Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 4472 - Contract - Big D Lining - Flexible Membrane Liner & Leachate Collection System - 04_28_1994
Resolution No. 4472 Item #20 April 28, 1994 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 and all related documents by and between the City of Lubbock and Big D Lining of Midland, Texas, to furnish and install all materials as bid for the Flexible Membrane Liner and Leachate Collection System for the City of Lubbock, which contract is attached hereto, 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 this 28th day of April 1994. ATTEST, etty MYJognsonWSecretary APPROVED AS TO CONTENT: ��� hL�t�� Victor Purchasing Manager APPROVED AS TO FORM: JW C. Ross, City Attorney JaLdp\o: \si&D.la April 20. 1994 qyqa CITY OF LUBBOCK REQUEST FOR BIDS FOR TITLE: FLEXIBLE MENIBRANE LINER AND LEACHATE COLLECTION SYSTEM ADDRESS: LUBBOCK, TEXAS BID NUMBER: 12913 PROJECT NUMBER 2143-541101-9977 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 1 7 0- -A- �1 G CITY OF LUBBOCK REQUEST FOR BIDS 1 FOR r is �". TITLE: FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM f ADDRESS: LUBBOCK, TEXAS I y BID NUMBER 12913 PROJECT NUMBER 2143-541101-9977 t CONTRACT PREPARED BY: PURCHASING DEPARTMENT i Fi. t' r mEX 1. NOTICE TO BIDDERS a� 2. GENERAL INSTRUCTIONS TO BIDDERS r 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND S. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE r:. 7. CONTRACT S. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS C t„ 10. NOTICE OF ACCEPTANCE 11. SUPPLEMENTARY GENERAL CONDITIONS AND SPECIFICATIONS F NOTICE TO BIDDERS I F NOTICE TO BIDDERS BID #12913 Sealed bids addressed to Dolores E. Chavarria, Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 1625 13th St, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock a.m. on the 14th day of Aaril,1994, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: 6 FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM After the expiration of the time and date above first written, said sealed bids will be opened by the Buyer at his office and publicly read aloud. r It is the sole responsibility of the bidder to insure that his bid is actually in the office of 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 29th day of Anril,1994, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St, in the amount of IWI* of the total contract price in the event that said contract price exceeds r $25,000.00. Said statutory bonds should be issued by a company carrying a current Epst Rtin of V or ,SM;jor. as the rating of the bond company is a factor that will 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. • Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a 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 mill enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. r, It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Lubbock, Texas. r Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the C contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the .. requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the groundi of race, color, sex, disability, or national origin in consideration for an award. There will be a pre -bid conference on 7th day of Anril,1994, at 10:00 o'clock a.m., in the Personnel Conference Room 108, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting. CITY OF LUBBOCK DOLORES E. CHAVARRIA BUYER ADVERTISEMENT FOR BIDS BID # 12913 Sealed bids addressed to Dolores E. Chavarria, Buyer, Purchasing Department, City of Lubbock, Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock a.m. on the 14th day of Anril,1994, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: r� FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and publicly read aloud. { The plans, specifications, bid 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 r- directed to the provisions of Article 5159a, Vernon's Ann. 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 all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will l not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. There will be a prebid conference on the 7th day of April,1994, at 10:00 a.m., in the Personnel Conference Room 108, 1 1625 13th Strut, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and, bid j openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767 2167 (Monday Friday, 8:00 - 5:00 p.m.) or 1625 13th Street, Room L-04 at least 48 hours in advance of the meeting. CITY OF LUBBOCK l DOLORES E. CHAVARRIAlel-- BUYER N No Text F GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this r- project in accordance with contract documents for the Flexible Membrane Liner and Leachate Collection System. t! 2. CONTRACT DOCUNffiNn All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. PLANS FOR USE BY BIDDERS I It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the t 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. 4. TRAE AND ORDER FOR COMPLETION . The construction covered by the contract documents shall be fully completed within 45 (Forty-five) consecutive 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 submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified F 1 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. I 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by 1 the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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 full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full �-� responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. r- f 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to fing acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contracn 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 proposec 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 AcL The Contractor must obtain a Iimited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,r at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, ana when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 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 shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. q f In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. rtf 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number t where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE P The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General r• Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. CThe 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 7 Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS r— 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 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above 1 mentioned and the bidder's obligations thereunder. Tire inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (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 performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the da, 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. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each" day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebate, or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate — of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereo:, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is -- submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an _ official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink 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). r 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. BOUND COPY OF CONTRACT DOCUMENTS t Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: r- (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. M General Conditions. (g) 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. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by AM reference into the aforementioned contract documents. O BID PROPOSAL LUMP SUM PROPOSAL CONTRACT r FLACE: City of Lubbock DATE: 4-14-94 PROJECT NUMBER: 2143-541101-9977 Proposal of Big D Lining Systems Company (hereiaa$ called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a Flexible Membrane Liner and Leachate Collection System having careStlly examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed work, and being famtiiar with all of the conditions surrounding the construction of the proposed pmject including the availability of materials and labor, hereby proposes to f =rdsh all labor, materials, and supplies, and tc construct the pmj= in accordance with the plans, specifications and contract doc ume= within the time set forth the -gin and at the pricz stated below. The price to caves all expenses incurred in performing the work required under the com act docmme=. One Hundred Eighty Three Thousand MAMIALS: Two Hundred Twenty & 42/100 Dollars (S 183,220.42 Eighty Four Thousand SERvias: Two Hundred Sixty Seven & 68/100 Dollars (S 84,267.68 Two -Hundred Sixty Seven Thousand TOTAL BID: Four Hundred Eighty Eight & 10/100 Dollars (S 267, 488.10 (Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above pmaject on or bdore a date to be specfid in a written "Notice to Proceed" of the Owner and to filly complete the project within 45 lForry-five) consecutive calendar days therarfier as stipulated in the spe-_—X ons and other contract docamears. Bidder hereby. furtbe` agrees to pay to Owner as liquidated damages the sum of 2200.00 (TWO HUNDRED DOTI ARS) for each caasecorive ctleadar day in exz n of the time set forth het=aabove for comnietiaa of this pmJew, all as more Silly se` forth is the general conditions of the contract docmaerrs. Bidder =d=smnds and agr= that this bid prgmsai shall be camplad and submitted in accordance with instruction number 20 of the General L= uctious to Bidders. Biddy and ue that the Owner resmves the right t0 rej= nay or ail bids and to waive any formality in the bidding. The Bidder ag q that this bid shall be good and may not be withdrawn for a pemod of thirty (30) cslcadar days aft- the scheduled closing time far serving bids. r F y P t l The und=signed Bidder hereby declat I that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pmlammg to the work covered by this bid, and he further agrees to commence work on or r- before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond f mra a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (S% ) of the total amount of the bid submitted as a guarantee that bidder will eater into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S 1 or a Proposal Bond in the sum of * Dollars (S . 411, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of ac ceptana of said proposal; otherwise, said check or bond shall be returned to the undersigned "Pon demand.*Thirteen Thousand Three Hundred Seventy Four & 41 /100 Dollars 4 Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents rmade available to him for his inspection in accordance with the Notice to Bidders. Big D Lipi4w Systems Company Contracto BY: r Don E. Tomlin I (Seal if Bidder is a Corporation) President ATTEST: Secretary M rjori a Parrish r - LIST OF SUBCONTRACTORS This form shall be completed and submitted with the Bidder's Proposal. 1. Robert MacHam, Inc. Box 1345 2. Levelland, TX 79336 3. 4. 5. 6. 7. S. 9. 10. Minority Owned Yes No X U Bituminous CORPORA ION 320 -18th Street • Rock Island, IL 61201 BID BOND - The American Institute of Architects, AIA Document No. A310 (February, 19M Edition) KNow ALL MEN BY THESE PRESENTS, that we Big D Lining Systems Company as Principal, hereinafter called the Principal, and Bituminous Casualty Corporation as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of 5% of gross bid amount 4 Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, r" executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Municipal Solid Waste Landfill I - 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 r 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 pen- alty 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 13th day of April 1994 r� i Big D ing Systems Company PRINCIPAL ew"o'�- 'x�oq WIT ESS By: t TITLE President BITUMINOUS CASUALTY CORPORATION r. suRETY (SEAL) (( /WITNESS r By: I ATTOFINEVN-FACT r 6 . ORSC 22163 F-7 ............ I 7 STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE- REVISED CIYII. STATUTE-S OF TEXAS AS AMENDED BY ACrsebF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 Big D Lining Systems Company 110W ALL MEN BY TME PRESENTS, that PO Box 7808 Midland TX 7970�htcalled the Principal(s), as Principal(s), and Bituminous Casualty Corporation P.O. Box 167968 Irving,, Texas 75015 (bcreinaftcr called the Surety(s), as Surety(s), are held acid firmly bound unto the City of Lubbock (hereinafter called the Obligec), ir the amount of **See Below DoU= (s 267,,488. money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, svtcessars and assigns, jointly and severally, firmly by these prtsents. WEIEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2288 , day of Apri 1 .19 94 . to - .Flexible Membrane.Liner.& Leachate Collection Systems r 4: and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as If copied at t : length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCK that if the raid Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full fora and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article $160 of the Revised Civil Statute: of Texas as aunended by Acts of the S6th Legislature, Regular Session, 1959, and all liabilities on this band shall be determined in accardance with the provisions of said Article to the same extent as if it were copied at length herein IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 4 day MaY 19 94 . Bituminous Casualty Corporation Surety 'B 441C) Attorney —In —Fact BOND CHECK _ BEST RATING LICENSED IN TEXAS DATE By Big D Lining Systems Company Principal Mae) President By: Cry) B critic) r The undersigned surety company represents that it is duly quzMed to do business in Texas, and hereby designates *Howard Kowan an agent resident in Lubbock County to whom any requisite notices may be delhvzed and on whom serviCL of process may be had in smatters arising oft of such suretyship. *802A Nashville Bituminous Casualty Corporatic. Lubbock,, Texas 79453 Suzvy Attorney -In -Fact * g Approved as to form: r� Ciry of Lubbock •� Y- ty Attorncy • Note: If signed by an officer of the Surety Company there mast be on file a certMed extract from the by-laws showing that this person has authority to sip such obligation. If signed by an Attorney in Fact, we must bave copy of power of attorney for our files. r `'r r �yI I , Mi1L YIr+MwM I rw4 IlrM ' �� • I' �I y"* }�I # , ILIP lfir•OP F } LOP L ' �, /. k400 I. yww'■ '" lia'4 { n IFLIan 4w .4 ' 6III��I�' ;N'" 'F N IpMyl I I.' ` "L Apr I yI .I I' ' , �91 li , ly Mil it I �' ly4' 1 1�, "T �ti * r L • a _i#•�',i `'+ �� .. * Y Alrl�lI}+ "h.F ,'._. ■■ a1F' 'M '.Mly ,I, PF , i r if vu.111! An IV WN r • y 5�' �I, I I P4 it I ' II' Y '■ ' �� .weirs• �'I� ✓ I '„ I . - ■ N i I I ,4%jII 'I Ni JAL" I 1, + !'I!' I " iL mw + I ' I. il' �, I , li. I I ' L,lip 1 R W1 1 I . 10 MMM 4& r F M I d ' L k iF jr,' blF AA�� If rYI li �1;i�1 kl �111FF M1. AIM '-h 5 'bLj.'L I '�I.�Iw 1 • .Ir1 Vol 111.1 At dv4w� h.� I M I I LEI ,Y[�'"' ' i �r` yII�'��� C' � ` 1 `��,., �'�, 1 I� r N'{'''M�i' ��' IFI�1i i« .IiF ,r.► ..' I, H I. I■µ� �'", � � ' � I h� I ++���rIIL,,I. Jt:, li'Il 1�� , I M' �/ ■ r'�'A al.� �t I No Text STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED MIL STATUTES OF TEXAS AS ANEMED BY ACTS OF THE 56M LEGISLATURE, REGULAR SESSION 1959 Big D Lining Systems KNOW ALL MEN BY THESE PRESENTS, that Company (hereinafter called the Principal(s), as Principal(s), and Bituminous P.O. Box 167968 Iry Texas 75015 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubb©c k (hereinafter called the Obligee), it the amount of **See Below Dollar; (S 267,488.1 jlawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminisaatm exe atom successors and assigns, jointly and severally. firmly by these presents WHEREAS, the Principal has entered into a certain written contract with the Obligee; dated the28 day of April 19994 to Flexible Membrane Liner & Leachate Collection Systems and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the r amount of said contract which contract is hereby refesed to and made a pan hereof as fully and to the same extent as if copied at I length hcrein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully pm*rm the work in accordance with the plans, specifications and eontr= documenm then this obligations shall be 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 Statute: oCTexas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the pmvisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and scaled this instrument this 4 day of may , 19 94 . I Bituminous Casualty Corporation BOND CHECK BEST' RATING Surety LICENSED IN TEXAS r ` .. ("I By DATE _4� By (title) torney—In—Fact **Two hundred sixty seven thousand,, r four hundred eighty eight dollars and ' 10/100's. 1=4 1 M r. -u Iau..A elTtle) President By'. critic) By: critic) The undersigned stray company represents that it is duly qualified to do business in Texas, and hereby designates *Howard Kowanan agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. *802A Nashville Bituminous Casualty Corporation Lubbock,, Texas 79453 Surety •B . 