
06
a.' ASTM D1056, Class SC (oil resistant and medium swell)
06
07
of 2 to 5 psi compression deflection (Grade SCE41).
07
08
08
09
2.03
CONCRETE MIXES
og
10
10
11
A.
General:
11
'12
1. All concrete to be ready mixed concrete conforming to
12
13
ASTM C94.
13
14
2. Provide concrete of specified quality capable of being
14
15
placed without segregation and, when cured,'of developing
15
16
all properties required.
16
17
3. All concrete to be normal weight concrete except where
17
18
lightweight concrete is indicated on Drawings.
18
19
19
20
B.
Strength:
20
21
1. Provide specified strength and type of concrete for each
21
22
use in structure(s) as follows:
22
23
23
24
SPECIFIED
24
25
TYPE WEIGHT STRENGTH*
25
26
---------------- ------------- ---------
26
27
Concrete Fill Normal weight 3000 psi
27
28
All other Concrete Normal weight 4000 psi
28
29
29
30
*Minimum 28 -day compressive strength.
30
31
31
32
C.
Air Entrainment: Provide air entrainment in all concrete
32
33
resulting in a total air content percent by volume as
33
34
follows:
34
35
35
36
MAX AGGREGATE SIZE TOTAL AIR CONTENT PERCENT
36
37
---------5 ----•-
38
1•IN or 3/4 IN to 7
38
39
1/2 IN 6 to 8
39
40
40
41
1. Air content to be measured in accordance with ASTM C231,
41
42
ASTM C173, or ASTM C138.
42
43
43
44
D.
Slump: 4 IN maximum, l IN minimum.
44
45
1. Measured at point of discharge of the concrete into the
45
46
concrete construction member.
46
47
2. Concrete of lower thanmaximumslump may be used provided
47
48
it can be properly placed and consolidated.
48
49
3. Pumped concrete:
49
50
a. Provide additional water at batch plant to allow for
50
51
slump loss due to pumping.
51
52
b. Provide only enough additional water so that slump of
52
53
concrete at discharge end.of pump hose does not
53
City of Lubbock, Terminal Storage Reservoir Rehab
City of Lubbock,. Terminal Storage Reservoir Rehab
7
03002-7
O1
exceed maximum slump specified above.
01
02
4.
Determine slump per ASTM C143.
02
03
03
04
E. Selection
of Proportions:
04
05
1.
General - Proportion ingredients to:
05
06
a. Produce proper workability, durability, strength, and
06
07
other required properties.
07
08
b. Prevent segregation and collection of excessive free
08
09
water on surface.
09
10
2.
Minimum cement contents and maximum water cement ratios
10
11
for concrete to be as follows:
11
12
12
13
MINIMUM CEMENT, LB/CY
13
14
-------------------------- MAXIMUM MATER
14
15
SPECIFIED MAXIMUM AGGREGATE SIZE, IN CEMENT RATIO
15
16
STRENGTH 1/2 3/4 1 BY WEIGHT
16
17
--------- ------- --------- -------- -------------
17
18
3000 517 517 517 0.45
18
19
4000 611 611 611 0.45
19
20
20
21
3.
Substitution of fly ash:
21
22
a. Maximum of 15 percent by weight of cement at rate of
22
23
1 LB fly ash for 1 LB of cement.
23
24
4.
Submit mix design data as required by this specification
24
25
section.
25
26
5.
Normal weight concrete: Proportion mixture to provide
26
27
desired characteristics using one of methods described
27
28
below:
28
29
a. Method 1 (Trial Mix): Per ACI 318, Chapter 5, except
29
30
as modified herein.
30
31
1) Air content within range specified above.
31
32
2) Record and report temperature of trial mixes.
32
33
3) Proportion trial mixes per ACI 211.1.
33
34
b. Method 2 (Field Experience): Per ACI 318, Chapter 5,
34
35
except as modified herein:
35
36
1) Field test records must be acceptable to Engineer
36
37
to use this method.
37
38
2) Test records shall represent materials,
38
39
proportions and conditions similar to those
39
40
specified.
40
41
6.
Required average strength to exceed the specified 28 day ,
41
42
compressive strength by the amount determined or
42
43
calculated in accordance with the requirements of
43
44
paragraph 5.3 of ACI 318-89 using the standard deviation
44
45
of the proposed concrete production facility as described
45
46
in paragraph 5.3.1 of ACI 318-89.
46
47
47
48
F. Allowable
Shrinkage: 0.048 percent per ASTM C157.
48
49
49
50
50
51
PART 3 -
EXECUTION
51
52
52
53
3.01 FORMING AND PLACING CONCRETE
53
City of Lubbock,. Terminal Storage Reservoir Rehab
7
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03002-8
A. General:
1. Contractor is responsible for design and erection of
formwork.
2. Construct formwork so that concrete members and
structures are of correct size, shape, alignment,
elevation and position.
a. Allowable tolerances: As recommended in ACI 347.
3. Provide slabs of minimum indicated depth.
B. Reinforcement:
1. Position, support and secure reinforcement against
displacement.
2. Locate and support with chairs, runners, bolsters,
spacers and hangers, as required.
3. Set wire ties so ends do not touch forms and are directed
into concrete, not toward exposed concrete surfaces.
4. Lap splice lengths: ACI 318 Class B top bar tension
splices unless indicated otherwise on the Drawings.
5. Extend reinforcement to within 2 IN of concrete perimeter
edges.
a. If perimeter edge is earth formed, extend
reinforcement to within 3 IN of the edge.
6. Unless otherwise indicated, provide minimum concrete
cover as follows:
a. Concrete deposited against earth: 3 IN.
b. Formed surfaces exposed to weather or in contact with
earth: 2 IN for reinforcing bars #6 or larger; 1-1/2
IN for reinforcing bars less than #6.
c. Formed surfaces exposed to or located above any
liquid: 2 IN.
7. Do not weld reinforcing bars.
C. Construction, Expansion, and Contraction Joints:
1. Provide at locations indicated.
2. Locate contraction Joints in concrete slope paving so
that concrete placements are approximately 30FT x 30FT
square and do not exceed 1000 SF.
3. Alternate concrete panel placements to allow initial
shrinkage of adjoining panels to occur prior to placement
of intermediate panel.
4. Locate expansion joints approximately every 120 FT
around perimeter of storage reservoir.
5. Install construction Joints in slabs perpendicular to the
planes of their surfaces.
6. At least 48 HRS shall elapse between placing of adjoining
concrete construction.
7. Thoroughly -clean and remove all laitance and loose and
foreign particles from construction Joints.
B. Before new concrete is placed, coat all construction
Joints with an approved bonding adhesive used and applied
in accordance with manufacturer's instructions.
