Loading...
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"