1c2 Attorney -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 firm the by -taws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have eapy of power of attorney for oar files. ILL L-' L-.' L-- L-L L---� LL�: L --- E----� L--- IL-"' LL� L-- L- r CERTIFTC61E OF INSURANCE TO: CRY OF LUBBOCK . DATE: May 4, 1994 TYPccf Lubbock, Texas � Waste lLanldfia ll Big D Lining Systems,Company,, P.O. Box THIS IS TO CERTIFY THAT Midland,, Tx- 797 ame and Addr= of Insured) is, at the date of this certificate, insu td by this Company with respect to the business operations hettinafier descnibed„ for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the fw%ber hereinafter described. Exceptions to standard policy tinted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workmen's Texas WC Insurance Compensation FLInTS 104709-01 9/20/93 9/20/94 $500,,000 Ownes proms- Lexington Insurance Per Pin tine or Contin- Company gent Liability 1193008183 12/28/93 12/28/94 Per Occurrence Property Damage Contractor's ex Company Per Persan Protective or 1193008183 12/28/93 12/28/94 Per Occurrence Contingent Property Damage Liability' St. Paul Insurance CSL Automobile CK09100577-2 9/20/93 9/20/94 Per Occurrence Property Damage Comprehensive Lexington Insurance Co S 11.0001,000_ S 11,0001.000 S 11.0001.000 S 1,, 000..000 S 1,,0001,000 S 1,,000,,000 s 11,0001,000 S s General Liability'y 119.3008183 12/28/93 12/28/94 :General Aggregates �••000 Umbrella Liability United National CU29668 9/20/93 9/20/94 The foregoing Policies (9 (do not) cover all w6-contractors. Locations Covered United States and it's territories DESCRIPTION of Operations Covered Flexible Membrane Liner & Leachate Collection Systems S 2,,000,,000 The above policies either is the body th=of or by appropriate endorsement provide that day may not be changed or canceled by the insurer in less than the kgal time required after the insared has received written notice of such change or canccliation, or is case there is no legal requirement; in less than five days in advance of =cellation. Except for nonpayment of premium. FIVE COPIES OF THIS CERTMCATE All Above MUST BE SENT TO THE OWNER (Name of Insurer} A POLICY NUMBER: 1193008183 NAMED INSURED: Big D Lining Systems Company SPECIMEN THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY CG 20 10 11 85 ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The City of Lubbock (If no entry appears abore, inforoation required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of 'your wort' for that insured by or for you. POLICY NUMBER: 1193008183 NAMED INSURED: Big D Lining Systems Company ~" SPECIMEN THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY CG 20 10 11 85 ADDITIONAL INSURED —OWNERS, LESSEES OR CONTRACTORS (FORM B) �. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Robert MacHam, Inc. (If so entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS IN INSURED (Section II) is amended to include as an insured the person or organization shorn in the Schedule, but only with respect to liability arising out of 'your wort' for that insured by or for you. r" ADDITIONAL INSURED PM This endorsement modifies insurance provided under the following: OM BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM SPECIMEN This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endow in Effective: Policy Number: CK091005TT-2 NNVANIG 0 LINING Countersigned by: 11 The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. THE CITY OF LUBBOCK (Enter name and Address of Additional Insured.) is an insured, but only with respect to legal responsibility for actor omissions of a person for whoa liability Coverage is afforded under this policy. The additional insured is not required to pay for nay premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. Your are authorized to act for the additional insured in all matters pertaining to this insurance. It will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we well give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under the policy. FORM TA 99 01B — ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed October 1, 1988 r- ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM 'i Zmej L�l ak This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Win Effective: Policy Number: CK09100577-2 S SeTE11gSs�r�APABIIG 0 LINING Countersigned by: The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. ROBERT MACHAM. INC. (Enter name and Address of Additional Insured.) isan insured, but only with respect to legal responsibility for act omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for nay premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. Your are authorized to act for the additional insured in all matters pertaining to this insurance. ite will mail the additional insured notice of any cancellation of this policy. if the cancellation is by us, we well give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under the policy. FORM TA 99 01B — ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed October 1, 1988 No Text F 7 CONTRACT STATE OF TEXAS 6 COUNTY OF LUBBOCK I r r 1' r r THIS AGREEMENT, made and entered into this 88tth. day of April. 1994, 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 Big D Lining Systems Comnany of the City of Midland. County of Midland and the State of IRM hereinafter termed CONTRACTOR WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #12913 - FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM FOR $267,498.10 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. APPROVED AS TO CONTENT: APPROVED AS TO FORM: CONTRACTOR BIG D L G STEN)<S' O By: COMPLETE ADDRESS: P.O. Box 7808 Midland, Texas 79708 L. L. L-- L. L c ----� L--- L--� L..,_.. i---. L--. L: [--- tL-: [___-� L--. L__L G_ t._� 7 GENERAL CONDITIONS OF THE AGREEMENT F1. 1OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas, 2. CONTRACTOR t Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood r to mean the person, persons, co -partnership or corporation, to -wit: BIG D LINING SYSTEMS COMPANY who has ragreed to perform the work embraced in this contract, or to his or their legal representative. I 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to LEE RAMIREZ, SOLID WASTE SUPERINTENDENT, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; 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. 4. CONTRACT DOCUMENTS The contract's documents shall 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. Contract documents to include all documents ,ubmi tted by Contractor with the bid, as attached S. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescnbed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 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 is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11, KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished 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 Owner's 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 documents. He will not be required to make exhaustive or continuous onsite 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 documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite observations, he will 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 shall be furnished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 0 14. OWNER'S REPRESENTATIVE'S AUTHORPIY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's 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 shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representatives's estimates and findings shall 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 direction of the Owner's Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the parry appealing. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance r" required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within 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 shall represent the Contractor in his absence and all directions given to hurt 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 shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives 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 nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character c equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local condition 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, shall 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 disorderly, such man or men shall be _ discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owners Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20, SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owners Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owners Representative shall have the right at all reasonable times to observe and test the work. Contractor — shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owners Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in ' accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owners Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owners Representative, be uncovered for examination at Contractors expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owners Representative to make observations of such work or require testing of said work, then in such event Owner or Owners Representative may require _ Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. i If 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 Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, i 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 r•, 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 unsuitable 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 rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they inCrease the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for 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 shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owners Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or ust . 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 Propem;— 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 typ and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 1009/o, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General — Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other element.' 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 Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 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 shall 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 Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase 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 Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building �.. and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify 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 sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the r� failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard roll Products & Completed I P 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. O%Nmer'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 and or property damage, $500,000 Combined Single Limit. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than, Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned 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. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the City of Lubbock as insured. E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to correspond with Comprehensive General Liability and Comprehensive 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. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 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. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. - r , (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and priviliges of employment. 30. 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, materialmen 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 shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the F unpaid portion of this contract, a stun 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. ' 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer i or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless I from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the l Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, r.., which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims f arising from the violation of any such laws, 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. l t. 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 shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. 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, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement.-- 34. TRYIE 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 conditions 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 consideration for the awarding , of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of S200.00 (Two Hundred) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every 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 completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and - extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall 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. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, -' and within the time of completion designated in the 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 shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. F 36. 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 P* Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension 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 receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then submit such written request to the City Council of the City of Lubbock for their consideration. 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. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein 1 fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether 1 growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be famished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the 1 project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and 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 performance of this contract, but such indemnity shall not apply to arty claim of any kind arising out of the L : existence or character of the work 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive 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 r t: performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificat showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall 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 partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner'. Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of thi 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 portio.. - of the retained percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has beer completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. 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 before 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 contract; and said payment shall become 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 conditions (if any) of this contract or required in the specifications made a part of this contract. 45. 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 Contractor 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 all work of other contractors damaged by any such removal or .� P. - F y replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written t notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. 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 date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WITIUIELD 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 shall be made for amounts withheld because of them. 48. TIME OF FELING 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 Owner's Representative, any demand for arbitration shall be filed with the Owner's 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 otherwise in the contract documents. 49. 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 select a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall 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 shall lapse, and the decision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter c within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either 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 shall appeal within ten (10) days from date of the award by the arbiters, and it is hereby agreed that each party shall 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 sr QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT ~' TO ANY RIGHT OF LEGAL ACTION. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums — as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonabl; cause, they may award damages for any delay occasioned thereby. The arbiters shall 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 must be made in writing and shall not be open to objection on account of the form of proceedings or award. 50. 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 fails to comply with the orders of the Owner's Representative — when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety or 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. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion o; the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In 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 men and use of machinery, equipment, tools, materials and supplies as said _ Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner, or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under — substantially the same terms and conditions which are provided in this contract.. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to — complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 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, shall be issued A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and r t^ delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the G 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 and/or his Surety fail to pay the amount due the Owner / within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety 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 be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any r machinery, equipment, tools, materials, or supplies which remain on the •jobsite and belong to persons other than the I Contractor or his Surety, to their proper owners. 51. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail 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, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated 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 Contractor at the prices stated in the the attached proposal, the value of all partially completed 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 Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all 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 shall 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, under the terms of this Agreement. 52. 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 $25,000.00, the statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 53. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 54. 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. 55. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. Th` fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance am 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. 56. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work 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. No Text t Resolution #2502 . January 8, 1987 Agenda Item #18 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 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 l -23, 1984; and 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: 6 • BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem riages for public works • ,contracts shall be as set forth in the following named exhibits, which r 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- • T B.C. McMINN, MAYOR APPROVED AS TO FORM: �IdC.iver, First Assistant City Attorney EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility ' Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7,35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT O Prevailing Wage Rates .Overtime Rate The rate for overtime (jn excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is.l 1/2 times base rate. NOTICE OF ACCEPTANCE TO: r- The City of Lubbock, having considered the proposals submitted and opened on the day of 199^, for work to be done and materials to be furnished in and for: r as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that ` your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the day of 199 at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, Z—ut cater of insurance, and all other documents specified and r 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 (S%) 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. a CITY OF LUBBOCK Owner's Representative 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 4.75 8.75 5.50 8.00 I" I.v ZE I I r CITY OF LUBBOCK, TEXAS MUNICIPAL SOLID WASTE LANDFILL CELL IV (B) 1 - PHASE I FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM Supplementary General Conditions and Technical Specifications MARCH, 1994 ::ma::ua=1G=s .YY.NY...YY ` Parkhllis Smith & Cooper. Inc. �_:' :.00mll Engineers • Architects • Planners SECTION 00003 TABLE OF CONTENTS r CITY OF LUBBOCK. TEXAS MUNICIPAL SOLID WASTE LANDFILL CELL IV (B) 1 PHASE I FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM DIVISION 0 - CONDITIONS OF THE CONTRACT 00805 Supplementary General Conditions [- DIVISION 1 - GENERAL REQUIREMENTS - 01010 Summary of Work 01019 Contract Considerations 01025 Measurement and Payment 01039 01090 Coordination and Meetings Reference Standards 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01600 Material and Equipment 01700 Contract Closeout DIVISION 2 - SITE WORK 02245 02246 Flexible Membrane Liner Geotextile Fabrics 02247 Geocomposite Drainage Layer 02248 Gravel Drainage Layer i 02250 Leachate Collection Systems DIVISION 3 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement �.. t 03300 Cast -in -Place Concrete DIVISION 4 - MASONRY r" Not Required f .. 2680-94 00003 - 1 NUMBER OF PAGES Ci 1 2 2 3 2 2 2 15 5 3 3 4 2 4 r7 DIVISION 5 - METALS Not Required DIVISION 6 - WOOD AND PLASTICS Required rNot E DIVISION 7 - THERMAL AND MOISTURE PROTECTION Not Required f t DIVISION 8 - DOORS AND VINDOVS Not Required DIVISION 9 - FINISHES Not Required _ DIVISION 10 - SPECIALTIES t Not Required DIVISION 11 - EQUIPMENT Not Required DIVISION 12 - FURNISHINGS r. Not Required DIVISION 13 - SPECIAL CONSTRUCTION Not Required DIVISION 14 - CONVEYING SYSTEMS Not Required r., DIVISION 15 - MECHANICAL ` Not Required DIVISION 16 - ELECTRICAL Not Required r t 2680-94 00003 - 2 NUMBER OF PAGES No Text injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of. the Contractor or —, any subcontractor, their agents or employees, in the execution and supervision of said contract, and project which is the subject matter of this contract, on account of the. failure of the Contractor or any subcontractor .to"provide necessary'barricades, warning lights, or signs and will be required to pay any judgment with costs which may be, obtained against the'Owner or any of its officers, agents, including Engineer, or employees including attorney's fees." —' 1.1.6 General Conditions "28 . CONTRACTOR'S INSURANCE", modify as follows: A. Add the following paragraph' after, the first paragraph: "All insurance, as hereafter specified, shall include a waiver of subrogation against the Owner, the Owner's agents, and the Owner's Engineer . " B., In addition to the City, the Engineer is to be named as an additional insured on the Comprehensive General Liability Insurance, the Owner's Protective or Contingent Public Liability and Property Damage Liability Insurance, the Comprehensive Automobile Liability Insurance and the Excess or Umbrella Liability Insurance policies, and a,copy of the endorsement doing the foregoing is to be attached. to the Certificates of Insurance for such policies. C. The Engineer is to benamed as an additional insured on the Builder's Risk Insurance Policy, as its interests may appear. 1.1.7 General Conditions "39. ,PROTECTION OF ADJOINING PROPERTY", modify as -a follows: p ` Delete the last sentence of the' arag rap h, i� .e., "The Contractor agrees to... out of the existence or character of the work." and replace it with the following: "The Contractor agrees to indemnify, save and hold - harmless the Owner and the Engineer against any ,claim or claims for damages due to any. adjacent or adjoining property arising:or growing out " of the performance of this contract,` but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work.,, 1A.8 General Conditions "53 . SPECIAL CONDITIONS", modify as follows; _ Delete the paragraph and replace it with the following:: "In the event any special or supplementary general conditions that are apart of the Y contract documents conflict with any of the general conditions contained in this contract, then in such event the special or supplementary general :~ conditions shall control."' ¢ 1.1.9 General Conditions 156. CONSTRUCTION PROCEDURES AND SAFETY", add the following paragraph: "Owner's.Representative and the Engineer shall not specify construction # or service -related procedures and shall not manage, control or have charge of construction, nor shall Owner's Representative or Engineer Al .implement or be responsible for health or safety procedures. Owner's Representative, and Engineer shall not be responsible for the acts or , omissions of Contractor or other parties on the proJ'ect and shall.not be responsible for construction -means; methods , . techniques, sequences , . or ' 1680-94 00805 - 2 ;. i. procedures, nor for precautions or programs. All of these matters shall be responsibility of the.Contractor.: Owner's Representative's and i Engineer's monitoring or review of portions of the work performed under any construction contracts shall not relieve the Contractor from its responsibility for performing the work in accordance with the applicable contract documents." Contractor shall defend, indemnify and hold harmless Owner, Engineer, their officials, officers, directors, consultants, agents and employees from and against all claims, damages, .-■ whether direct, indirect or consequential, losses and expenses (including but not limited to attorney's fees and court costs) connected with any illness, injury or loss to the person or property of Contractor, its subcontractors, suppliers, their employees and agents, or any other fool person, arising out of or resulting from Contractor's responsibilities under this paragraph; the foregoing shall apply notwithstanding the negligence of any person or entity indemnified hereunder. Not withstanding the above, the Contractor will not be required to indemnify the Owner's Representative or the Engineer to causes arising r•• out of the Engineer's negligent acts, errors, or omissions. E 1.2 ADDITIONAL PARAGRAPHS 1.2.1 General Conditions "57. RESIDENT PROJECT REPRESENTATIVE (RPR): General: RPR is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the on - site work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. A. Duties and Responsibilities of RPR: 1. Schedules: Review the progress schedule, schedule of Shop i Drawing submittals and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as Engineer's liaison with Contractor, working F principally through Contractor's superintendent and assist in understanding the intent of the Contract `. Documents, and assist Engineer in serving as Owner's s.' liaison with Contractor when Contractor's operations affect Owner's on -site operations. l II b. Assist in obtaining from Owner additional details or information, when required for proper execution of the r�l Work. i E;. 2680-94 00805 - 3 B. Shop Drawings and Samples: 1. Record date of receipt of Shop Drawings and samples. 2. Receive samples which are furnished at the site by Contractor, and notify Engineer of availability of samples for examination: 3. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the Engineer. C. Review of Work, Rejection of Defective Work, Inspections and Tests: 1. Conduct on -site observations of the Work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. 2. Report to Engineer whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 3. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, 'and that Contractor maintains adequate records thereof; and observe, record and report to Engineer appropriate details relative to the test procedures and startups. 4. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to Engineer. D. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Engineer. Transmit to Contractor decisions as issued by Engineer. E. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor decisions as issued by Engineer. F. Records: 1. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to,the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project related documents. 00805 - 4 2. Keep a diary or log book, recording Contractor hours on the r job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, 4. list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. ,., 3. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment. G. Reports 1. Furnish Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. 2. Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. 3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from Contractor and recommend to Engineer Change Orders, Work Directive Changes, and Field Orders. 4. Report immediately to Engineer and Owner upon the occurrence of any accident. H. Payment Requests: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values. Work completed and materials and equipment delivered at the site but not incorporated in the Work. I. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forwarding to Owner prior to !"" final payment for the Work. s J. Completion: 1. Before Engineer issues a Certificate of ' Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. 2. Conduct final inspection in the company of Engineer, Owner, and Contractor and prepare a final. list of items to be completed or corrected. 3. Observe that all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance. F, 2680-94 00805 - 5 K. Limitations of Authority: Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by Engineer. 2. Shall not exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, subcontractors or Contractor's superintendent. 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or sample submittals from anyone other than Contractor. 7. Shall not authorize Owner to occupy the Project in whole or in part. B. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by Engineer. 00805 - 6 F 7 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents r' B. Contractor use of site. C. Owner occupancy. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas "Flexible Membrane and Leachate Collection System." B. Location: City of Lubbock, Texas, Municipal Solid Waste Landfill. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: 1. 60 mil high density polyethylene liners, smooth and textured. 2. Geocomposite drainage layer. 3. Gravel drainage material. 4. Leachate collection system. 5. Construction Testing. 1.4 CONTRACTOR USE OF SITE A. Limit use of site to allow one Owner occupancy. B. Construction Operations will be limited to areas adjacent to construction site as designated by the Owner. 1.5 OWNER OCCUPANCY A. The Owner will occupy the site during construction for the conduct of normal operations. B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. C. Schedule the Work to accommodate this requirement. PART 2 PRODUCTS I Not Used PART 3 EXECUTION Not Used 2680-94 r P END OF SECTION 01010 - 1 SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL 1.1 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.2 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. B. Section 01600 - Material and Equipment: Product substitutions. 1.3 APPLICATIONS FOR PAYMENT A. Submit four copies of each application to the Engineer. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. 1.4 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2680-94 01019 - 1 r� SECTION 01025 - MEASUREMENT AND PAYMENT _ PART 1 GENERAL The unit price or lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid prices on the various items. 1.1 FLEXIBLE MEMBRANE LINER (SMOOTH AND TEXTURED) Payment will be made for providing and installing a 60 mil thick, high density polyethylene liner including all labor, equipment, materials, supplies, etc., for complete installation. Price should include cost of anchor trench construction and compaction of backfill after liner installation. Payment will be made for the actual measured square footage of the liner installed. 1.2 GRAVEL DRAINAGE LAYER Payment will be made for providing and placing the gravel drainage material including all labor, equipment, materials, supplies, etc. for a complete drainage layer installation. Payment will be made for the actual measured cubic yardage of the gravel installed. 1.3 GEOCOMPOSITE DRAINAGE LAYER Payment will be made for providing and installing the geocomposite drainage layer including all labor, equipment and superintendence. Price should include cost of anchor trench construction and compaction of backfill after geocomposite installation. Payment will be made for actual measured square footage of the layer installed. 1.4 6-INCH PE PIPING r Payment will be made for providing and installing the heat fused perforated !t and non perforated polyethylene pipe, bends, tees, etc., as well as the gravel embedment around the pipe and geotextile fabric that surrounds the gravel and pipe including all labor, equipment, and superintendence. Payment will be made for actual measured linear feet of the pipe installed. 1.5 18-INCH PE PIPING f Payment will be made for providing and installing the heat fused perforated and non perforated polyethylene pipe, bends, tees, etc., as well as the gravel embedment around the pipe and geotextile fabric that surrounds the gravel and pipe with sump, including all labor, equipment, and superintendence. Payment will be made for actual measured linear feet of the pipe installed. 2680-94 01025 - 1 C� 1 1.6 GEOTEXTILE FABRIC Payment will be made for installation of the geotextile fabric that will be placed on top of the flexible membrane liner, gravel drainage layer, and around the 6-inch and 18-inch PE pipe. Price will include all labor, material, and superintendence as necessary to install the fabric. Payment will be made for actual measured square footage of the fabric installed. 1.7 FINAL CLEANUP The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction materials and in general preparing the site of the work in an orderly manner. The cost of cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used. END OF SECTION 2680-94 01025 - 2 r. 7 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. C. Site mobilization conference. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 Supplementary General Conditions. 1.3 COORDINATION A. Coordinate scheduling,. submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. 1.4 FIELD ENGINEERING A. Control datum for survey is that shown on Drawings. B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.5 SITE MOBILIZATION CONFERENCE A. Engineer will schedule a conference at the Project site prior to Contractor occupancy. B. Attendance Required: Engineer and Contractor's Superintendent. r� C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. S. Procedures for testing. 9. Procedures for maintaining record documents. 2690-94 01039 - 1 1.6 WEEKLY MEETINGS A. A weekly meeting shall be held at the work area just prior to commencement of the work week. At minimum, the meeting will be attended by the Contractor and the Engineer. The purpose of the meeting is to: 1. Review the work activity and location for the week. 2. Discuss the Contractor's personnel assignment for the week. 3. Review the previous week's activity. 4. Review the work schedule. 5. Discuss the possible problem areas and situations. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used _ END OF SECTION 2680-94 01039 - 2 SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. 1.4 SCHEDULE OF REFERENCES ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 TNRCC Texas Natural Resource Conservation Commission Box 13087 Austin, Texas 78711-3087 PART 2 PRODUCTS Not Used 2680-94 01090 1 2680-94 01090 - 2 I SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Construction progress schedules. D. Proposed products list. E. Shop drawings. F. Product data. G. Manufacturers' instructions. H. Manufacturers' certificates. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Manufacturers' field services and reports. D. Section 01700 - Contract Closeout: Contract warranty, manu- facturer's certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 2680-94 01300 - 1 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required identifying all changes made since previous submittal and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Revise and resubmit as required. C. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name,: model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. Submit in a reproducible form. B. Submit the number of reproductions which Contractor requires, plus three copies which will be retained by Engineer. C. Drawing size shall be minimum 8% x 11 inches and maximum of 24 x 36 inches. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. —" D. Include notation of special coordination requirements for interfacing with adjacent work. E., After review, distribute in accordance with Article on Procedures — above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, _ assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 2680-94 01300 - 2 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not used END OF SECTION 2680-94 01300 - 3 r E SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01090 - Reference Standards. D. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. E. Section 01600 - Material and Equipment: Requirements for material and product quality. . 1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. r- C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Perform work by persons qualified to produce workmanship of specified quality. r 1.4 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor will perform all testing services of flexible liner. B. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing if deemed necessary. C. The Contractor or the independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. D. Reports will be submitted by the Contractor or the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. E. Retesting required because of non-conformance to specified requirements shall be performed by the either the Contractor or the same independent firm on instructions by the Engineer. Payment for retesting will be charged to the Contractor. 2680-94 01400 - 1 PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used. END OF SECTION 2680-94 01400 - 2 1. SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, water, and sanitary facilities. B. Temporary Controls: Barriers, water control, protection of the Work, and security. r* C. Construction Facilities: Progress cleaning and removal of utilities. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY ELECTRICITY A. Provide temporary electric feeder from the existing electrical service as needed for Contractor's operations. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required by Contractor's operations. Provide flexible power cords as required. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. F1.4 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. 1.5 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.6 BARRIERS 4 Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. f a 2680-94 01500 - 1 f; i 1.7 WATER CONTROL A. Grade site'to drain. Maintain excavations free of water. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.8 PROTECTION OF INSTALLED WORK Protect installed Work and provide special protection where specified in individual specification Sections. 1.9 SECURITY Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.11 REMOVAL OF UTILITIES Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 2680-94 01500 - 2 r SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B.. Section 00805 - Supplementary General Conditions. C. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS . Products mean new material, components, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction " process. r, B. Storage (; 1. Store and protect products in accordance with manufacturer's L instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. I 2680-94 01600 - 1 i 5. Store loose granular materials on solid flat surfaces in a well -drained area. Provide cover to stockpile to prevent windblown contaminants from mixing with the stockpile. Granular materials shall not be stored on bare ground or asphalt surfaces. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not used END OF SECTION 2680-94 01600 2 1: SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Project record documents. D. Warranties. 1.2 RELATED SECTIONS A. General Conditions of the Agreement. B. Section 00805 - Supplementary General Conditions. C. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted f Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. T" 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. �+ C. Record information concurrent with construction progress. hD. Submit documents to Engineer with claim for final Application for Payment. I 2680-94 01700 - 1 t. 1.6 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Submit prior to final Application for Payment. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION 2680-94 01700 - 2 SECTION 02245 FLEXIBLE MEMBRANE LINER PART 1 GENERAL 1.1 RELATED DOCUMENTS The following documents apply to the work of this Section. A. Project Drawings. B. General Conditions of the contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. High Density Polyethylene (HDPE) flexible membrane liner (FML). B. Installation of HDPE FML. 1.3 RELATED SECTIONS A. Section 02246 - Geotextile Fabrics. B. Section 02247 - Geocomposite Drainage Layer. C. Section 02248 - Gravel Drainage Layer. D. Section 02250 - Leachate Collection systems. 1.4 REFERENCES Applicable Publications: The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. The latest publication in use at the time of the executed contract will be the one that governs this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 413 Rubber Property -Adhesion to Flexible Substrate D 638 Tensile Properties of Plastics D 746 Brittleness Temperature of Plastics and Elastomers by Impact D 751 Coated Fabrics D 792 Specified Gravity and Density of Plastics by Displacement 2680-94 D 882 Tensile Properties of Thin Plastic Sheeting D 1004 Initial Tear Resistance of Plastic Film and Sheeting 02245 - 1 D 1204 Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature D 1238 Flow Rates of Thermoplastic by Extrusion Plastometer D 1593 Nonrigid Vinyl Chloride Plastic Sheeting D 1603 Carbon Black in Olefin Plastics D 1693 Environmental Stress Cracking of Ethylene Plastics D 1822 Tensile Impact Energy to Break Plastics and Electrical Insulating Materials D 3083 Flexible Polyvinyl Chloride Plastic Sheeting for Pond, Canal, and Reservoir Lining NATIONAL SANITATION FOUNDATION Standard 54 Flexible membrane Liners TEXAS NATURAL RESOURCE CONSERVATION COMMISSION TNRCC, 31 TAC Chapter 330 Texas Water Commission, Municipal Solid Waste Management Regulation. TNRCC, Tech Guide No. 3 Texas Water Commission, Division of Solid Waste Management Soil -Type Liners for Solid Waste Disposal, Storage and Containment Areas, Both Surface and Subsurface, Technical Guide 3, Revised November 21, 1989. CITY OF LUBBOCK Permit No. 69 City of Lubbock, TNRCC Permit, MSW #69. 1.5 QUALITY ASSURANCE A. Manufacturing The Manufacturer shall be listed by the National Sanitation Foundation as having met Standard 54 for Flexible Membrane Liners, and shall have at least five (5) years continuous experience in the manufacture of HDPE geomembrane rolls and/or experience totaling 10,000,000 square feet of manufactured HDPE geomembrane. The manufacturer shall permit the owner and the Engineer to visit the manufacturing plant. B. Installation The installation contractor shall be the manufacturer or an approved contractor trained and licensed to install the manufacturer's geomembrane. 2680-94 02245 - 2 Installation shall be performed under the constant direction of a single Field Installation Supervisor who shall remain on site and be responsible, throughout the liner installation, for liner layout, seaming, patching, testing, repairs, and all other activities by the Installer. This Installation Supervisor shall have installed or supervised the installation and seaming of a minimum of 2,000,000 square feet of HDPE geomembrane. Actual '. seaming shall be performed under the direction of a Master Seamer (who may also be the Installation Supervisor) who has seamed a minimum of 2,000,000 square feet of HDPE geomembrane, using the same type of seaming apparatus specified in the current project. This Installation Supervisor and/or Master Seamer shall be present r whenever seaming is performed. 1.6 SUBMITTALS A. Manufacturer 1. Quality control program and manual, or descriptive documentation. 2. List of material properties and samples of liner. 3. A list documenting.no less than 5 completed facilities totaling a minimum of 2,000,000 square feet. 4. Certification that all resin used in the manufacture of geomembrane for this job meets the specifications. 5. Copy of quality control certificates issued by the HDPE resin supplier. 6. Copy of quality control certificates in conformance with Sections 2.2 and 2.5. 7. Certification that the geomembrane and extrudate produced for this project have the same properties. B. Installation Contractor 1. Certification that both the Installation Supervisor for the installer and the Master Seamer have reviewed the Quality Assurance Plan, the Project Plans, and these specifications. 2. Three (3) samples of factory seams, if applicable. In addition, the Contractor shall submit three field seam samples. The Contractor shall also provide a list of seam properties, minimum values (see section 2.4), and test methods employed. 3. A list of at least 5 completed facilities, totaling a minimum of 2,000,000 square feet for which the Contractor has installed an HDPE geomembrane. 4. Proposed Installation Panel layout identifying seams and details. Layout plan must be approved by the Engineer at least 10 days before materials are ordered. The panel layout must provide a numbering scheme to be used in quality control/assurance l procedures and shall provide that: • Seams run up and down slopes. Field seam lengths are to be minimized. • FML shall not have any penetrations. 5. Written certification that Installer is capable of performing r all necessary construction testing as required by the TNRCC. t t 2680-94 02245 - 3 6. Any proposed variance or deviation from these documents shall be submitted in writing by the Installer to the Engineer a minimum of seven (7) working days prior to the scheduled start of geomembrane installation and will be accepted/rejected by the Engineer prior to start of installation activities. 1.7 WARRANTY A written Warranty shall be obtained from the Manufacturer (for _ material) and the Installation Contractor (for workmanship). These documents shall warrant the quality of the in place liner A. Manufacturer Furnish a written warranty on a prorate basis for a period of 20 years. The warranty shall be against manufacturing defects or workmanships and against deterioration due to ozone, ultraviolet or other normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation. B. Installation Contractor Furnish a written warranty that the entire lining installed to be free of defects in material and workmanship and installed pursuant to the City of Lubbock "Soil and Liner Quality Control Plan" (SLQCP) for a period of 2 years following the date of the Certificate of Completion. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship which become evident during the 2 year warranty period. 1.8 DELIVERY, STORAGE AND HANDLING A. Transportation The geomembrane rolls or panels shall be packaged and shipped by appropriate means so that no damage is caused. Transportation shall be the responsibility of the Installer. B. Delivery Off-loading and storage of the geomembrane is the responsibility of the Installer. The Installer shall be responsible for replacing any damaged or unacceptable material at no cost to the Owner. No off-loading shall be done unless the Engineer is present. Damage during off-loading shall be documented by the Engineer and Installer. All damaged rolls must be separated from the undamaged rolls until the proper disposition of that material has been determined by the Owner's Representative. The Owner's Representative will be the final authority on determination of -- damage. C. On -Site Storage The geomembrane shall be stored so as to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. The rolls shall be stored on a prepared surface (not wooden pallets) and should not be stacked more than two rolls high. 2680-94 02245 - 4 r' PART 2 PRODUCTS 2.1 MATERIALS A. The geomembrane shall be High -Density Polyethylene. B. Gasket material shall be neoprene, closed cell medium, Vi inch thick, 50 foot lengths with adhesive on one side, or other compatible gasket materials as required. C. Metal battens or straps and hardware shall be stainless steel. D. Water cut-off mastic shall be a Neoprene Flashing Cement as supplied by the manufacturer or as required. E. Sealant shall be General Electric Silicone, RTV 103 or approved equivalent. F. Textured HDPE will have a coefficient of friction of FML to the cover soil of not less than 22'. 2.2 GEOMEMBRANE RAW MATERIALS The geomembrane shall be manufactured of new, first -quality resin and shall be compounded and manufactured specifically for the intended purpose. Carbon black shall be added to the resin if the resin is not compounded for ultra -violet resistance. The resin manufacturer shall certify each batch for the following properties. The High Density Polyethylene (Compounded) resin shall meet the following specifications: Property Specific Gravity Melt Index Carbon Black Content 2.3 ROLLS Test Method (ASTM* D 792 or ASTM D 1505) (ASTM D 1238 Condition E) (ASTM D 1603) Reauirements 0.732 to 0.936 g/cc <0.1 g/10 min. 2% to 3% The geomembrane shall be supplied in rolls with a minimum width of 15 feet. Labels on each roll shall identify the thickness of the material, the length and width of the roll, batch and roll numbers, and name of manufacturer. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams The geomembrane rolls shall meet the properties shown on Table 1 for smooth membrane material, and Table 2 for textured membrane material. Prior to use, the material shall be certified in writing by the manufacturer to meet the minimum physical properties shown on Tables 1 and 2. The certificate must include roll identification number, testing procedure and test results. Test results are required for every 50,000 square feet of material shipped to site. 2680-94 02245 5 TABLE TYPICAL PROPERTIES: 60 mil, Smooth Liner Property Test Method Thickness, mils, minimum ASTM D 1593 Density (g/cc), minimum ASTM D 1505 Melt Index (g/10 min., maximum) ASTM D 1238 Carbon Black content (%) ASTM D 1603 Carbon Black Dispersion ASTM D 3015 Tensile Properties ASTM D 638 1. Tensile Strength at Yield Type IV specimen (pounds/inch width) at 2 inches/minute 2. Tensile Strength at Break (pounds/inch width) 3. Elongation at Yield (X) 4. Elongation at Break (X) 5. Modulus of Elasticity (1% secant; pounds/square inch) Tear Strength (lbs.) ASTM D 1004 Die C Puncture Resistance (lbs.) **FTMS 101 C 2031,(2065) Hydrostatic Resistance ASTM D 751 (lbs./square inch) Low Temperature Brittleness ASTM D 746 Dimensional Stability ASTM D 1204 (% change max.) 212'F, 15 min. Volatile Loss (%) IASTM D 1203 Resistance to Soil Burial ASTM D 3083 (% change max. in orig. value) type IV specimen A. Tensile Strength at at 2 inches/minute Yield & Break B. Elongation at Yield & Break Ozone Resistance ASTM D 1149 7 days, 100 pphm 104'F, bent loop Environmental Stress Crack ASTM D 1693 (hours) Condition B. (modified NSF 54) Water Absorption (% change ASTM D 570 max in original weight) Test Results* 60 0.94 0.4 2-3 A-1,A-2,B-1 140 240 13 700 90,000 45 80 495 <-94°F t2 0.4 10 10 no cracks >1500 0.1 Coefficient of Linear Thermal ASTM D 696 1.2 Expansion (cm/cm - °C) x 10-4 Moisture Vapor Transmission ASTM E 96 0.020 Rate (g/100 in' day) 100°F, 100% relative humidity * All values, except when specified as minimum or maximum, represent average lot property values. ** Federal Test Method Standards. 2680-94 02245 - 6 ABLE TYPICAL PROPERTIES: 60 mil, Textured Liner ProRerty Test Method Test Results* Thickness, mils, minimum average ASTM D 1593 z60 Density (g/cc), minimum ASTM D 1505 0.94 Melt Index (g/10 min., maximum) ASTM D 1238 0.4 Carbon Black content (%) ASTM D 1603 2-3 Carbon Black Dispersion ASTM D 3015 A-1,A-2,B-1 Tensile Properties ASTM D 638 1. Tensile Strength at Yield Type IV specimen 125 (pounds/inch width) at 2 inches/minute 2. Tensile Strength at Break 100 (pounds/inch width) 3. Elongation at Yield (X) 13 4. Elongation at Break (X) 100 Tear Strength (lbs.) ASTM D 1004 45 Puncture Resistance (lbs.) **FTMS 101 C 2065 80 Low Temperature Brittleness ASTM D 746 <-940F Dimensional Stability ASTM D 1204 tl (% change max.) 212'F, 15 min. Environmental Stress Crack ASTM D 1693 >2000 (hours) Condition B (modified NSF 54) * All values, except when specified as minimum or maximum, represent average lot property values. ** Federal Test Method Standards. ** FTB — Film Tear Bond 2680-94 02245 - 7 2.4 FIELD SEAMS The field seams shall meet the following specifications: Seam Property Test Method Requirements Shear Strength ASTM D 4437 >105 lbs./in. (as modified in App. A of NSF 54*) Peel Strength ASTM D 4437 >70 lbs./in. (as modified in App. A Film Tear Bond** of NSF 54*) * National Sanitation Foundation, Standard 54; "Flexible Membrane Liners." ** Film Tear Bond (FTB) is defined as failure of one of the sheets by tearing, instead of separating from the other sheet at the weld interface area (sheet fails before weld). 1. Shear seam specimens are 1 inch wide, with a grip separation of 4 inches plus the width of the seam. The seam is to be centered between the clamps. The grip separation rate is 2 ipm.- 2. Both shear seam strength and peel tests shall be run on five replicate specimens. A break through the weld or at the weld -sheet interface shall be considered a Non-FTB (failure) in both seam strength (shear) and peel strength tests. 3. Approved field seaming processes are hot shoe fusion welding and extrusion welding. 4. Welding rods or beads used for extrusion welding shall be HDPE and the physical properties shall be the same as those of the resin used in the manufacture of the HDPE geomembrane. 2.5 QUALITY CONTROL SPECIFICATIONS A. Raw Materials 1. Resin All resins for use in Geomembrane must pass a candidate pre -approval process before being eligible for use. Each incoming rail car shall be sampled by compartment with the following testing performed and compared to the manufacturer's specifications: • Density: ASTM D 1505. • Melt Index: ASTM D 1238. 2. Additives All additives and concentrates must pass a candidate pre -approval process. All incoming materials are to be statistically sampled with the following testing performed and compared to the manufacturer's specifications: 2680-94 02245 - 8 f' 0 Density: ASTM D 1505. • Melt Index: ASTM D 1238. •�a r_'.Carbon Black Content: ASTM D 1603. i B. Finished Product: On -Line During Production ,,+ 1. Coverage A minimum of one person from the Quality Department, independent of the Production Department, shall be present for on-line inspection of every roll for 1.00% of every run. l 2. Inspection Performed on each roll. r- Thickness # A full width sample shall be cut from the end of each roll, and thickness shall be checked across the entire sample. .