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
r
03002-9
r*
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
D. Placing Concrete:
02
1.
Place concrete in compliance with ACI 304 and 304.2R. ,.
OM
03
2.
Place in a continuous operation within planned joints or
04
sections.
05
3.
Begin placement when work of other trades affecting
06
concrete is completed.
I
07
4.
Place concrete by methods which prevent aggregate
f..
08
segregation.
09
5.
Do not allow concrete to free fall more than 4 FT.
O-
10
6.
Where free fall of concrete will exceed 4 FT, place
11
concrete by means of tremie pipe or chute.
12
13
E. Consolidation:
14
1.
Consolidate all concrete using mechanical vibrators
c
15
supplemented with hand rodding and tamping, so that
16
concrete is worked into key trenches around
�^
17
reinforcement, and embedded items into all parts of forms.
i8
19
F. Protection:
20
1.
Protect concrete from physical damage or reduced strength
�.
21
due to weather extremes.
22
2.
In cold weather comply with ACI 306R except as modified
23
herein.
OM
24
a. Do not place concrete on frozen ground or in contact
25
with forms or reinforcing bars coated with frost, ice
26
or snow.
r
27
b. Minimum concrete temperature at the time of mixing:
28
29
OUTDOOR TEMPERATURE CONCRETE TEMPERATURE
30
AT PLACEMENT (IN SHADE) AT MIXING
31
- -------70
32
egF----
DegF-------------
Below 30 DegF-------
33
Between 30-45 DegF 60 DegF
34
Above 45 DegF 50 DegF
i
35
36
c. Do not place heated concrete that is warmer than 80
37
DegF.
38
d. If freezing temperatures are expected during curing,
39
maintain the concrete temperature at or above 50 DegF
40
for 7 days or 70 DegF for 3 days.
41
e. Do not allow concrete tocoolsuddenly.
42
3.
In hot weather comply with ACI 305R except as modified
43
herein.
44
a. At air temperature of 90 DegF and above, keep
45
concrete as cool as possible during placement and
`
46
curing.
47
b. Do not allow concrete temperature to exceed 70 DegF
48
at placement.
49
c. Prevent plastic shrinkage cracking due to rapid
50
evaporation of moisture.
!^
51
d. Do not place concrete when the actual or anticipated
52
evaporation rate equals or exceeds 0.2 LBS/SF/HR as
53
determined from ACI 305R, Figure 2.1.5.
r*
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
03002-10
O1
,
02
G. Curing:
03
1.
Begin curing concrete as soon as free water has
04
disappeared,from exposed surfaces.
05
2.
Cure concrete by use of moisture retaining cover, burlap
06
kept continuously wet or by;membrane curing compound.
07
3.
Provide protection as required to'prevent damage to
08
concrete and to prevent moisture loss from concrete
09
during curing period.
10
4.
Provide curing for minimum of 7 days.
11
5.
Form materials -left in place may be considered as curing
12
materials for surfaces in contact with the form materials
13
except in periods of hot weather.
14
`` 6.
In hot weather followcuring'procedures outlined in ACI
15
305R.
16
7.
In cold weather follow curing procedures outlined in ACI
17
306R.°
18
8.
If forms are removed before 7 days has elapsed, finish
19
curing of formed surfaces by one of above methods for the
20
remainder of the curing period.
21
9.
Curing vertical surfaces with a curing compounds Cover
22
vertical surfaces with a minimum of two coats of the
23
curing compound.
24
a. Allow the preceding coat to completely dry prior to
25
applying the next coat.
26
b. Apply the first coat of curing compound immediately
27
after form removal.
28
c. Vertical surface at the time of receiving the first
29
coat shall be damp with no free water on the.surface.
30
d. A vertical surface is defined as any surface steeper
31
than 1 vertical to 4 horizontal.
32
33
3.02 CONCRETE FINISHES
34
35
A. Surfaces Not Exposed to View:
36
1.
Patch voids, air pockets and honeycomb'areas with cement
37
grout.
38
2.
Fill tie holes with nonshrink nonmetallic grout.
39
40
B. Slab Float Finish:
41
1.
After concrete has been placed, consolidated, struck off,.
42
and leveled, do no further work until ready for floating.
43
2.
Begin floating when water sheen has disappeared and
44
surface has stiffened sufficiently to permit operation:
45
3.
During or after first floating, check planeness of entire
46
surface with a 10 FT straightedge applied at not less
47
than two different angles.
48
4.
Cut down all high spots and fill all low spots.
49
5.
Refloat slab immediately to a uniform sandy texture.
50
51
3.03 FIELD
QUALITY CONTROL
52
53
A. Owner
will employ and pay for services of a concrete testing
City of Lubbock, Terminal Storage Reservoir Rehab
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
City of Lubbock, Terminal Storage Reservoir Rehab
03002-11
01
laboratory to perform testing of concrete placed during
01
02
construction.
02
03
1. Contractor to cooperate with Owner in obtaining and
03
04
testing samples.
04
05
05
06
B. Tests During Construction:
06
07
1. Strength test - procedure:
07
08
a. Three cylinders, 6 IN DIA x 12 IN high, will be taken
08
09
from each sample per ASTM C172 and C31.
09
10
b. Cylinders will be tested per ASTM C39:
10
11
1) One at 7 days.
11
12
2) Two at 28 days.
12
13
2. Strength test - frequency:
13
14
a. Not less than one test each day concrete placed.
14
15
b. Not less than one test for each 50 CY or major
15
16
fraction thereof placed in one day.
16
17
3. Slump test: Per ASTM C143.
17
18
a. Determined for each strength test sample.
18
19
b. Additional slump tests may be taken.
19
20
4. Air content: Per ASTM C231, C173, and C138.
20
21
a. Determined for each strength test sample.
21
22
5. Temperature: Determined for each strength test sample.
22
23
23
24
C. Evaluation of Tests:
24
25
1. Strength test results: Average of 28 -day strength of two
25
26
cylinders from each sample.
26
27
a. If one cylinder manifests evidence of improper
27
28
sampling, molding, handling, curing or testings,
28
29
strength of remaining cylinder will be test result.
29
30
b. If both cylinders show any of above defects, test
30
31
will be discarded.
31
32
32
33
D. Acceptance of Concrete:
33
34
1. Strength level of each type of concrete shall be
34
35
considered satisfactory if both of the following
35
36
requirements are met:
36
37
a. Average of all sets of three consecutive strength
37
38
tests equals or exceeds the required specified 28 -day
38
39
compressive strength.
39
40
b. No individual strength test fails below the required
40
41
specified 28 -day compressive strength by more than
41
42
500 psi.
42
43
43
44
3.04 SCHEDULES
44
45
45
46
A. Concrete:
46
47
1. Concrete fill: Where indicated on Drawings.
47
48
2. Normal weight concrete: All other locations.
48
49
49
50
B. Concrete Finishes:
50
51
1. Slab finishes:
51
52
a. Use following finishes as applicable, unless
52
53
otherwise indicated:
53
City of Lubbock, Terminal Storage Reservoir Rehab
03002-12
-..w_ Z �.
it� WE W 9-0
HM ENGINEERING. INC.
R -
H
E--
No Text
No Text
No Text
W -3K wA'fe T Mwr PIAT IN
•HDR ENGINEERING, INC.
01T*L-TMW IVB p,T FIGURE
p�TA I
THIS PAGE LEFT BLANK INTENTIONALLY
S
L
9
E1
w
LUPE w► 'Tiz 'fM i" PIAT C 1tJpp EN 4L.'T t Tl�l� FIGURE
1�-
- HDR ENGINEERING, INC. s`i�✓TEM
No Text
t"
Wvve 0 KTpglpeArHaiT W4M IMfftvw1W eve FIGURE
rw44rN 41.. r,
¢b4pr-1 lzo6F-p-VoI t2
.r..HM ENGINEERING, INC.
No Text
r
No Text
r
8%L
zz
i
110 )'w c
Mttl'
C4,pm 1 11'N =44L
IDR ENGINEERING, INC..
oq'Tvt-�&T l V e C FIGURE
MrAd L oa 7
THIS PAGE LEFT BLANK INTENTIONALLY
pv Iv
5
nGURE
HT tworr
HM ENGINEERING, INC.. 7LP
No Text
HM ENGINEERING. INC.
01
NO!
"`uRE
Ger Tlor} Jt p t�.i I
�}
r
i
THIS PAGE LEFT BLANK INTENTIONALLY
7
staf r
HDR ENGINEERING. INC..
0
�O
''1
f ,b LTeaHAn v� G
6(N-Jv oti1ps;p
FIGURE
10
(THIS PAGE LEFT BLANK INTENTIONALLY)
PROJECT:
JUN 2 4 1992
HDR
FOR INFORMATION ONLY
SITE INVESTIGATION
CONTAINMENT DIKES SLOPE FAILURE
TERMINAL STORAGE RESERVOIR
CITY OF LUBBOCK'S WATER TREATMENT PLANT
LUBBOCK, TEXAS
REPORT NO. 8050
CUSTOMER:
PAM
7
CITY OF LUBBOCK
c/o
HDR ENGINEERING, INC.
SUITE 125
DALLAS, TEXAS 75230
ATTN: MR. HENRY BENJES
(THIS PAGE LEFT BLANK INTENTIONALLY) --
F
i
AMAR=LLO TEST=NG AND ENG=NEER=NG
PHONE 806-374-2756 -- 2911 W. AMARILLO BLVD.
AMARILLO,TEXAS 79106
22 June, 1992
City of Lubbock
c/o
HDR Engineering, Inc.
12700 Hillcrest Drive
Suite 125
Dallas, Texas 75230
Attn: Mr. Henry Benjes
Subject: Site Investigation for the Containment Dikes Slope Failure
at the Terminal Storage Facility; City of Lubbock's Water
Treatment Plant; Lubbock, Texas; Report No. 8050
Dear Mr. Benjes:
In accordance with your instructions, we have completed the
sampling, testing, and an analysis for the Subject Project.
The attached report contains details of exploration, sampling,
and testing with analysis.
We appreciate this opportunity to perform this service for you.
We also have the capability to perform on-going jobsite services as
you begin actual construction of the Project and would welcome the
opportunity to be of further service to you.
icc: Above
icc: Richard Shoemaker
Respectful
11 1 el
,rd ay i�lery, .E
(THIS PAGE LEFT BLANK INTENTIONALLY)
Oak
I
SITE INVESTIGATION
Containment Dikes Slope Failure
Terminal Storage Reservoir
City of Lubbock's Water Treatment Plant
Lubbock, Texas
INTRODUCTION
This report is the result of an investigation regarding
the existing containment dike's water side slope failures at
the Terminal Storage Reservoir of the City of Lubbock's Water
Treatment Plant located on the north side of Lubbock, Texas.
The TerminalStorage Facility had been constructed in
the mid 19501s. The 'facility consisted of a rectangular
shaped dike enclosure that had an interior water side lining
that consisted of a geosynthetic membrane.
The waterside slopes along roughly one half of the
containment dikes has suffered"slippage beneath the
geosynthetic liner, causing stress on the unsupported
portions of the liner.
The purpose of this investigation is to attempt to
determine the conditions of`the waterside supporting soil
beneath the liner and the cause for the associated failure.
Once the problems of the failure have been identified, them
attempts shall be conducted to determine potential slope
repair procedures, primarily through use of cement treated
side slope soil treatments. One aspect of this study is to
determine whether or not the existing slope subgrade soil
strata would be suitable for soil cement mixtures.
Details of this investigation with analysis are depicted
in this report.
SITE DESCRIPTION
The Terminal Storage Reservoir consists of a rectangular
shaped containment structure which uses dike structures as
perimeter containment. The water side of the dikes are lined
with black geosynthetic membrane lining. At the time of this
investigation, the water level existed at about 13'-15' below
the top of the dikes.
It was noted that the water side slopes beneath the
geosynthetic lining had slumped or slipped along the northern
third section of the east perimter dike, along the western
half of the south perimeter dike, on the southern half of the
west perimeter dike, and on the eastern third of the north
perimeter dike. Initial appearances indicate that the
slumping of the slopes occurred in areas where prevailing
winds would cause the most pond surface wave action.
The lining membrane, itself, appeared to be in fair to
r
7
good condition. At the time of this investigation, though,
several breaks in the lining were noted. These breaks had
been repaired during our field investigation and after our
departure.
The general site layout is depicted on the enclosed site
layout diagram.
EXPLORATION, SAMPLING, AND FIELD TESTING
A total of six exploration sites in the water side
slopes of the containment dikes were studied as a part of
this investigtion to :a depth of five feet each. Each`.
exploration site was completed by use of hand sampling
equipment. Soil samples were retrieved by grab sampling at
the surface, by use of 3" O.D. thin walled tube samplers, and.
2" split spoon samplers. Soil samples were obtained
continuously from the surface to the five foot depth.
Boring No.'s B-1, B-2, and B-3 were completed at near
the top of slope, mid -slope, and near the water's edge on the
north portion of the east dike in an area of severe slope
failure. Boring No. B-4 was completed about mid -slope on the
south perimeter containment dike in an area of slope failure.