� • Appearance Constant monitoring of: a. Sheet surface appearance. b. Knife -cut edge. C. Folds,.holes, creases, abrasions, or other damage. r 3. Roll Identification k The Q.C. Engineer controls all paperwork, including roll tags. Four tags per roll shall be used on the following: • On the roll sleeve. ia Inside the core. • On the production roll sample. • On the roll surface. 4. Out -of -Spec. Material Any roll not meeting the specification for any of the above inspections shall be placed on hold. C. Finished Product: Laboratory During Production 1. Sampling Test samples shall be obtained from the rolls of material to be delivered to the site for conformance testing. The samples shall be tested for the following requirements at the rates specified. 1 2. Testing Requirements a. Thickness 1) Test Method ASTM D751, D1593 2) Test Frequency Leading edge of each roll of material b. Density 1) Test Method ASTM D792, D1505 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than one test r per resin lot. j 1 3) Minimum Number of Tests 4 2680-94 02245 - 9 f { V C. Carbon Black Content 1) Test Method ASTM D1603 '2) Test Frequency Not less than 1 test per 100,000 square feet with not less than one test per resin lot. 3) Minimum Number of Tests 4 d. Carbon Black Dispersion 1) Test Method ASTM D3015 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than one test per resin lot. 3) Minimum Number of Tests 4 e. Tensile Properties 1) Test Method ASTM D638 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than one test per resin lot. 3) Minimum Number of Tests 4 f. Puncture Resistance 1) Test Method ASTM D4833 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than one test per resin lot. 3) Minimum Number of Tests 4 g. Tear Resistance 1) Test Method ASTM D1004 2) Test Frequency Not less than 1 test per 100,000 square feet with not less than one test per resin lot. 3) Minimum Number of Tests 4 3. Reporting All results shall be logged into the batch file. Any testing that yields "out -of -spec" results shall be brought to the immediate attention of the Q.C. Manager. All material produced after the last sample meeting all specifications shall be retrieved and placed on hold. D. Finished Product: Laboratory Post -Production 1. Sampling Samples shall be taken at random from each batch. 2. Testing Soil Burial: ASTM D 3083 • ESCR: ASTM D 1693 • Low temperature: ASTM D 746 2680-94 02245 - 10 3. Reporting All results shall be logged into the batch file. These results shall be the official properties for that batch. Any batch that fails any specification shall be placed on hold for further evaluation. PART 3 EXECUTION 3.1 ANCHOR TRENCH The anchor trench shall be excavated to the line, grade, and width f shown on the construction drawings, prior to liner system placement. A The Engineer shall verify that the anchor trench has been constructed according to construction drawings. If the anchor trench is located in a clay susceptible to desiccation, no more than the amount of trench required for the base geomembrane to be anchored in one day shall be excavated to minimize desiccation of the anchor trench soils. Slightly rounded corners shall be provided in the trench where the geomembrane adjoins the trench so as to avoid sharp bends in the geomembrane. 3.2 PLACEMENT A. The Installer shall be responsible for the following: • No equipment or tools shall damage the geomembrane by handling, trafficking, or other means. • No personnel working on the geomembrane shall smoke, wear damaging shoes, or engage in other activities that could damage the geomembrane. • The method used to unroll the panels shall not cause scratches or crimps in the geomembrane and shall not cause indentations in the supporting soil greater than one inch deep or damage to the underlying geotextile. • The method used to place the panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation shall be identified on the Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of the compensating wrinkles by wind. • Adequate loading (e.g., sand bags or similar items that will not damage the geomembrane) shall be placed to prevent uplift by wind (in case of high winds, continuous loading is recommended along edges of panels to minimize risk of wind flow under the panels). • Direct contact with the geomembrane shall be minimized, i.e., the geomembrane in traffic areas is protected by geotextiles, extra geomembrane, or other suitable materials. B. Weather Limitations Geomembrane deployment shall proceed between ambient temperatures of 32'F to 105'F. Placement can proceed below 32'F only after it 2680-94 02245 -_11 has been verified by the Engineer that the material can be seamed according to the specification. Below 40°F, preheat of the FML may be required. Geomembrane placement shall not be done during any precipitation, in the presence of excessive moisture (e.g., fog, rain, dew) or in the presence of excessive winds, as determined by the installation supervisor. C. Factory Seam Quality Verifications The Engineer will require the Contractor to test up to as much as 20% of factory fusion welds (non-destructive air pressure test and/or vacuum test) in the field to verify factory test results. Additional testing at the Installer's expense will be required if failed tests are obtained in the field. 3.3 FIELD SEAMING Seams shall be oriented parallel to the line of maximum slope, i.e., oriented down, not across the slope. In corners and odd -shaped geometric locations, the number of field seams shall be minimized. No base T-seam shall be closer than 5 feet from the toe of the slope. Seams shall be aligned with the least possible number of wrinkles and "fishmouths." If a fishmouth or wrinkle is found, it shall be relieved and cap -stripped. A. Seam .Overlap Panels of geomembrane must have a finished overlap of a minimum of 4 inches for hot shoe fusion welding and 3 inches for extrusion welding, but in any event sufficient overlap shall be provided to allow peel tests to be performed on the seam. No solvent or adhesive may be used unless the product is approved by the Owners Representative. (Samples shall be submitted to the Design Engineer for testing and evaluation). The procedure used to temporarily bond adjacent panels together shall not damage the geomembrane; in particular, the temperature of hot air at the nozzle of any spot welding apparatus shall be controlled such that the geomembrane is not damaged. B. Seaming Equipment and Accessories Approved equipment for field seaming are hot 'shoe fusion welders and extrusion welders. 1. Hot Shoe Welder, 110 Volt, 10 Amps. 2. Extrusion Welder, 220 Volt, 19 Amps. 3. High-speed, 10,000 rpm, 4% inch side grinder with 80-grit discs. 4. 7.5 KW Generator, single-phase with 110/220 Volt Outputs. 5. Power Cord, minimum S.O. type, 10 O.S.H.A. approved electrical cord with O.S.H.A. approved twist -type plugs and connections. 2680-94 02245 - 12 R 6. Seam Vacuum Tester for non-destructive seam and patch testing. 7. Field` Tensiometer, capable of performing seam and peel 4 adhesion tests for quantitative testing on -site. C. Test Seams Field test seams shall be conducted on geomembrane liner to verify that seaming conditions are satisfactory. Test seams shall be conducted for each seamer at the beginning of each seaming period, at the Engineer's discretion, and at least once each 4 hours, for each seaming apparatus used that day. All test seams shall be made at a location selected by the Engineer in the area of the seaming and in contact with the subgrade. The test seam samples shall be 10 feet long for hot shoe welding and 3 feet long for extrusion welding with the seam P centered lengthwise. Specimens 1 inch wide shall be cut from each opposite end of the test seam by the Engineer. The Engineer shall use a tensiometer provided by the Installer to test these specimens for shear and peel. If a test seam fails to meet field E seam specifications, the seaming apparatus and/or seamer shall not be accepted and shall not be used for seaming until the ..� deficiencies are corrected and two consecutive successful full test seams are achieved. D. Non -Destructive Seam Testing r f The Installer shall non-destructively test all field seams over their full length. All test equipment, including but not limited to the following shall be furnished by the Installer: 71. Vacuum Box testing Equipment for testing single wedge fusion seams and extrusion ` seams shall be comprised of the following: r.,0 A vacuum box assembly consisting of a rigid housing, a transparent viewing window, a soft rubber gasket attached to the bottom, port hole or valve assembly, and a vacuum gauge. • A steel vacuum tank and pump assembly equipped with a pressure controller and pipe connections. • A rubber pressure/vacuum hose with fittings and connections. 0 A plastic bucket and wide paint brush. • A soapy solution. 2680-94 The following procedures shall be followed by the installer: • Excess sheet overlap shall be trimmed away. • Clean the window, gasket surfaces and check for leaks. • Energize the vacuum pump and reduce the! tank pressure to approximately 3-5 psi. • Wet a strip of geomembrane approximately 12 inches by 48 inches (length of box) with the soapy solution. • Place the box over the wetted area and. compress. • Close the bleed valve and open the vacuum valve. • Ensure that a leak tight seal is created. 02245 - 13 • For a period of approximately 15 seconds, examine the geomembrane through the viewing window for the presence =of soap bubbles. • If no bubbles appear after 15 seconds, close the vacuum valve and open the bleed valve, move the box over the next adjoining area with a minimum 3 inches overlap and _. repeat the process. • All areas where soap bubbles appear shall be marked and repaired and then retested. _ The following procedures shall apply to locations where seams cannot be non-destructively tested, as determined by the Engineer: • If the seam is accessible to testing equipment prior to final installation, the seam shall be non-destructively tested prior to final installation. If the seam cannot be tested prior to final installation, the seaming operations shall be observed by the Engineer for uniformity and completeness. 2. Air Pressure Testing (For Double Fusion Seam Only) The following procedures are applicable to those processes which produce a double seam with an enclosed space. Equipment for testing double fusion seams shall be comprised of the following: • An air pump equipped with pressure gauge capable of generating and sustaining a pressure between 25 and 30 psi and mounted on a cushion to protect the geomembrane. • A manometer equipped with a sharp hollow needle, or other approved pressure feed device. The following procedures shall be followed by the Installer: • Seal one end of the seam to be tested. • Insert needle or other approved pressure feed device through the sealed end of the channel created by the double wedge fusion weld. • Energize the air pump to verify the unobstructed passage of air through the channel. • Seal the other end of the channel. • Energize the air pump to a pressure between 25 and 30 psi, close valve, and sustain pressure for approximately 5 minutes. • If loss of pressure exceeds 4 psi, or pressure does not stabilize, locate faulty area, repair and retest. • Remove needle or other approved pressure feed device and seal. E. Destructive Seam Testing The Installer shall provide the Engineer with a minimum of one destructive test sample per 500 feet of seam length from a location specified by the Engineer. The Installer shall not be informed in advance of the sample location. 2680-94 02245 - 14 I: ",' 1. Sampling Procedure In order to obtain test results prior to completion of liner installation, samples shall be cut by the Installer as the seaming progresses. Sampling times and locations shall be determined by the Engineer. The Engineer must witness the obtainment of all field test samples and the Installer shall mark all samples with their location roll and seam number. The Installer shall also record in written form the date, time, location, roll seam number, ambient temperatures, and pass or fail description. A copy of the information must be y attached to each sample portion. All holes in the geomembrane resulting from obtaining the seam samples shall be ?M immediately repaired. All patches shall be vacuum tested. 2. Size and Disposition of Samples The samples shall be 12 inches wide by 36 inches long with the seam centered lengthwise. The sample shall be cut into two equal length pieces, and given to the Engineer. 3. Field Laboratory Testing The Installer shall cut six 1-inch wide replicate specimens from his sample and these shall be tested by the Engineer. The Installer shall test two specimens for peel strength. Both tests to be witnessed by the Engineer. To be acceptable, both test specimens must pass. Any specimen that fails through the weld or by adhesion at the weldsheet interface is a Non-FTB break and shall be considered a failure. 4. Independent Laboratory Testing i The Installer will package and ship two seam samples received from the Installer to a Laboratory for the determination of �,.shear and peel strengths. The test method and procedures to be used by the Independent Laboratory shall be the same used in field testing, where seam samples are 1 inch wide, and the grip separation rate is 2 ipm. All specimen testing shall pass. A failed test will be grounds for rejection of the field weld from which the sample was taken. 5. Archive Samples The Installer will package and ship the remaining samples to the Engineer for archival. The samples shall include information that indicates where the sample was taken. 6. Procedures for Destructive Test Failure The following procedures shall apply whenever a sample fails the field destructive test: • The installer shall cap strip the seam between the failed location and any passed test location. The installer can retrace the welding path to an f intermediate location (at a minimum of 10 feet from the location of the failed test), at the Engineer's discretion, and take a small sample for an additional field test. If this test passes, then the seam shall be i 2680-94 02245 - 15 i F. cap stripped between that location and the original failed location. If the test fails, then the process is repeated • Over the length of seam failure, the Contractor shall either cut out the old seam, reposition the panel and reseam, or add a cap strip, as required by the Engineer. • After reseaming or placement of the cap strip, additional destructive field test(s) shall be taken within the reseamed area. The reseamed sample shall be found acceptable if test results are approved by the Engineer. If test results are not acceptable, this process shall be repeated until the reseamed length is judged satisfactory by the Engineer. In the event that a sample fails a laboratory destructive test, then the above procedures shall be followed, considering laboratory tests exclusively. The Engineer will document all actions taken in conjunction with destructive test failures. Defects and Repairs All seams and non -seam areas of the geomembrane shall be inspected by the Engineer for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by the geomembrane helps to detect defects, the surface of the geomembrane shall be clean at the time of inspection. The geomembrane surface shall be brushed, blown, or washed by the Installer if the amount of dust or mud inhibits inspection. The Engineer shall decide if cleaning of the geomembrane is needed to facilitate inspection. 1. Evaluation Each suspect location in seam and non -seam areas shall be non-destructively tested as appropriate in the presence of the Engineer. Each location that fails the non-destructive testing shall be marked by the Engineer, and repaired accordingly. 2. Repair Procedures • Defective seams shall be restarted/reseamed as described in these specifications..' • Small holes shall be repaired by extrusion cap welding. If the hole is larger than 14 inch, it shall be patched. • Tears shall be repaired by patching. Where the tear is on a slope or an area of stress and has a sharp end it must be rounded prior to patching. • Blisters, large 'holes, undispersed 1 raw materials, and contamination by foreign` matter shall be repaired by patches. • Surfaces of HDPE which are to be patched shall be abraded and cleaned no more than 15 minutes prior to the repair. No more than 10% of the thickness shall be removed. 2680-94 02245 - 16 r i Patches shall be round or oval in shape, made of the same geomembrane, and extend a minimum of 6 inches beyond the edge of defects. All patches shall be of the same compound and thickness as the geomembrane specified. All patches shall have their top edge beveled with an angle grinder prior to placement on the geomembrane. Patches shall be applied using approved methods only. 3. Restart/Reseaming Procedures The welding process shall restart by grinding the existing seam and rewelding a new seam. Welding shall commence where the grinding started and must overlap the previous seam by at least 2 inches. Reseaming over an existing seam without regrinding shall not be permitted. 4. Verification of Repairs Each repair shall be non-destructively tested, except when the Engineer requires a destructive seam sample obtained from a repaired seam. Repairs that pass the non-destructive test shall be taken as an indication of an adequate repair. Failed tests indicate that the repair shall be repeated and retested until passing test results are achieved. Recording of Results: daily documentation of all non-destructive and destructive testing shall be provided to the Engineer by the Installer. This documentation shall identify all seams that initially failed the test and include evidence that these seams were repaired and successfully retested. 3.4 BACKFILLING OF ANCHOR TRENCH The anchor trench shall be backfilled and compacted by the Installer. Trench backfill material shall be placed in 8 inch thick loose lifts and compacted by wheel rolling with light, rubber -tired or other light compaction equipment. Care shall be taken when backfilling the trenches to prevent any damage to the geomembrane, geotextiles, or geonets. At no time shall construction equipment come into direct contact with the geomembrane, geotextile, or geonet. If damage occurs, it shall be repaired by the Installer prior to the completion of backfilling. 