Boring No. B-5 was completed near mid -slope on the south
portion of the perimeter dike in an area of slope failure.
Boring No. B-6 was completed on the north perimeter dike near
mid -slope in an area that had suffered no apparent dike slope
failure.
In addition this above noted on-site investigation,
sources of potential materials that could be used were sought
in order to determine the feasibility of using locally
available materials for cement treated soil,lining for future
repairs. Samples of various sizes of processed commercial
aggregates and sands were obtained from the R.E. Jane Company
located east of Slaton, Texas. In addition, samples of on-
site sandy and caliche/sandy soils were obtained from the
Lubbock Municipal Landfill located about four -five miles west
of the Water Treatment. Plant.
f
LABORATORY TESTS
On -Site Soils Study --
All obtained soil samples were visually classified and
tested for in-situ soil moisture content. Representative
samples were selected for soil sieve analysis, and soil
Atterburg limits tests. Intact soil samples were measured to
determine soil unit weight, and were tested for approximate
unconfined compressive strength tests using the pocket
penetrometer. These data are depicted on the enclosed
records of subsurface exploration or on the sieve analysis
Data Sheet No.'s 1 and 2.
Study of Possible Locally Available Soil Cement
Materials
From the Janes material source, the samples of aggregate
and sand base course were tested for sieve analysis, and are
depicted on Data Sheet No. 3. The other samples were held
for possible future testing.
The soil samples obtained from the Lubbock Municipal
Landfill were tested for Atterburg limits and soil sieve
analysis as depicted on Data Sheet No. 4. Each of these
samples were tested for moisture density relations of soils
(Standard Proctor ASTM D-698), then were molded using both 8%
and 10% Portland cement by weight. Four samples of each soil
using each Portland cement were molded using 4" diameter
molds by ASTM Method D-1633 for testing of two samples each
after seven days cure and twenty-eight days cure. The
samples were placed in a lime saturated water environment
48 hours after molding. These test results are depicted on
the enclosed Data Sheet No.'s 5 and 6.
EXISTING SLOPE SUBGRADE SOIL CONDITION
The records of subsurface exploration enclosed with this
report depict the soil conditions directly beneath the
existing geosynthetic liner. Each exploration site's
subgrade soil's profile measured vertically from the surface
just below the liner is depicted as follows:
7
East Perimeter Dike (Boring No.'s B-1, B-2, and B-3) --
Boring No. B-1 (13' from top of slope) - About one to
two feet of the original surface at this boring location has
slipped down the slope. The top one foot of soil is an _
unsaturated brown clayey sand. From the one foot depth down
to the depth drilled of five feet, a near saturation and firm
to stiff brown sandy lean clay is found.
Boring No. B72 (24' from top of slope) -,About one foot
of the soil at the surface of this site appears to consist of
slipped soils from above slope. The top one foot of this _
soil is unsaturated clayey sand. From the one foot depth
down to the two foot depth, the soil is a soft and saturated
sandy lean clay. This soil becomes firm at the three foot
depth. From the three to five foot depth, the soils become
firm and saturated clayey sands.
Boring No. B-3 (42' from top of slope, and 5' from
water's edge) - The surface soil at this level is relatively --
undisturbed from original slope grade. The soil from the
surface to the two foot depth is a saturated and soft to firm
clayey sand. Sandy lean clays that are firm and at or near
saturation are found from below the two foot depth to the
five foot depth.
South Perimeter Dike (Boring No. B-4, taken 19' from top
of slope)
This exploration boring was conducted at the approximate _
original slope gradebelowa slipped area, but above the area
where the soil had slumped to. From the surface to about one
foot depth, an unsaturated clayey sand exists. From one to
two feet, a near saturation and firm sandy lean clay is
found. Below this soil, a firm to stiff and mostly
unsaturated sandy lean clay exists. --
West Perimeter Dike (Boring No. B-5, taken 251 from top.
of slope)
This exploration was completed at near original slope
grade in a similar manner to that of Boring No. B-4. An --
unsaturated sandy lean clay is found at the surface down to
the one foot depth. Sandy lean clays that are firm to stiff
and near saturation are found form the one foot depth down to
the sampled depth of five feet.
North Perimeter Dike (Boring No. B-6, taken 30, from top
of slope, and 5' above the water level) --
This slope is essentially undisturbed from its original
grade. The top two feet are unsaturated clayey sands that
are firm to stiff. Sandy lean clays that are firm to stiff
and at or near saturation are found from the two to five foot
depth.
ANALYSIS
Existing Water Side Slope Subgrade --
As previously noted, the existing slope subgrade soils
are predominantly sandy lean clays or clayey sands. These
type of soils are not generally well 'suited for use as a soil
cement soil. The use of these soils for soil cement would
probably require about 12% - 15% portland cement by weight.
In addition, the mixing of these soils, cement, and water
could be a rather difficult process. If possible, use of more
sandy type soils for use as a soil cement mixture would be
preferable.
Sampled Locally Available Sandy Materials for Use in
Soil Cement --
Commercial Materials - Several different sizes and type
of aggregates and sand were obtained for consideration from
the R.E. Janes Plant located east of Slaton, Texas.
Essentially, relatively lower quality, minimally processed
aggregate/sand mixtures were examined and considered. Each
of these materials are visually described for reference and
comparisons as follows:
Surge Pile Rock - Consists primarily of about 2" to #4
size aggregates with few fines.
Screenings - Primarily crusher screenings of limestone
rock with all sizes mostly smaller than the #4 size.
Pit Fines — Essentially single graded small aggregate
from about 3/8" down to #10 size.
Concrete Sand - Material that essentially complies with
ASTM C-33 specification for concrete sand.
3/4" and 1/2" Aggregate/Sand Base Course - Relatively
well graded sand/aggregate mixtures. Similar materials have:
been sucessfully used for cement treated base course and for
roller compacted concrete. Gradations for these base course
materials are depicted on the enclosed Data Sheet No. 3.
of these materials, the mostviablepotential soil
cement mixture would probably result from one of the base
course mixtures. From past experience using similar
materials, the use of about 6% Portland cement by weight.
proportion would probably yield;a compressive strength of
about 900-1000 psi in 28 days when tested as per ASTM 0-1633.
Lubbock Municipal Landfill Soils --
The soil strata below the immediate surface at the
Lubbock Municipal Landfill consists primarily of a tan white
"caliche" type material (Silty Clayey Sand with Gravel,
(SC -SM)) that overbears on a lower strata of reddish brown
silty sand (SM).
Review of past projects' soils used in soil cement
mixtures as depicted on the enclosed Data`,Sheet No.'s 7
through 11 are compared with the soil sieve analysis and
Atterburg limits data as depicted on Data Sheet No.`4 of the
obtained Lubbock Municipal Landfill soils.
These comparisons depict that these Lubbock Municipal
Landfill soils are similar to those soils used on the other
soil cement projects' soil cement mixtures. As a result, it
would appear viable to combine both of these Landfill soils
with similar proportions of soil cement. then as a
preliminary feasibility analysis, perform soil cement sample
compressive strength tests as per ASTM 0-1633 after both
seven day's and twenty-eight day's cure.
The results of these series of soil cement compression
tests depict an average seven 'day strength of 495 psi for,the
grey white "caliche" silty clayey sand with gravel mixed with
8% Portland cement by weight, and an average seven day
strength of 601 psi for the grey white "caliche" silty clayey
sand with gravel mixed with 10% Portland cement by weight.
The results of these series of soil cement compression
tests depict an average seven day strength of 426 psi for the
reddish brown silty sand mixed with 8% Portland cement by
weight, and an average seven day strength of 549 psi for the
reddish brown silty sand with gravel mixed with 10% Portland
cement by weight. Twenty-eight day cure compressive strength
tests shall follow in a subsequent report.
The preliminary data indicate the feasible use of about
of any of the above mixtures should be applicable for the
circumstances of this project, depending on the selected
desired compressive strength.
It should be viable for an equal exchange of load for
load of clayey materials'from the 'existing dike slope
subgrade to the Landfill for the use of the Landfill's sandy
materials as a soil cement mixture. The Landfill will, in
all probability, have need for a source of more clayey soils
for use as impermeable liners in the Landfill's operation.
Report No. 8050
V Respectfully "4
.E.
are a4 Respectfully
/7eepr n a r d Ray I
THIS PAGE LEFT BLANK INTENTIONALLY
rol
i
30'
6 po.
NSI .� 3
500 I --�
v
'r Swn ,3
Tv c
i
. i
i
375
/Y
1
r
SITE BOR 1 NG PLAN
_ TEQ �%/NAC ,RC,:� /�'vo�� !='�J c✓� � ry
G/ry Or L11%40Cks 6Aree 'rArfs r An r
AMARILLO TESTING LABORATORY
Date: 6 1171,9? Drawing No.: Z
THIS PAGE LEFT BLANK INTENTIONALLY
E
Amari f7esliny
rRECORD OF
ana�Znyineeriny, .enc. SUBSURFACE EXPLORATION
Geotechnical EnglneeNng Consultants
r
t
r
Client: City Qf Lubbock Boring NO:
Project Name: Water Treatment Plant Storage Facility
Project Location: City of Lubbock WaterTreatment Plant; Lubbock, Texas
r Job Number: 0050
" DRILLING INFORMATION:
L
A
r
4
r
r
i
t
rl
Date Started: 5 M_Y 1992
F
;
Date Completed: May. 1992
c
m
X
Drilling Foreman: Bill Palmer
:.
n
m
„06
Drilling Method: Hand Sampling
oIU
..
E
F-
E
v�
cc
aR
d
�
'°
v) Z
g
o
c
c'
«
c
Y f°.
s a.
a cr
�^
j
�.0
G
Y
U�
°
3
v�
cm c
a
J _ to
a
DESCRIPTION
E
c _a
b (i
'eS
e, e
0n Z
SURFACE ELEVATION —
Brown Clayey Sand with
"-
AL
7.6
LL -25
-
Calcareous Gravel (SC)
Percent
finer
then
#2CO
= 39.6%
PL-13—
PI-12-
Brown Sandy Lean Clay
Brown
12"-24)"
ST
4.5
119.
14.5
with Calcareous Nodules
(CL)
Brown Sandy Lean Clay
20"-M
S
4.5
126.C13.5
LL -34Z
-
with Calcareous Nodules
Percent
finer
than
#2CO
= E1.6%
PL -14
(CL)
PI-20—
Brown Sandy Lean Clay
3)",
SE
4.5+
123.
13.8
with Calcareous Nodules
(CL)
Brown Sandy Lean Clay
42n—St"
SS
4.5
16.1
LL -36
with Calcareous Nodules
Percent
finer
then
#2CO
61.9%
PL-16—
L-1(CL)
(CL)
PI-20—
SAMPLE TYPE
AU — AUGER
SS — SAG SAMPLE
RC — ROCK CORE
FSS — SPLIT SPOON
ST — SHELBY TUBE
GROUNDWATER DEPTH BORING METHOD
AT COMPLETION Dry FT. AR — AIR ROTARY
CFA — CONTINUOUS FLIGHT AUGERS,
AFTER HRS. FT. HSA — HOLLOW STEM AUGERS
WATER ON RODS FT. RW — ROTARY WASH
No Text
r
t
,./7marilloJesAny RECORD OF
anor6nyineeriny, -qnc. SUBSURFACE EXPLORATION
Geotechnical Engineering Consultants
Client: City of Lubbock Boring No:
Project Name: Water Treatment Plant Storage Facility
Project Location: City of Lubbock Water Treatment Plantes Lubbock, Texas
Job Number: 8050
DRILLING INFORMATION:
Date Started: 5 May 1992
Date Completed: 5 May, 1992
il
Drilling Foreman: Bl er
Drilling Method: Hand SamplingL
m
'ca
v)
o
$
IF
h
°
d
mr:
A! U.
�;
v°
ire Z
c
coy
U O"'
y«�
ccno
o f-
c'
m
°�
CLL
ao
z o
arc f-
a c'
c U.
o
C
3
"
mt
_
EMio
U W
� a
a
RC - ROCK CORE
DESCRIPTION
E s
�i
W .+
~g m
C v�
d
n
can 2
SURFACE ELEVATION
Brown Clayey Sand with
Calcareous Nodules (SC)
"-
AU
P
rcen
fin
r th
n #2
O =
13.9L-26
.6�
L-15
I-11
Brown Sandy Lean Clay
1
"-
ST
0.5
20.5
(CL)
Brown Sandy Lean Clay
(CL)
2
"-
ST
Percent
finer
then
#2CO
=67.1%
16.8
L-30
L-14
I-16
Brown Clayey Sand with
Calcareous Nodules
(SC)
40-4-44—
SS
Percent
finer
than
3.5
#2CO
= 47.4%
16.4
LL -33
L-16
I-17
-
w�
SAMPLE TYPE
AU -AUGER
BS - BAG SAMPLE
RC - ROCK CORE
SS - SPLIT SPOON
ST - SHELBY TUBE
GROUNDWATER DEPTH BORING METHOD
AT COMPLETION Dry FT. AR - AIR ROTARY
CFA - CONTINUOUS FLIGHT AUGERS
AFTER HRS. FT. HSA - HOLLOW STEM AUGERS
WATER ON RODS FT. RW - ROTARY WASH
No Text
i
7
gmarill Jeslfny RECORD OF
ano'6nyineeriny, 9nc. SUBSURFACE EXPLORATION
Geotechnical Engineering Consultants
Client: gity 91 Lubbock Boring No: —33
Project Name: Water Treatment Plant Storage Facility
Project Location: City p Lubbock Water TreatmentPlant; Lubbock. Texas
Job Number: 8050
DRILLING INFORMATION:
Date Started: May y 1992
Date Completed: May, 1992
Drilling Foreman: Bill Palmer
Drilling Method: Hand Sampling
~
°D
o
vs
°
:-
C
'0
m
im
N Z
C
a
JZ
V �«:
co mC
c o
c
er'
m
ct
a c
m o
0C.