3.5 GEOMEMBRANE ACCEPTANCE The Installer shall retain all ownership and responsibility for the geomembrane until acceptance by the Owner. The surface of the geomembrane shall not have striations, roughness, pinholes, or bubbles and shall be free of holes, blisters, undispersed raw materials, or any contamination by foreign matter; except that if in the opinion of the Engineer the blemish will not adversely affect properties and use of the geomembrane, the Engineer may accept the geomembrane after sufficient laboratory test data are provided to support such 2680-94 02245 - 17 r i acceptance, and further, provided all such testing is done at the sole expense of the Installer. The geomembrane liner shall be accepted by the Owner when all of the following conditions are met: • Installation is finished. • Verification of the adequacy of all field seams and repairs, including associated testing, is complete. • Written certification, including "as built" drawing(s), is provided by the Installer to the Engineer. • Documentation of completed installation, including all reports is complete. • Acceptance of "Flexible Membrane Liner Evaluation Report" by the TNRCC. END OF SECTION 2680-94 02245 - 18 rr' r- r'" i SECTION 02246 GEOTEXTILE FABRICS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Geotextile Fabric Specification. B. Geotextile Fabric Installation. 1.3 RELATED SECTIONS A. Section 02245 - Flexible Membrane Liner. B. Section 02247 - Geocomposite Drainage Layer. C. Section 02248 - Gravel Drainage Layer. D. Section 02250 - Leachate Collection systems. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 1777 Practice for Conditioning Textiles for Testing D 3776 Tensile Properties of Plastics D 3786 Mullen Burst Strength Test D 4354 Standard Practice for Sampling of Geotextiles for Testing D 4355 Standard Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light D 4491 Water Transmissivity Test D 4533 Trapezoidal Tear Strength Test D 4632 Standard Test Method for Breaking Load and Elongation of Geotextiles f 2680-94 D 4751 D 4833 Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products 02246 - 1 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Manufacturer's product data. 2. Manufacturer's Installation Instructions. B. Manufacturer's Certification 1. Manufacturer must certify that all geotextile fabric has been inspected and that no broken needles are present in each roll of material. C. Contractor's Experience Record 1. Indicate experience of installing manufacturer's product. 2. Provide at least 5 reference names with recent telephone numbers on past municipal solid waste landfill projects. 1.6 QUALITY ASSURANCE A. Manufacturer: 1. Certify that the company has at least 5 years experience. 2. Certify upon job completion that fabric was installed in accordance with manufacturer's recommendations and in conformance to the contract specifications. B. Contractor Certify experience exceeds 2,000,000 square feet of fabric in the 4 past 5 years. 1.7 PACKAGING AND STORAGE A. Rolled on a cardboard core and wrapped in plastic with sealed ends. B. Material will be covered to block sunlight. C. Store material in a manner to avoid contact with soil. PART 2 PRODUCTS 2.1 GEOTEXTILE FABRIC A. Nonwoven fabric. B. Acceptable Material. 1. Polyester. ._ 2. Polypropylene. 2.2 GEOTEXTILE COMPONENTS A. Geotextile Cushion. Located directly on top of smooth and textured flexible membrane liner. B. Geotextile. Located directly on top of gravel drainage layer. 2680-94 02246 - 2 2.3 GEOTEXTILE CUSHION SPECIFICATIONS PROPERTY UNIT TEST METHOD MINIMUM VALUE Weight oz/yd2 ASTM D-3776 10.0 Thickness, t mils ASTM D-1777 120 Grab Tensile Strength lbs ASTM D-4632 305 Grab Elongation % ASTM D-4632 50 Mullen Burst Strength psi ASTM D-3786 450 Puncture Strength lbs ASTM D-4833 130 Trapezoid Tear Strength lbs ASTM D-4533 130 AOS U.S. Sieve No. ASTM D-4751 100 Water Flow Rate gpm/ft2 ASTM D-4491 60 Permittivity sec-1 ASTM D-4491 0.8 Permeability cm/sec ASTM D-4491 0.25 U.V. Resistance (500 hours) % strength ASTM D-4355 70 2.4 GEOTEXTILE SPECIFICATIONS PROPERTY UNIT TEST METHOD MINIMUM VALUE Weight oz/yd2 ASTM D-3776 5.4 Thickness, t mils ASTM D-1777 75 Grab Tensile Strength lbs ASTM D-4632 160 Grab Elongation X ASTM D-4632 50 Mullen Burst Strength psi ASTM D-3786 220 Puncture Strength lbs ASTM D-4833 70 Trapezoid Tear Strength J- lbs ASTM D-4533 60 I 2680-94 02246 - 3 PROPERTY UNIT TEST METHOD- MINIMUM VALUE AOS U.S. Sieve No. ASTM D-4751 - 80 Water Flow Rate gpm/ft2 ASTM D-4491 100 Permittivity sec ASTM D-4491 1.50 Permeability cm/sec ASTM D-4491 0.25 U.V. Resistance (500 hours) % strength ASTM D-4355 70 PART 3 EXECUTION 3.1 EQUIPMENT All equipment, tools and machines used in the performance of the work shall be subject to approval prior to commencement of work. The equipment shall be maintained in satisfactory working condition at all times. 3.2 CONSTRUCTION INSPECTION The Contractor shall conduct a visual inspection of each panel or sheet as it is unrolled. The Engineer shall be notified of any damage. 3.3 GEOTEXTILE PLACEMENT Material will be placed in the locations shown on the plans. Placement shall be conducted by experienced and trained personnel, including supervisors, foreman, and skilled laborers who are qualified and approved by the manufacturer of the geotextile. All placement shall be in strict accordance with the geotextile manufacturers recommendations. _ The placement shall be performed to provide a complete sheet without holes, tears, excessive wrinkles, creases, or other imperfections. 3.4 FIELD SEAMS Seams should only run up and down the slope. Geotextile fabric may be _ placed by overlapping the edges a minimum of 18-inches or by sewing a 2-inch to 4-inch overlapped seam. The contractor shall replace any flexible membrane liner that is damaged as a result of the sewing process. 3.5 BALLAST To protect installation from excessive wind, all geotextile fabric in place must be protected by ballasting the fabric with weighted sandbags. Sandbags must be placed as fabric is installed and not removed until cover material is ready to be placed. 2680-94 02246 - 4 3.6 REPAIRS Repairs to damaged geotextile fabric will be made in accordance with the geotextile manufacturers recommendations. END OF SECTION 2680-94 02246 - 5 r SECTION 02247 - GEOCOMPOSITE DRAINAGE LAYER r PART 1 GENERAL p 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Geotextile/high density polyethylene (HDPE) drainage geonet geocomposite specification. B. Geocomposite installation. 1.3 RELATED SECTIONS A. Section 02245 - Flexible Membrane Liner. B. Section 02246 - Geotextile Fabrics. C. Section 02248 - Gravel Drainage Layer. D. Section 02250 - Leachate Collection Systems. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 413 Rubber Property -Adhesion to Flexible Substrate D 638 Tensile Properties of Plastics D 792 Specified Gravity and Density of Plastics by Displacement D 1238 Flow Rates of Thermoplastic by Extrusion Plastometer D 1505 Test Method for Density of Plastics by the Density -Gradient Technique D 1603 Carbon Black in Olefin Plastics D 1777 Practice for Conditioning Textiles for Testing D 3776 Tensile Properties of Plastics D 3786 Mullen Burst Strength Test D 4355 Standard Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light 2680-94 02247 - 1 r D 4491 Water Transmissivity Test D 4533 Trapezoidal Tear Strength Test D 4632 Standard Test Method for Breaking Load and Elongation of Geotextiles �- D 4716 D 4751 D 4833 Standard Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Manufacturer's product data. 2. Manufacturer's Installation Instructions. — B. Manufacturer's Certification 1. Manufacturer must certify that all geotextile geocomposite has been inspected and that no broken needles are present in each roll of material. C. Contractor's Experience Record 1. Indicate experience of installing manufacturer's product. 2. Provide at least 5 reference names with recent telephone numbers on past municipal solid waste landfill projects. 1.6 QUALITY ASSURANCE A. Manufacturer: 1. Certify that the company has at least 5 years experience. 2. Certify upon job completion that geocomposite was installed in accordance with manufacturer's recommendations and in conformance to the contract specifications. B. Contractor Certify experience exceeds 2,000,000 square feet of geocomposite in the past 5 years. 1.7 MANUFACTURER'S CERTIFICATION A. Manufacturer shall submit certification indicating material delivered meets project specifications. B. Heat -bonded HDPE drainage geonet/geotextile geocomposite will be supplied in rolls which are tagged as follows: 1. Manufacturer's name. 2. Product Identification. 3. Lot Number. 2680-94 02247 - 2 4. Roll Number. 5. Dimensions of Roll. 1.8 STORAGE A. Material shall be wrapped in plastic with sealed ends. B. Material will be covered to block sunlight. C. Store material in a manner to avoid contact with soil. PART 2 PRODUCTS 2.1 GENERAL A. Manufacturing Procedure Supplied geonet/geotextile geocomposite shall be manufactured by heat bonding geotextile to both sides of geonet. No glue, adhesive, or other foreign substance shall be permitted. No product exhibiting burned through geotextiles shall be permitted. B. Manufacturing Requirements Supplied geonet/geotextile geocomposite shall be manufactured to exhibit a bond between the HDPE drainage net and the geotextile, or geotextiles, which shall.be greater than that between soil and the geotextile (average peel strength shall be t 1 lb. per inch per ASTM D-413). Peel strength shall be tested a minimum of once every 40,000 square feet of material manufactured. ` 2.2 HDPE DRAINAGE GEONET CORE A. Manufacture Information HDPE drainage geonet core shall be made by continuous extrusion of. a web, forming the geometry required to provide the specified transmissivity as a homogeneous three-dimensional structure. The resin shall be selected to provide an optimum combination of strength, environmental resistance and resistance to the high compressive loads that might reduce transmissivity. Geonet shall contain stabilizers to prevent ultraviolet light degradation. B. HDPE Drainage Geonet Core Properties HDPE drainage geonet core shall be no less than 7.5 linear feet wide. Other than listed material properties, core material shall meet or exceed the following properties: �-► 2680-94 02247 - 3 PROPERTY TEST METHOD MINIMUM VALUE UNITS Polymer Density ASTM D792-1505 0.937 g/cm 3 (-UV Stabilizer) Carbon Black Content ASTM D-1603 2-3 % (Range) Melt Index ASTM D-1238-E <1.0 g/lOmin (Range) Thickness ASTM D-1777 220t22 mils (Nominal) Unit Weight ASTM D-3776 0.194t0.0194 lbs/ft2 (Nominal) Peak Tensile Strength MD ASTM D-638-M 600t60 lbs/ft2 (Range) @2% Strain MD ASTM D-638-M 100t10 lbs/ft2 (Range) Transmissivity @15,000 psf ASTM D-4716 1 X 10-2 m2/sec min (Min) C. Geotextile Fabric Properties ` Filter geotextile fabric bonded to drainage geonet shall be a nonwoven, needle punched polyester or polypropylene fabric which will meet or exceed the following properties PROPERTY TEST METHOD MINIMUM _ VALUE UNITS Unit Weight (MARV) ASTM D-3776 t 5 oz/yd2 Thickness (MARV) ASTM D-1777 t 65 mils Grab Tensile (MARV) ASTM D-4632 t 150 lbs Grab Elongation (MARV) ASTM D-4632 t 50 % Mullen Burst (MARV) ASTM D-3786 t 350 psi Puncture Resistance (MARV) ASTM D-4833 t 90 lbs Trapezoidal Tear (MARV) ASTM D-4533 t 65 lbs Permittivity (MARV) ASTM D-4491 t 90 9mf2 t 1.4 sec-1 Permeability (MARV) ASTM D-4491 t 0.2 cm/sec AOS (MARV) ASTM D-4751 t 70 Sieve Size U.V. Resistance (MARV) ASTM D-4355 t 70 % MARV — Minimum Average Roll Value PART 3 EXECUTION 3.1 GENERAL Exhibit care in keeping the geocomposite free of debris and clean prior to installation. If not free from soil and debris, clean just prior to installation. _- 2680-94 02247 - 4 F 3. 2 FIELD SEAMS Field Seams should only run up and down slopes When deploying, adjacent rolls may be butted net to net or overlapped �►► and upper layer of geotextile heat tacked every 4-to-5 linear feet or sewn. If butted, net should be secured with plastic ties provided by the manufacturer approximately every 4-to-5 linear feet along the roll length. If overlapped, 1 tie every 5 linear feet is sufficient. No metallic ties shall be used. Horizontal seams shall be tied at 1 linear foot intervals. After securing net, geotextile can be overlapped, overlapped and heat tacked every 4-to-5 linear feet, or sewn. Where sewn, geotextile overlap, beyond edge of HDPE Geonet, before sewing, shall exhibit a �- minimum average roll value of 6 inches. Geocomposite shall not be welded to geomembrane. 3.3 PLACING Contractor shall handle geocomposite in a manner which will ensure against damage in any form. Install over flexible membrane liner keeping tension on geocomposite; and position by hand, if necessary, to minimize wrinkles. Geocomposite shall not be placed across slope (in horizontal direction). 3.4 BALLAST Care shall be taken to avoid wind problems. Weight with sand bags, or equivalent, during installation and do not remove weight materials until cover material is in place. 3.5 DAMAGE TO FLEXIBLE MEMBRANE LINER Any damage to the FML will be repaired by the Contractor at Contractor's expense in accordance with Section 02245 - Flexible Membrane Liner. END OF SECTION r., 2680-94 02247 - 5 SECTION 02248 r" GRAVEL DRAINAGE LAYER r... PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. r 1.2 SECTION INCLUDES A. Gravel Drainage Material. B. Drainage Material Installation. 1.3 RELATED SECTIONS I A. Section 02245 - Flexible Membrane Liner. B. Section 02246 - Geotextile Fabrics. ,.� C. Section 02247 - Geocomposite Drainage Layer. D. Section 02250 - Leachate Collection Systems. L 1.4 REFERENCES r l Applicable Publications: The publications listed below form a part of this specification to the extent referenced. The publications are r� referred to in the text by the basic designation only. The latest publication in use at the time of the executed contract will be the one that governs this project. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS C 33 Specification for Concrete Aggregates C 88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate C 131 Test Method for Resistance of Degradation of Small Size Coarse Aggregates by Abrasion and Impact in Paw i the Los Angeles Machine C 136 Method for Sieve Analysis of Fine and Course Aggregates 1, D 75 1982 Method for Sampling Aggregates r D 2434 Test Method for Permeability of Granular Soils (Constant Head) D 2487 Classification of Soils for Engineering Purposes 2680-94 02248 - 1 D 4373 Test Methods for Calcium Carbonate Content of Soils 1.5 QUALITY ASSURANCE A. Contractor must provide written certification that the drainage gravel meets or exceeds the performance requirements of this specification. B. Contractor must provide all necessary documentation as specified. _ 1.6 SUBMITTALS The following information must be obtained and submitted by the Contractor in accordance to Section 01300, "Submittals". A. Gravel Material to be used. Minimum five 'gallon bucket. -- B. Gradation Results. C. Soundness and Loss Test Results. D. Permeability Test Results. E. Calcium Carbonate Contents. PART 2 PRODUCTS 2.1 GRAVEL A. Gravel shall consist of clean, sound, hard, durable, round particles of stone or gravel. The gravel shall be free of silt and clay as defined by ASTM D-2487, vegetable matter,. and other objectionable materials or coatings. _ B. Gravel Quality PROPERTY TEST METHOD MINIMUM VALUE Soundness ASTM C-88 18 % Loss ASTM C-131 40 C. Gradation The following gradation is a suggested starting point in determination of proper particle size for meeting permeability requirements. Gradation may be adjusted to meet or exceed permeability requirements. SIEVE % PASSING 1-1/2 inch 100 1 inch 95-100 1/2 inch 25-80 No. 4 0-10 2680-94 02248 - 2 D. Permeability: 1.0 x 10-2cm/sec or higher. E. Calcium Carbonate: Not to exceed 15% by weight. PART 3 EXECUTION 3.1 GENERAL Gravel drainage material must be placed in a manner to prevent damage to the underlying flexible membrane liner system (FML). Any damage to the F4L will be repaired or replaced at the expense of the Contractor. 3.2 PLACEMENT Gravel drainage material will be placed at a loose thickness of 12- inches. Gravel will be evenly spread using light tracked equipment. Following placement and thickness verification, the material will be lightly compacted. Gravel around leachate pipe shall be done in a manner to prevent deflection or loading of the pipe. 3.3 COMPLETION Following gravel installation, the gravel will be covered with the final layer of geotextile fabric. END OF SECTION 2680-94 02248 - 3 F SECTION 02250 °'LEACHATE COLLECTION SYSTEMS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Project Drawings. B. General Conditions of the Contract for Construction, and Supplementary Conditions. 1.2 SECTION INCLUDES A. Polyethylene (PE) Pipe Material. B. Polyethylene (PE) Pipe Installation. 1.3 RELATED SECTIONS A. Section 02245 - Flexible Membrane Liner. B. Section 02246 - Geotextile Fabrics. C. Section 02247 - Geocomposite Drainage Layer. D. Section 02248 - Gravel Drainage Layer. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) STANDARDS D 1248 Specification for Polyethylene Plastics Molding and Extrusion Materials D 2487 Classification of Soils for Engineering Purposes D 2837 Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials D 3350 Specification for Polyethylene Plastics Pipe and Fittings Materials 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Provide piping layout with all bends, tees, elbows, etc. 2. Pipe manufacturer's data. 3. Pipe Manufacturer's Installation Data. B. Manufacturer's Certification 1. Manufacturer must certify that the materials supplied meet all the requirements of these specifications. C. Contractor's Experience Record 1. Indicate past experience installing manufacturer's product. 77 C. 2680-94 02250 - 1 r 1.6 QUALITY ASSURANCE A. Manufacturer Certify that the company has manufactured this project for at least five years. B. Contractor Provide experience record for installing manufacturer's product. Minimum five years experience. 1.7 FIELD MEASUREMENTS Verify that field measurements are as indicated on the shop drawings. 