a Cr
�"
W
ZA
o f
U�
Q
3
Y
m
y
ca c
J Q .5
�°in
J d J
BS — BAG SAMPLE
DESCRIPTION
E'S
« +
vy „�
B.
N
°'
co
y 2
SURFACE ELEVATION —
Brown Clayey Sand with
"-
AU
19.5
-L-27-
Calcareous Gravel (SC)
Percent
finer
then
#2CO
44.8%
DL-14—
DI-13-
Brown Clayey Sand
Brown
1
"-
ST
2.5
17.6
with Calcareous Nodules
(SC)
Brown Sandy Lean Clay
220
-
ST
2.25
17.9
-L-32—
with Calcareous Gravel
Percent
finer
then
#2CO
55.4%
PL -19
-
(CL)
z
PI -13
--
Brown Sandy Lean Clay
30%
-
SS
3.25
115.
16.9
with Calcareous Nodules
(CL)
Brown Sandy Lean Clay
40"-!Z'"
S
2.75
120.
14.7
L-36
with Calcareous Nodules
Percent
finer
then
#2CO
=57.8%
2,L-15
(CL)
PI -21
GROUNDWATER DEPTH BORING METHOD
AT COMPLETION Dry FT. AR — AIR ROTARY
CFA — CONTINUOUS FLIGHT AUGERS
AFTER HRS. FT. HSA — HOLLOW STEM AUGERS
WATER ON RODS FT. RW — ROTARY WASH
SAMPLE TYPE
AU —AUGER
BS — BAG SAMPLE
RC — ROCK CORE
SS — SPLIT SPOON
ST — SHELBY TUBE
GROUNDWATER DEPTH BORING METHOD
AT COMPLETION Dry FT. AR — AIR ROTARY
CFA — CONTINUOUS FLIGHT AUGERS
AFTER HRS. FT. HSA — HOLLOW STEM AUGERS
WATER ON RODS FT. RW — ROTARY WASH
No Text
r
9marill ge tAn9
RECORD OF
and'(5nyineeriny, .Inc.
Geotechnical Engineering Consultants SUBSURFACE EXPLORATION
r
Client: City of Lubbock Boring No: B-4
P= Project Name: Water Treatment Plant Storage Facility
Project Location: City Qf Lubbock dater Treatment Plant; Lubbock. Texas
Job Number: $050
DRILLING INFORMATION:
Date Started: , a ► 1992
v,
Date Completed: May, 1992
C
"
Y
Drilling Foreman: Bill Palmer
°
C
m
mL
Drilling Method: Hand Sampling
os,
o
..
E ``
n
1°
0
Z
>
°�
�
a''
2
'0
V1 �
c�U_
cN c
c 0
� C''
c�
CL
Y
n
d�
"
3^
C
Z�
O J
=
Lj�
y
3
v..
c93
a
� rL N
J d .J
DESCRIPTION
3 c
fA J
m o
g 1°�y 10 °
t!3 to 2
SURFACE ELEVATION —
Reddish Brown Clayey
"-
AU
10.0
-L-21-
Sand with Calcareous
Percent
finer
then
#2CO
= 45.6%
=,L -13z
-
Gravel (SC)
I- 8
Brown Sandy Lean Clay
1
"-
ST
2.5
118.
14.8
with Calcareous Nodules
(CL)
Brown Sandy Lean Clay
2
?"-M
SS
4.5
15.1
-L-32--
with Calcareous Nodules
Percent
finer
then
#2CO
60.4%
PL -17
-
(CL)
PI -15
-
Brown Sandy Lean Clay
33"
-
SS
4.5+
122.
13.6
with Calcareous Nodules
(CL)
Reddish Brown Sandy Lean
49N
-G)"
S
4.5
13.3
L-30
Clay with Calcareous
Percent
finer
than
#2CO
=50.3%
PL-16—
Nodules (CL)
PI -14
-
SAMPLE TYPE
ttt AU —AUGER
SS — BAG SAMPLE
RC — ROCK CORE
SS — SPLIT SPOON
ST — SHELBY TUBE
GROUNDWATER DEPTH BORING METHOD
AT COMPLETION Dry FT. AR — AIR ROTARY
CFA — CONTINUOUS FLIGHT AUGERS
AFTER HRS. FT. HSA — HOLLOW STEM AUGERS
WATER ON RODS FT. RW — ROTARY WASH
No Text
i
PM gmarill ✓esliny
ano(Znyineeriny, ,Inc. RECORD OF
Geotechnical Engineering Conaultanta SUBSURFACE EXPLORATION
Client: City of Lubbock Boring No: B-5
I Project Name: Water Treatment Plant Storage Facility
Project Location: City of Lubbock WaterTreatment Plant; Lubbock. Texas
Job Number: 8050
r*
f DRILLING INFORMATION:
Date Started: t1gX 1992
Date Completed: May, 1992
Drilling Foreman: Bill Palmer
Drilling Method: Nand Sampling
E
9
°
!ar ;
°
a U.
o m
6 z
Q
c�
d u-
cv
o
o
c
M c'
i
m
m U.
aE
I
�
a v'
3
5�
Z.0
a J
V
C
om �
3
Y
"'`_
V t
Ecco
J
'7 «vo, Csm
-J -J
J d J
RC — ROCK CORE
DESCRIPTION
v
h „I
�cii
u)
6)
E
C;
1Wz
SURFACE ELEVATION —
Brown Sandy Lean Clay
"-
AU
11.3
L-24
with Calcareous Gravel.