1.8 HANDLING OF PIPE Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking should be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe should be done in such a manner that it is not damaged by dragging over sharp objects or cut by -' chokers or lifting equipment. Joined segments of pipe shall be handled so as to avoid damage to the pipe or joining system. When lifting sections of pipe, chains or cable type chokers should be avoided. Nylon slings are preferred. Spreader bars should be used when lifting long fused sections. Care should be exercised to avoid cutting or gouging the pipe. 1.9 REPAIR OF DAMAGED SECTIONS Segments of pipe having cuts or gouges in excess of 10% of the wall thickness of the pipe should be cut out and removed. The undamaged portions of the pipe shall be rejoined using one of the methods identified below as approved by the specifying engineer. PART 2 PRODUCTS 2.1 POLYETHYLENE PIPE A. Must be ASTM D-1248, Type III, Class C, Grade P-34, Category 5. B. PPI rating of PE-3408. C. ASTM D-3350, cell classification of 345434C. D. Hydrostatic Design Basis shall not be less than 1600 psi (11.03 MPA) as per ASTM D-2837. E. Minimum Standard Dimension Ratio (SDR) of 17, unless otherwise indicated on drawings. 2680-94 02250 - 2 t i 71, PART 3 EXECUTION 3.1 INSTALLATION A. Place a 2-inch thick layer of gravel on top of the geotextile material across the entire length and width of trench. B. Do not drive heavy vehicles or equipment on top of the material to avoid damage to flexible membrane liner. C. Using hand held mechanical tampers, carefully consolidate the material. D. Place the pipe in the center of the trench and place gravel. E. Place gravel under the haunches of the pipe in 2-inch lifts r followed by hand held mechanical compaction up to the springline of r the pipe. F. Above the springline, lifts of gravel may be 4-inches thick, followed by hand held mechanical compaction. G. After gravel is placed to full depth, cover the top with the geotextile fabric. 3.2 PIPE JOINING x A. Sections of polyethylene pipe should be joined into continuous .- sections on the job site using manufacturer's recommended methods. B. The joining method shall be the heat fusion method performed in strict accordance to the manufacturer's recommendations. C. The heat fusion equipment used should be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to, temperature requirements, alignment and fusion pressures. r D. All bends, tees, and fittings may be shop made in accordance with 1 manufacturers recommendations. END OF SECTION r { 2680-94 02250 3 i r- R SECTION 03100 CONCRETE FORMWORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. D. Form stripping. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.3 RELATED SECTIONS - A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 - Construction and Industrial Plywood. 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. r 2680-94 03100 - 1 f 1.9 COORDINATION A. Coordinate=�Work under provisions of Section 01039. _ B. Coordinate this Section with other Sections of work which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS A. Substitutions: Under provisions of Section 01600. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of — defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain _ concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. _ 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. 2680-94 03100 - 2 B. Provide bracing to ensure stability of formwork.. S h o r e o r strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. �.. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external corners of beams, joists, r columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove, remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and �- concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 2680-94 03100 - 3 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 2680-94 03100 - 4 roll SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in - place concrete. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSI/AWS D1.4 - Structural Welding Code for Reinforcing Steel. G. ANSI/AWS D12.1 - Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel InstituteManualof Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE ll A. Perform Work in accordance with CRSI 63, 65 and Hanual of Practice, ACI 301, ACI SP-66, ACI 318. !� B. Submit certified copies of mill test report of reinforcement materials analysis. r i i �. 2680-94 03200 - 1 1.6 COORDINATION A. Coordinate= -work under provisions of Section 01039. B. Coordinate with placement of formwork, formed openings and other Work. PART 2 PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM A185 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. _ B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement` during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSI/AWS D1.4. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of any splices with Engineer. Minimum splice overlap shall not be less than 24 bar diameters. PART 3 EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. - C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION 2680-94 03200 - 2 E SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete foundations, building frame members, and foundation walls. B. Floors and slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work. D. Equipment pads. F 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork: Formwork and accessories. B. Section 03200 - Concrete Reinforcement. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 308 - Standard Practice for Curing Concrete. G. ACI 318 - Building Code Requirements for Reinforced Concrete. H. ASTM C33 - Concrete Aggregates. I. ASTM C94 - Ready -Mixed Concrete. J. ASTM C150 - Portland Cement. K. ASTM C260 - Air Entraining Admixtures for Concrete. L. ASTM C494 - Chemicals Admixtures for Concrete. M. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on joint devices, attachment accessories, admixtures and cement types to be used. C. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent: Work. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. �•• D. Conform to ACI 306R when concreting during cold weather. 2680-94 03300 - 1 1.6 COORDINATION A. Coordinate"work under provisions of Section 01039. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal, Type II - Moderate, Portland type. All cement shall be from the same manufacturer unless '- approved by the Engineer. B. Fine and Coarse Aggregates: ASTM C33, Size No. 57. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type A - Water Reducing; Type B - Retarding; Type C - Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and Accelerating admixture. C. Fly Ash: ASTM C618. 2.3 ACCESSORIES — A. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable _ of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. 2.4 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: 1. Compressive Strength (7 days): 2,100 psi. 2. Compressive Strength (28 days): 3,000 psi. 3. Slump: 3 to 5 inches 4. Air: 4 to 6 percent. D. Use fly ash only when approved by Engineer. E. Use set retarding admixtures during hot weather only when approved by Engineer. F. Add air entraining agent to normal weight concrete mix for work exposed to exterior. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01039. 2680-94 03300 - 2 B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast' into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's l instructions. l B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with �^ non -shrink grout. 3.3 PIACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed joint fillers are not disturbed during concrete placement. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth surfaces free of honeycombs, aggreage breakout, and fins. B. Steel trowel and brush top surfaces of slabs. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Tests of cement and aggregates may be performed by Owner to ensure conformance with specified requirements. E. Three concrete test cylinders will be taken for every 100 or less cu. yds of each class of concrete placed or as determined by the Engineer. F. One additional test cylinder may be taken during cold weather !' concreting, cured on job site under same conditions as concrete it represents. r G. One slump test will be taken for each set of test cylinders taken. 2680-94 03300 - 3 3.7 PATCHING A. Allow Engfteer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. C. Patch imperfections as directed. 3.8 DEFECTIVE CONCRETE A. Defective Concrete:- Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. 3.9 SCHEDULE - CONCRETE TYPES AND FINISHES A. Foundations and Structures: 3,000 psi 28 day concrete, Type I cement, sack rubbed finish. END OF SECTION 2680-94 03300 - 4 SPECIAL CONDMONS D U D 0 LINING SYSTEMS D COMPANY P. 0. Box 7808 - Mfdland, Texas 79708 4501 E. Highway 80 - Midland, TX 79701 May 9, 1994 City of Lubbock Contract, Bid # 12913 These documents are to be added to Section 4 of the General Conditions of the Agreement. 9151682.1564 8001562.4440 9151687.2151 Fax 0 0 r p 4P. D a. Box 7�LINING eSYSTEMS 45COMPANYM+dIand Tr: 79701 FLEXIBLE MEMBRANE LINER AND LEACHATE COLLECTION SYSTEM CITY OF LUBBOCK TEXAS SUBMITTED BY BIG D LINING SYSTEMS COMPANY r r f r 9151682-1664 8001562-4440 9151687.2151 Fax r. p O r D O LINING SYSTEMS D COMPANY r P. O. Box 7808 - Midland. Texas 79708 4501 E. Highway 80 - Midland. TX 79701 8001562.1884 0015621440 r 9151667.2151 fax April 12, 1994 Honorable Mayor and City Council of Lubbock, TX Municipal Building 1625 13th Street Room L-04 Lubbock, TX 79401 Re: Flexible Membrane Liner and Leachate Collection System City of Lubbock Bid No. 12913 Project No. 2143-541101-9977 Gentlemen: We appreciate the opportunity to bid the above referenced project. Big D Lining Systems Company specializes in the installation of high density and very low density polyethylene geomembrane liners. We are a licensed installer for Poly - Flex, Inc., and have installed over 18 million square feet of polyethylene liners in applications ranging from hazardous waste landfills to fresh water containment. Our product line includes 20 mil through 100 mil liners, plus geotextiles, geonets, geogrids, Claymax bentonite liner, PVC and polyethylene pipe, and other materials necessary for a complete installation. We are fully insured and bondable. Please see the enclosed Scope of Work for the details of our bid. Our bid includes the following exceptions and clarifications to the specifications: Section 02246: Geotextile Fabrics �- We are bidding this project using Polyfelt TS 800 and TS 600. Which are a 12 oz and 6 oz product respectively. The products meet the weight specifications however they do not meet the thickness or the AOS requirements. (specifications are attached) 7 i, Page 2 Big D Lining Systems Company Section 02248: Gravel Drainage Laver The City will provide a suitable area on the floor of the adjoining cell immediately adjacent to the east and south sides of this cell for a drainage gravel stockpile area. Big D will supply a layer of geotextile for separation from the native soil. Temporary Berms: The temporary berms will be constructed from general excavation material available on site, immediately adjacent to this cell, at no material cost to Big D Lining Systems. Material Supply and deliveries: Our supplier of liner material advises us that 60 mil HDPE roughened sheet will not be available until on or about June 15, 1994. Supply at that time will be allocated according to order placement date. Therefore, notification of award of contract at the earliest possible date is imperative. To the best of our knowledge all other materials are available within a normal time frame. Big D Lining Systems Co. retains the option to deliver materials to the site in advance of the installation date, and to invoice same upon delivery, terms net 30 days. Liner Material DeDlovment: This bid is based on our using rubber tired equipment, operated directly on the sub base, to deploy the liner material. Any change from this, for any reason, will require a change order reflecting the cost of additional labor. Sinc ely, D. Smith Manager, Lining Systems r■ 7 r BID PROPOSAL LUMP SUM PROPOSAL CONTRACT PLACE. City of Lubbock DATE: 4-14-94 PROJECT NUMBEiL: 2143-541101-9977 Proposal of Bic D Lining Systems Company _ (here+uafta caUe3Bidde:) To the Hbnorable Mayan and City C mff City of Labbock, Texas (herciva called Owner) The Bidder in canzpHaacc with your invitation for bids for the won of a Flexible Membrane Liner and Leachate Collection System having araftzlly examined the plans, specifications, ;nstrac ons to bidders, notice to bidders and all othc reazed contract doc==ns and the site of the proposed work, and being familiar with ail of the conditions surrounding the consaucdon of the proposed project including the availability of materials and labor, hereby proposes to fitrnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract docamenM within the n = sct forth the.--n. and at the prime stated bdow. The pIICr to cover aU cq=m iacarred in perbrming the work rewired under the cc== docamenzs. LOne Hundred Eighty Three Thousand MA.I JAT C: Two Hundred Twenty & 42/100 Dollars _(S 183, 220.42 Eighty Four Thousand SMVICES: Two Hundred Sixty Seven & 68/100 Dollars _(S 84,267.68 Two -Hundred Sixty Seven Thousand TOT_4L.BID: Four Hundred Eighty Eight & 10/100 Dollars (S 267,488.10 ) (Amount shall be shown in both words and figures In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to cammc= the work on the above project on or before a daze to be sp=fied in a wrirr= "Notice to Prod° of the Owns and to folly cmnpl=n the grcj= within 45 (Fo_rrv.4tvc) =LSec=ve calenci— days t as stcuiated in the soe•, iff=dons and othc c== doc= =ts. Bidder hereeby t=iY_— ads to pay to Ow= as iiauidatcd d=za the sum of S200.00 (TWO HUNDRED DOLLARS) for each conseczzm caieudar day in of the time = forth h=zinbove for completion of this project, all as mot= faUY s=: forth in the general conditions of the contrz docamen. Bidd= und=smnds and agrees that ibis bid proposal shall be ca=ied and submiae ii in ac=dancz with instrac na number 30 of the Cracai Lzmacdons to Bidders Bidder und==& tb2t the Own= resmvas the right to Mect any or all bids and to waive any f mmality is the bidding. The Bidder == tbax this bid shall be good and may not be withdrawn for a period of thirty (30) mar days after the e:-?,.r+„ iri r}� time far g bids r i The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders arc required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to hin. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of * Dollars (S • 41), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents 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 *Thirteen Thousand Three Hundred Seventy Four & 41 /100 Dollars Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. (Seal if Bidder is a Corporation) ATTEST: Secretary) Mdrjorie Parrish BigD Li Systems Comp a Contracto BY: Don E. Tomlin President l r r LIST OF SUBCONTRACTORS r This form shall be completed and submitted with the Bidder's Proposal. E. Minority Owned r Yes No R 1. Robert MacHam, Inc. X .- Box 1345 — — j 2. Levelland, TX 79336 r. 3. — — 6 ` 4. S. — 6. 1 7. 1r 1 �• - i 9. r 10. — — l: r f r r r 4. BIG D LINING SYSTEMS COMPANY SCOPE OF WORK 3 PROJECT: City of Lubbock, TX Landfill Date: 4/13/94 ITEM Provide liner material (60 mil HDPE) Provide liner material (60 Mil HDPE-R) Labor to install Equipment to install Poly -Flex, Inc. Nominal Specifications Apply Exceptions: Unload materials at site: quipmen Labor Provide storage area for equipment and materials Provide suitable access and roadway o site Mobilize o and from site ri s included) Charge for extra mobilizations fper rip) Charge for extra days held on site (per day) Anchor trench: Excavation Backf ill and compaction as per liner mfg. specifications. Subgrade preparation and maintenance: Surface acceptable for iner installation Compaction and compaction testing Maintain moisture before & during liner inst. Remove standing water Repair after inclement weather Surveying for all dirt work. QC/QA Seam testing during liner installation: Non-destructive seam tests on site Destructive seam tests (Work on site) Destructive tests by independent laboratory Freight for destructive tests. Partv Responsible 1ARr x x Two Two x x $1,500.00 $500.00 7 4: Big D Lining Systems Co. Page 2 SCOPE OF WORK PROJECT: City of Lubbock, TX Landfill ITEM Leachate Collection S sfem: Perform dirt worX for leachate coll. system r, Provide 6" perforated pipe Labor to install Equipment to install Provide geotextile pipe wrap (12 oz.) Provide 18" non -perforated pipe Labor to install Equipment to install Provide 18" perforated pipe for sump Labor to install Equipment to install Provide drainage aggregate Labor to install Equipment to install Provide6 oz. geotextile for filter fabric Labor to install Equipment to install Provide geocomposite for drainage layer Tensar DC4105 Labor to install !^ Equipment to install Provide 12 oz. geotextile Cushion layer Labor to install P, Equipment to install Other Soil cover systems over liner: Provide materials Labor to install Equipment to install Cost to repair damaged liner Remove cover soil and clean liner for repair r (See crew standby rate above or rate sheet) PM 'h 4/13/94 le x 9 ' C 7 i, Big D Lining Systems Co. Page 3 SCOPE OF WORK PROJECT: City of Lubbock, TX Landfill r" ITEM Attach liner to enetraElon-s: Pipe penetrations o. T Size quoted) Flo Stainless steel battening: (No. ft. quoted) Poly-Lok concrete embeffHen Provide or a o : Safety E ui men : Hard Hats, Safety glasses Soft soled shoes (Tennis Shoes) on liner Haz. Mat. personal protective equipment Level ( ) r' Clean uR work area and remove trash: Accept trash rom installation into landfill at no cost to Big D Lining Systems Co. Number of full work days required by Bi D Bid basedon (10 hrs/day; 6 days/wee .) Warranty —manufacturers Warranty (Sample attached) r• Installers Warranty (Sample Attached) r Other: FINANCIAL INFORMATION: r' axes --------------------------------------- BidBond ------------------------------------ Performance and Payment bond ---------------- Insurance----------------------------------- r Bid in effect for Number of days): P Special material delivery and invoice date: i 4/13/94 Party Responsible 13IG V OTIr None None None x x x None x City 26 20 Year 24 Month Not Included Included Included Included 30 Material will be invoiced at the time of delivery Terms of payment on all invoices net 30 days i Bituminous CORPORATION 320 -18th Street - Rack Island, IL 61201 R• - � The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) Know ALL MEN BY THESE PRESENTS, that we gig D Lining Systems Company as Principal, hereinafter called the Principal, and Bituminous Casualty Corporation as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of 5% of gross bid amount Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, cur heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Municipal Solid Waste Landfill - 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 pen- alty 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 13th day of April 1994 �+ Big D ing Systems Company PRINCIPAL MTKESS By: Lry r' 1TLE President f- BITUMINOUS CASUALTY CORPORATION suaEry csErw WITNESS aprLU6 CML By: ATTOIRNEY41NI-FACT FOR. i ORSC 22163 V. Lw !II Iy ia' r II� �L.I { fi�� i!4 ' { JI■YII y�Y I, ' � I , Ir• I { � '� �' r �' ';T�1'� 1 IF '"' {' �'-II i* �* �' -�l` Y � I * 7 I � � � +i ��A' x 'a *• '�y� Ifif �I..