Percent
finer
than
#2CO
= 62.0%
:,L -12
--
(CL)
I-12
Reddish Brown Sandy
1
"-
ST
4.5
115.C15.6
Lean Clay with
Calcareous Nodules
(CL)
Brown Sandy Lean Clay
W-31)"
ST
2.25
16.5
LL-26—
(CL)
Percent
finer
then
#2CO
E7.2%
L-13
PI-13-
-13Reddish
ReddishBrown Sandy
3
"-
SS
4.5
120.
14.9
Lean Clay (CL)
Reddish Brown Sandy
4)--6!)-
SS
3.75
119.
14.9
L-36
Lean Clay (CL)
Percent
finer
then
#2CO
61.8%
L-18
I-18
GROUNDWATER DEPTH BORING METHOD
AT COMPLETION Dry FT. AR — AIR ROTARY
CFA — CONTINUOUS FLIGHT AUGERS
AFTER MRS. FT. HSA — HOLLOW STEM AUGERS
WATER ON RODS FT. RW — ROTARY WASH
SAMPLE TYPE
AU— AUGER
BS — BAG SAMPLE
RC — ROCK CORE
SS — SPLIT SPOON
ST — SHELBY TUBE
GROUNDWATER DEPTH BORING METHOD
AT COMPLETION Dry FT. AR — AIR ROTARY
CFA — CONTINUOUS FLIGHT AUGERS
AFTER MRS. FT. HSA — HOLLOW STEM AUGERS
WATER ON RODS FT. RW — ROTARY WASH
No Text
Fm a. 7eslin9
ano"6nyineerin9, .enc. RECORD OF
SUBSURFACE- EXPLORATION
Geotechnical Engineering Consultants
Client: City of Lubbock Boring No: B6
�. Project Name: Water Treatment Plant Storaae Facility
Project Location: City of Lubbock Water Treatment Plant; Lubbock. Texas
Sob Number: 8050
DRILLING INFORMATION:
Date Started: 5 May 1992
SAMPLE TYPE
l
m
;
BS — BAG SAMPLE
RC — ROCK CORE
SS — SPLIT SPOON
Date Completed: 5 May, 1992
ST — SHELBY TUBE
C
h
C
Drilling Foreman: Bl Palmer
Bill
°
a
m
dt
Drilling Method: Mand Sampling
m
ES
o
E
I..
a
IEC
0
�'
¢
aR
O�.a
C
p
.p. m
m 2
«
d"U.
CV% M
o f
C
- c'
r w
�"-
tai
Y N
C.
d�
��
2
a -i
C
O�
a
:0
32. o
7 h d
a Z
J �� N
DESCRIPTION
` °Ipi n
tt p d
(n W 2
SURFACE ELEVATION -
Brown Clayey Sand with
-0
AU
11.5
L-31
Calcareous Gravel
'Percent
finer
than
#2CO
=
3.8x
:)L-17—
(SC)
I-14
Brown Clayey Sand with
1!"-2-2"
ST
4.5
14.4
Calcareous Nodules
(SC)
Brown Sandy Lean Clay
230
-
ST
4.5
13.5
-L-34=-
with Calcareous
Percent
finer
then
0200
=
3.8%
?L -20
-
Nodules (CL)
I-14
Brown Sandy Lean Clay
3
"-
SS
4.5+
12.9
with Calcareous
Nodules (CL)
Brown Sandy Lean Clay
42"--921"
SS
3.75
109.
7.1
L-27
with Calcareous
Percent
finer
then
#200
=
1.3%
PL -15
-
Nodules (CL)
I-12
j
SAMPLE TYPE
l
AU —AUGER
BS — BAG SAMPLE
RC — ROCK CORE
SS — SPLIT SPOON
ST — SHELBY TUBE
GROUNDWATER DEPTH BORING METHOD
AT COMPLETION Dry FT. AR — AIR ROTARY
CFA — CONTINUOUS FLIGHT AUGERS
AFTER HRS. FT. HSA — HOLLOW STEM AUG9RS
WATER ON RODS FT. RW — ROTARY WASH
No Text
(continued)
IS EVE NAL SIS
TEST DATA
Sieve Size
Percent Passina
Sieve Size
Boring No. B-1
Boring No. B-2
® 0-1 ft.
1 0-1 ft.
t 0-1 ft.
i"
100.0
100.0
3/4"
82.9
88.1
1/2"
76.1
80.5
4
70.6
72.0
10
67.8
69.1
40
64.3
66.6
# 100
46.4
42.6
!� 200
40.2
29.6
(continued)
Data Sheet No. 1
Percent
Passing
Sieve Size
Boring No. B-3
Boring No. B-4
8 0-1 ft.
® 0-1 ft.
i"
100.0
100.0
3/4"
100.0
95.9
1/2"
93.7
93.7
4 4
90.3
90.6
10
87.3
82.4
4 40
82.7
70.3
4 100
55.8
54.7
200
44.8
45.6
Data Sheet No. 1
(continued)
Data Sheet No. 2
Percent
Passing
Sieve Size
Boring No. B-5
Boring No. B-6
a 0-1 ft.
a 0-1 ft.
i"
100.0
100.0
3/4'
100.0
100.0
1/2'
100.0
91.8
4
92.0
88.5
10
89.2
85.9
!i 40
86.0
83.3
# 100
68.3
60.3
# 200
62.0
43.8
Data Sheet No. 2
Data Sheet No. 3
SIEVE ANALYSIS TEST
DATA
(ASTH C-136 and ASTM
C-117)
Percent Passinc
Sieve Size
1" Base Course
1/2" Base Course
from the R.E. Janes
from the R.E. Janes
Plant
Plant
1 3/4"
100.0
100.0
1"
98.3
100.0
7/8"
91.7
100.0
1/2"
73.4
100.0
3/8"
56.2
95.0
4
36.7
89.8
40
13.3
45.7
200
8.0
14.3
Data Sheet No. 3
IEVE ANALYSIS/ATTERBURG I1. MITS ILS1 DATA
Source: Lubbock Municipal Landfill;
Sieve Analysis:
Percent Passing
Sieve Size White Grey "Caliche' Reddish Brown
Silty Clay with Silty Sand (SM)
Gravel (SC -SM)
1/2` 100.0 100.0
3/8' 87.9 96.9
# 4 78.5 93.0
# 40 65.2 86.4
100 40.9 53.5
200 18.9 31.8
Atterburg Limits:
white Grey 'Caliche' Reddish Brown
Silty Clay with Silty Sand (SM)
Gravel (SC -SM)
Liquid Limit 21 Sandy, Non -
Plastic
Plastic Limit 19
Plasticity Index 2
Data Sheet No. 4
'IST 1R=ENSU RELATIONS OF SOILS
(ASTM 0-698)
Sample: Grey White Silty Clayey Sand with Gravel from the
Lubbock Municipal Landfill --
Trail Number Trial Moisture Trail Dry Density
Content (lb./cu.ft.)
(Percent)
1. 10.2 106.8
2. 11.9 109.3
3. 13.4 109.6
4. 16.3 106.5
Maximum Dry Density = 109.9-lb./cu. ft.
Optimum Moisture Content = 12.8%
Sample: Reddish Brown Silty Sand from the Lubbock Municipal.
Landfill --
Trail Number Trial Moisture Trail Dry Density
Content (lb./cu.ft.)
(Percent)
1.
10.7
109.5
2.
12.3
111.2
3.
14.1
110.8
4.
15.8
108.8
Maximum Dry Density = 111.6 lb./cu.ft.
Optimum Moisture Content = 13.2%
Data Sheet No. 5
COMPRESSIVE STRENGTH OF MOLDED SOIL -CEMENT CYLINDERS
(ASTM 0-1633)
Sample: Grey White Silty Clayey Sand with Gravel from the
Lubbock Municipal Landfill mixed with 8% by weight
of Portland Cement --
Sample No. Age of Maximum Load Compressive
Test (lb.) Strength (psi)
(da.)
HDR -01 7 6000 477
HDR -02 7 6450 513
Average Wet Unit Weight = 124.8 lb./cu.ft.
Test Moisture Content = 15.0%
Average Dry Unit Weight = 108.5 lb./cu.ft.
Sample: Grey White Silty Clayey Sand with Gravel from the
Lubbock Municipal Landfill mixed with 10% by weight
of Portland Cement --
Sample No. Age of Maximum Load Compressive
Test (lb.) Strength (psi)
(da.)
HDR -05 7 8000 636
HDR -06 7 7100 565
Average Wet Unit Weight = 124.1 lb./cu.ft.
Test Moisture Content = 13.4%
Average Dry Unit Weight = 109.4 lb./cu.ft.
Data Sheet No. 6
COMPRESSIVE STRENGTH OF MOLDED SOIL -CEMENT CYLINDERS
(ASTM 0-1633)
Sample: Reddish Brown Silty Sand Lubbock Municipal Landfill
mixed with 8% by weight of Portland Cement --
Sample No. Age of Maximum Load Compressive
Test (lb.) Strength (psi)
(da.)
HDR -09 7 5650 449
HDR -10 7 5050 402
Average Wet Unit Weight = 124.4 lb./cu.ft.
Test Moisture Content = 13.Sx
Average Dry Unit Weight = 109.6 lb./cu.ft.
Sample: Reddish Brown Silty Sand Lubbock Municipal Landfill
mixed with 10% by weight of Portland Cement --
Sample No. Age of Maximum Load Compressive
Test (lb.) Strength (psi)
(da.)
HDR -13 7 7000 557
HDR -14 7 6800 541
Average Wet Unit Weight = 125.4 lb./cu.ft.
Test Moisture Content = 13.8%
Average Dry Unit Weight = 110.2 lb./cu.ft.
Data Sheet No. 7
No Text
,soon mom
u
ba" IUF"mom@ rA
�1 l.lf fid A4 aha @A64
wF.i.i.7 iJ i.i.z:a rL:i -- ' ii.a..:i�i Yi � i•i ' - iii i.d1 " _ �;i i.i i4
MEN MENEM�Art��■ AEN
mom
T ,�
F�1AMr�ar_IFIA.r..Yl���wMw��1gAA.pIICfi._� .►rli �..,.
momrummas not
11111111111111111111
M.rl��IIIIt�_�tillMilf:mmwQril� Mi��■Si
mmm=mmms�rrm�■■mrwmimmmm
m
rwif�_
'mo
w.a
monsX�3aM ROOKS I1111111111111111 r_5=5l�
II
ri/fa.�ir�
moor
No Text
i
>r
r
0
V
a
N
N
V
r
�i
V mc. ► tiNlLyf� b'ONlat�� j0 SNDIlbQK�fp
PERCENT PASSING
Vo a 0 $ d PERCENT RETAINED
C e,neofoug I
Data Sheet No. 8
No Text
I
1
PiftczmT PASSiNC
F.
�. t la 8 00ad
Li
TCRGCriI xafAlnR�
Data Sheet No. 9
No Text
SINIB1NOO INENSO d8M0"1 IDNIbII wwNIJv:l av alYv�.��r�tQau y
PERCENT PASSING=
M
M
3r •�
+ w
rW
PERCENT RETAINED
+o 96td
,._ Data Sheet No. 10
4A
R
W,
m
F
N
N
No Text
C
r�
:
� 1
1
�a
M
S•
I
i
r�
�
A
•i
�
Sr -
0
0
0
i
w
-
�<<
E I
-o
_�
�
iIN
m
MR
a
�
m
a{
o
n
�
m
,.
0
00
«
Q
a
m
o
n
r
�
n
'^
..
>
a
F.
m
Co
�
a
V
PERCENT PA.UlK6
b p p
V—
PIRCUT RCTAIRRD
Data Sheet No. 11
Sr -
E I
�
iIN
PIRCUT RCTAIRRD
Data Sheet No. 11
No Text
SPECIAL CONDITIONS
•44.
THIS PAGE LEFT BLANK INTENTIONALLY
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock. Texas 79457
606-767-2167
October 26, 1992
Red River Construction Company, Inc.
h" 13725 Omega Road
Attn: Mr. Jimmy D. Smith
Dallas, TX 75224
SUBJECT: Terminal Storage Reservior Rehabilitation
G „ ' The City of Lubbock, having considered the proposals submitted and
opened on the 30th day of September, 1992, for work to be done and
materials to be furnished in and for:
} �r
�+ City of Lubbock Bid # 12190
j h�fl Terminal Storage Reservior Rehabilitation 7
1ii6k
kik;,ashset forth in.detail-in the Specifications, Plans, and Contract
Documents for such work for, .the Cityy, of='L:ubbock; it appearing that your
proposal is fair, equitable and to the best interest of said City,
C please take notice that said proposal was accepted by the City Council
of the City of Lubbock on October 22, 1992, at the bid price contained
therein, subject to the execution of and furnishing of all other
documents specified and required to be executed and furnished under the
contract documents. It will be necessary for you to execute and furnish
to the City of Lubbock all such documents within ten (10) days from your
receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal,
will be returned upon the execution of such contract documents and bonds
within the above specified ten (10) day period. In the event you should
fail to execute and furnish such contract documents and bonds within the
time limit specified, said bid security will be retained by the City of, -
Lubbock.
CITY OF LUBBOCK
Victor Kil an
Senior Buyer
r"