� "�F, �"�# � ♦ �'I.. �� � ' r � �11�'' ITA II„ 'k I s _ 'IBC 1► I��* F WI I� �I ; 10 PPA �IN. y' I ift. - - �* � F i � �, .* ,�}� � • �' ' � *', � ' i f � I'd� �� ' ; it �1�� I I I All r • r iV 1"t •� i ti F �* II i�L YI '�.Y' ,i � I �' •� �I,il wk 'I 'f} IY' �*ti "I pr 17 4' 11""'� ,Ir .� ►�w � FI ��11 I � 4 f - I .,•nvrrFv,...rrr .%O'??+JR"•i}f.?• ::\?•}J .;.,.•., .. ..}: .... ::;3 •'�-.- +.vA;: :. /.'%�: ...•$.. • f.: :l? :F:{r41+... � .. .. r.•i ! f`y }: '/.�'� .. .. .'l.: t ':Y %Y"v.iv?: r:i:;:•:it:?i Lr +-'ii ' :j i . :.,:;:.::::::{<:::}:�G:�:::.:4:•}:4}:•:}:4>::4:; 12/29/93 Z�ODUC>Oz THIS CMnMCATE IS ISSUED AS A MATTER: OF INFORMATION ONLY AND CONFERS STOLTZ AND COMPANY INSURANCE NO RIGHTS UPON THE CERTIFICATE HOLDIEL THIS CERTIFICATE DOES NOT AMEND, & ASSET MANAGEMENT, INC. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 3300 North Ave. A, Suite 8250 Midland, Texas 79705-5417 col�ax>FsaoxDLrlccovExavE ccW 15) 6 8 2- 3 8 7 7 =B CODS COMPANY Lrrr°I A LEXINGTON INSURANCE COMPANY COMPANY LETTER B ST . PAUL INSURANCE COMPANY n%'U m BIG D EQUIPMENT COMPANY; BIG D LINING SYSTEMS COMPANY COMPANY un'n C TEXAS W ANCE FUND BIG D ENVIRONMENTAL SERVICES CO BOX 7808 MIDLAND, TX 79708�` COMPANY D UNITED I &, COMPANY LETTER Jy�( .............................. .. .........::..n:: r.... .........., ....n....... u...... .:::....�..,, ..: }}U- ..... .,..v-:n .v r. ri......H.: ..4.•.... ..�.: .... ... :.F.-:•:::�: is�i.':�.ji<`f:4?:cri'i:+i:-if.'?:i•.-:::::.:-:. .... r.. :.:.... :........ .. :., r... r..........r::::::.v :::.::::::....... .... ..:}:: ....:... '.,.;..,...:::h:•.?4:•i}:•;.}:•i'L?•:}:?•}i:,v} ....- yr , :r .YiiY: '}!ii:ivti?•±YI iY}ix}}:v':': •.-:.•....... n.v:wv»+d+wi�w.,vYr�riR6+rw�:n+fivM•nvl' .v.�`•.w+CSSifG•.•i`� �Offiit4m'SJ fxvL!•-wvm:}rvr::- .v::: af/.:..•::.w:. .iF.w'ri± .•••••• •• n•.. •. •• :. ':: r}:'r :2±'}..-:.•... ••.. •.••� .r....v........ THIS M TO CERTIFY THAT THE POLICIES OF INSURANCE TO THE INSU ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM NDI'ITON ANY CT OR ER ENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, TH THE 0 CLES D HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. SH BEEN , P CLAIMS. CO TYPE OF DMURANCE POLICY EITE LiCY EXPMTWN L1011.1TY Lnim DATE (MMIDDPM DATE (MMIDD/YY) GAL I.IABILrrY GENERAL AGGREGATE S 2 0 0 0 0 C X coMMERQAL GEN. 1 9 0 8 3 12 / 2 8/ 9 3 12 / 2 8/ 9 4 PRODUCT COMPJOPS AGGREGATE s 2 0 0 0 0 C MADE PERSONAL A ADVERTISING INIURY 3 10 0 0 0 C X S& CONTRA OR EACH OCCURRENCE $ 10 0 0 0 C FIRE DAMAGE (Any cm firs) 150000 MEDICAL EXPENSE (Any am pm.) S S 0 0 0 B MOBILE LIABILITY CK09100577_ 2 09/20/93 09/20/94 COMBLNED SINGLE LIMIT $10 0 0 00 0 X, BODILY $ ALL OWNED NON -OWNED AUTOS -x }: BODILY I WRY s X GARAGE LIABILITY PROPERTY DAMAGE EXCESS LIABLITY;:'i#t;:t's X UMBRELLA FORM OTHER THAN UMBRELLA FORM CU2 9 6 6 8 12 / 2 8/ 9 3 12 4 .d.:;:'i;:;: <`< >; ..:.::..::. EACH l O O O O O 100000 AGGREGATE O O WO RKERw COMPENSATION TSF 10 4 7 0 9- 01 091 0 9 3t04 RY >?i_ ,?#: 3 0 0 6t ACCTDET'n AND 3 0 (DISEASE -POLICY UMM I:141PLOYER'S LIABILITY s S O O O (Dw A E-EACH EMPLDYEEI OTIMR NN DESCRIPTION OF OPERATIONS/LOCATION CTI ECIAL ......... 4:4:±iY::?i•:4:lisv::w•riL}:9.ii•Y:i4:.Nin•YJiii}:ii:w•:•±%i}}::?•X'A�::ti4:wx nvr..K,x.x•.w... n.,. vTv:.ti.:.•}:J:•}i:?�iNn<:;:.,W:r+:rvCiiv.+..i4i.J..•.•.w.vv:v}.V>+4GiinWnn':W�iGJ+t'hrWrivw' W.++fi4T>({ih'•ii::W'�AtiK;?vi:•:?wMT"yr�V"nWiti-0{?:n'•T'Friv:4r"v}:?.,i?+v}i:.v}i: i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE - }# EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAII.10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOL.DEA NAMED TO THE 0sc°? LEFT, BUT FAILURE TO MAIL. SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR uA4BI m OF ANY xiND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. r 0 .-......n;�rcrr,Yr;;.+,n..x•}�?tt\;��!at!:nw:±.>:Ro,:ga,.�?>:;cc%�:,K}tta,�?See,�:... •.... .\.\.}`�.`.m.,:?\...........:: .+?'.?�:2::Y;$;•}..?R;... r .!Y.:???e.'i2omP.4�`�:av,3�R•�;}'-':... .. r.?... v; .: J. .\.., v::?'.}\:C\;n;n}v •:fi..w.:.. }..., v.\,:na�'•}p, :. :..-. ..,.. \. .. ...:... h •.,, w.::r: w:....... :... ...+..,w.\ .:.-... ..:. v. Uk, v.. .. „ . r h. ... \'•±: v:.v4::.�:: ..-:R... n:v,•v; v:.4.,\r -\N�' :r� ..t.•�'}4:• <>:+ \' .:+•. . T' `.+':•iih` ,�\ }.}���± ': ;1�: ::.}'• ::F}:J±•i:'<f%'<:YvG ::�>.(' Y. .5.. ... :•:.::. ::4.,w,:::: r. .. ,:}Y� :: ::=%Yr`�:•.tr .:•.v�.•:+: .}?Yit;�>.n:..:i'�'i:�i .dii :P.h :%v}i.44., n��•:J,. .�:iv...h vt4}.?T'•$..l4kx.,vV ......:.... ..:....... ..?x?.:::.oi::;Y::�a.:;}`+i,.;?cc;:;::?::.::.n4:?s„•::-�::.?2-;.�`::�+�,::.:.: d4.., :.?...,}}}::f-.,,...'.°'�c.......-...t?x............ .: .. if :. .�.#$G.:.''. ./.....±,•:e`,. ± .. iLvcR;-i:•.,�' :}.3:4.c ......._ ..�.... }............... r. u 71' � O O ` LINING SYSTEMS D COMPANY R O- Box 7808 - Midland. Texas 797 88 4501 E. Highway 80 - Midland. TX 79701 9151682-1864 8001562-4440 9151687.2151 Fax LIMITED INSTALLATION W T WARRANTY NUMBER:_ EFFECTI TE: BIG D LINING SYSTEMS Y rants th i s specified rM below and install INING SY COMPANY to be free from de ct in or nship is "Workmanship Warranty" sha e ' t f o to the installation of the liner s o d and ed by the owner for a period normal u in approved applications. ., This Wo a ar a ty does not include damages or d cts a li e r s lting from faulty design by other p t'es, is of G c ualty or catastrophe including but n ite o earth akes, floods, hail, tornados, f piercing , m j ure. The term "Normal Use" as used herein does t in 1 e mong other things, the exposure of the liner emicals; abuse of the liner by machinery, i nt r people, (Including machinery used to install o r soils); excessive pressures or stresses from any S o ce; subsurface or overburdened soil conditions; and otal or differential soil settlements and the effect these ay have on the liner system. the above Workmanship Warranty occur, BIG D LINING Should alleged defects in installation within thett* COMPANY will have the right to inspect and deter cause of any alleged defect in the 1' r and 17 appropriate steps to repair or replace e i er if exists and is within the term of 1 i Inst Warranty. Any claim for any alleged b ea h 's wa r st be made in writing, by certifie a'1, the Pre 1 of BIG D LINING SYSTEMS COMP it th (30) da s after the alleged defect is firs d. ho the required notice not be given, defe 11 w rr n ies shall be deemed to have been d by a Purc a er and Purchaser shall have no right cov again BIG D LINING SYSTEMS r., COMP th ev r irs or replacements are to be effe , aid ai d placement shall not become due anti the area s b' c eplacements is available to BIG D LINI S ANY in a clean, dry, unencumbered r• condi s ' cludes, but is not limited to, the area made availab e f repair or replacement of the liner be free fr a ater, dirt, sludge, residuals, and solids and liquids f kind. The total liability of BIG D LINING SYSTEMS COMPANY under this warranty shall in no event exceed the installation cost made to the Purchaser for this installation. Further, under .. G^ no circumstances shall BIG D LINING SYSTEMS COMPANY be liable for any special, direct, indirect, consequential or exemplary damages arising from loss of production or any yam, other losses, including losses due to personal injuries and product's liability owing to the failure of the material or installation and no allowance will be made for repairs, replacements ,or alterations made by the P chaser without the express written consent of BIG D LINI STEMS COMPANY. BIG D LINING SYSTEMS COMPANY neither s nor authorizes any person other than an Officer of G D NING SYSTEMS �- COMPANY to assume for, it any other or a al liability .in connection with this line ade the a s of the Limited Installation Warranty. T e ited In lat' Warranty herein is given in a 'o other po a arranties, either expressed or ied r m the manu er(s) of the material(s) ins le , a y eptt e installation, Purchaser waive a 1 e such o warranties, except those sueoif ica 1,& iv BI LIN YS CO Y MAKES NO WARRANTY OF ANY RIND O G OVE AND HEREBY DISCLAIMS ALL W ES, TH EXP SSED AND IMPLIED OF MERCHANTABILITY AN I S A PARTICULAR PURPOSE. P s knowledges by acceptance that the Limited ar y given herein is accepted in preference to any and a 1 her possible warranties. 'r he parties expressly agree that the sale hereunder commercial or industrial use only. *********************READ BEFORE SIGNING*************** I hereby state I have read and understand he above nd foregoing Limited Warranty and agre to s by sig i g hereunder. I further agree that t a n does not o into effect until signed copy eiv by 'g Do ir '�- Systems Co. and payment for h i tion full. PROJECT NAME: _ PROJECT LOCATION: BIG D LIV%N2-6YZTEM COMPANY PURCHASER/USER BY: DATE:. BY: DATE: LYFLEX INC. Limited Warranty Warranty Number. Effective Date: POLY•F X.INC:warrantseachPOLY•FLEYL WMtobefreefromdefectsinmaterialsandtobeabletowithstandnormalweather- ing from date of instaDation orsale, whichever occurs first. fora period of _years ofnormal usein approved applications. This Limited Warrantydoesnotincludedamages or defectsin POLY-Fi=fNERresultingfrom Acts of Gad. orcasualtyorcatasuophe including, but not limited to: earthquakes, floods, piercinghail, tornados, or force majeure. Thate Pnormal use"as usedherein doesnotinclude,amongotherthings.the exposureofPOLY•FLEX MMtoharmluichemicals;Zuse OLY•FLEXL140by machinery, equipment or people; excessive pressures from anysource: stress from aauTV rce. Should defects or premature loss of use within the scope of the above Liurited�tq ",cur, POLY!G will. at its option. repairorreplacethePOLY•FLEXLINERonapro-ratabasisatthe thencume smm einmanneras�o'chargethePurchaser/User onlyforthat portion ofthewarrantedllfewhich has elapsedsi urchasea inaten •FZEX.1NGwillhavetherightto inspectanddetermine the cause ofanyallegeddefectin ibeP IRand totakeappropriate steps torepair orreplacethe POLY•FL LWERifadefectexistsandlswithinthe r dWarEm- ty. Anyclaimforanyallegedbreachofthiswa�ttymust Aag,bycertified mail, tothe President ofPOLY•FLEX,INC. within thii•ty(3o) days after the alleged de �' notnxxl, d'�ierequired notice not begiven. the defect and all wanonties shaUbedeemed tohave been wabwdbyth ` andl�rr asershallhave noright ofrecoveryagainstPOLY•FTEYINGIn Aonwwom A.- the event repairs orreplacemerits+are to be et.,id repairs and/or replacements shall not become due until the area subject toreplacement ofP0LYeFZaZNW&js to POLY•FT2XLNCJnaclean,dry, unencumberedcondition.Thisincludes, butis notlimited to, the areamade av rrep iorreplacementof POLY•FLEINER YLto be free from all water, dirt, sludge, residuals•andLiquidsofary • POLY•FZEY, INC.'s liabilityund erthis wazrantyshall in noevent exceed the replacement cost o f tltematerial sold to thePur chaser fortheparticularinstaAationinwhichitfailed.Further,undernocircumstancesshallPOLY•FLE I C.beliableforanpspecial, direct, indirectorconsequential damages arising from loss of production oranyotherlosses, inck;44001 sses due to personal injuries and productliabilityowingto thefailureofthematezialori=allation. NcallZevqncewillle�adefgrrepairs,replacements or alterations made bvthe Purchaserwithoutthe express written consent LfiJl"--FL6=C.POLI-*—EZs':"IVC.neitherassumesnor authorizesanypersonotherthanan0fficerofPOLY•FLIX,INC.toassu"orstyot additions'liabilityinconnectionwith the POLY•FLEXLWMmadethe basis oftheLimitedWarrant, , Limift ntyh veninlieuofailotherpossible warranties,eitherespressedorimplied,andbyaccepti deli em al, Purchaserwaivesallothersuchpossible ivarran- ties. except those specificallvgiven. POLY•FLEX, INC. MAKES WARRANTIES, BOTH E KM ,QTHER THAN THAT GIVEN ABOVE AND HEREBY DISCLAIMS ALL OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Purch aser acknowledges by acce-arnce drat the Limited Warrantygiven h erein is accepted in preference to anvand all other possible warranties. Theparties expresslyagreethatthesale here underisfcrcomm ercialarindust use only. READ BEFORE HEWRE SIGNING ""•''�` I herebystate Ihave read and understand the above and ore oin f g gLimit nit' gee to I; . signinghereunder. Pumhaseduser ." Location of Installation Description of Intende&Use PumhasedUser r Poly*fim Inc. G k Swom before me this day of 19_; n icinaw�ortn•arau•rr� .. FLEXINCe 2000 W. Marshall Drive Grand Prairie, Texas 75051 USA 800-527-337-2 214-647-4374 FAX 214-988-8331 r Feburary 19, 1993 r .-. Mr. Dan Smith Big D Lining Systems Company ° P. O. Box 7808 4501 E. Hwy 80 Midland, Texas 79708-7808 Dear Mr. Smith: Big D Lining Systems Company has been a Poly -Flex Approved Contractor since 1988 and is authorized to sell and install 7 Poly -Flex Geomembrane. Si cerely, r r owed uovinen Geomembrane Coordinator r LH/ df 1, rw r t i r 'DIG D LINING SYSTEMS COMPANY PARTIAL LIST of PROJECTS COMPLETED Sq. Ft. Sq.ft. Liner Date Geotextile Company Person Telephone Installed Location State Completed Installed Type Job E1 Paso Natural Gas Co. John McNeely 915-511-2601 120,000 Wilcox A8 5/88 220,000 Plant Effluent Pond 91 Paso Natural Gas Co. John McNeely 915-541-2604 450,000 Leupp AL 7/88 150,000 Plant Effluent Pond El Paso Natural Gas Co. John McNeely 915-541-2604 150,000 Williams AL 8/88 150,000 Plant Effluent Pond Fina Oil 6 Chemical Co. Do 9iscaino 915-263-7661 120,000 Big Spring TI 1/89 Stormwater Collection Pond Fina Oil 6 Chemical Co. So Yiscaino 915-263-7661 630,000 Big Spring T1 4/89 250,000 Class I/II Land Treatment Unit Texaco USA Joe Jacobs 918-560-6012 234,000 Eunice NM 7/89 117,000 brine Storage B1 Paso Natural Gas Co. John McNeely 915-541-2604 116,000 Tucson At 9189 208,000 Plant Effluent pond Lyda, Inc. Herman Ritchie 512-684-1770 67,500 San Antonio T1 5/90 Groundwater control -building Univ. Texas Permian Basin Rose i Sons, Inc. 915-673-5191 121,000 Midland T1 5/90 10,000 Potable water storage B1 Paso Natural Gas Co. Lynn Knight 915-511-5339 62,500 Benson AL 7/90 Pipeline Effluent Enreco Dave Musser 806-379-6421 55,000 Sweetwater 01 8/90 Oilfield Waste Disposal Barrett Refinery Co. Paul Nicholson 105-661-2125 101,000 Thomas 01 11/90 Plant Effluent pond Rhode Construction Carmen Rhode 806-792-0185 53,000 Los Ybanes 71 11/90 Reverse Osmosis Evap. Pond City Of Weslaco Awando Guiterrez 512-968-3181 83,050 Weslaco T1 1191 Municipal Landfill Texaco USA Joe Jacobs 918-560-6012 141,000 Eunice NM 3/91 72,000 Plant Effluent Pond Trout Disposal Inc. C. R. Trout 105-173-2771 600,000 Hammond OK 6/91 Oilfield Waste Disposal Associated Milk Producers, Inc. Cliff Lutz 817-548-5325 153,310 Winnsboro T1 7/91 Plant Effluent pond Sl Paso Natural Gas Co. Dennis Martinez 915-541-5177 113,600 Williams A8 7191 Pipeline Effluent Pond El Paso Natural Gas Co. Dennis Martinez 915-541-5177 70,600 Hackberry AS 7/91 Pipeline Effluent Pond Phillips 66 Company D.C. Taylor 006-273-2831 375,000 Borger T1 7/91 700,000 Class I/II Non Has. Landfill Phillips 66 Company Larry Oden 806-273-2831 130,000 Borger T1 7/91 Class I Landfill cap Barrett Refinery Co. Paul Nicholson 105-661-2125 64,800 Thomas 01 8/91 Plant Effluent pond Browning Ferris Industries Ronnie Daniel 817-687-2318 157,500 Itasca T1 9/91 Bioremediation Cell City of Monahans, T1 Mike Williams 806-271-7187 680,000 Monahans T1 10/91 Sewage Effluent Pond Columbian Chemicals Company Fred Webb 318-329-8200 180,000 Ulysses KS 4/92 Plant Effluent Ponds C Construction Co., Inc. Brian Russian 903-597-1500 141,000 Roswell NM 4192 Plant Effluent Ponds-AMPI Geraghty and Miller, Inc. Steve Tischer 915-699-1381 108,000 Sundown Tl 5/92 15,000 Oilfield Waste Cell Mobil Pipe Line Company leith Kennedy 114-658-4476 380,000 Midland T1 5/92 190,000 brine Storage Ponds CUL Consortium Randy Park 210-633-3431 69,600 San Antonio T1 5192 105,000 Scrubber Sludge Pond -south City of Muskogee, OK Bill Rackley 918-684-6237 57,000 Muskogee OK 6/92 57,000 Potable water storage Trout Disposal J. C. Trout 310,000 Hammond OK 6/92 Oilfield Waste Cell CUE Consorting Randy Park 210-633-3131 69,600 San Antonio T1 7/92 85,000 Scrubber Sludge Pond -north City of Cross Plains David Darnell 915-653-1920 180,000 Cross Plains T1 7/92 Sewage Effluent Pond 10/5/93 Coa awn Arens Corporation CUZ Consortium Eneco-Tech City of Plainview, TI City of Plainview, TI Inland Service Corp. Mobil Pipe Line Co. City of Edinburg E1 Paso Natural Gas Co. Phillips 66 Company Phillips 66 Company GPM Gas Corporation Trout Disposal City of Midland Robroy Industries Ray Faris, Inc. (Dyess APB) Dyess AFB Trout Disposal Yoakum County Golf Course City of Edinburg Yoakum County Landfill Person Telephone John Arias 817-916-1184 Randy Park 110-633-3131 Kim Maloney 511-338-1118 Mike Williams 806-174-7187 Mike Williams 806-114-7187 Charles Alcorn 817-537-7161 Terry Lough 915-686-1106 Elias Zuniga 511-383-5661 Joe Narvaes 915-541-2164 D. C. Taylor 806-175-1138 D.C. Taylor 106-175-1138 Robert Smith 806-275-3185 Don Mahan Gene Smith 505-187-1259 Ron Bischoff 713-481-3461 Gerald Gold 110-491-4017 Steve Muckelroy 512-328-7301 John Avara 806-591-3601 Elias Zuniga 511-383-5661 Gary L. Walker 806-156-1155 TOTAL SQ. FT. INSTALLED Big D Lining Systems Co. Sq. Ft, Sq.ft. Liner Date Geoteatile Installed Location State Completed Installed Type Job 51,300 Ft. Worth TI 8/99 Superfund Site Cap 1,200,000 San Antonio TI 8/91 1,200,000 Scrubber Sludge Landfill 238,110 Laredo TI 8/91 Bioremediation Pad 200,772 Plainview TI 9/91 Municipal Landfill 141,437 Plainview TI 9/91 Municipal Landfill 161,192 Kileen TI 9/91 35,810 Municipal Landfill-Ft.Hood, TI 70,000 Midland TI 9/91 Pipe Line Effluent Evap. Pond 60,000 Edinburg T1 9/91 Municipal Landfill 186,304 Denver City TI 10/91 93,151 Plant Effluent Pond 116,500 Borger TI 11/91 Caustic Pond Closure Cap 50,000 Borger TI 11/91 Litharge Pond Closure Cap 297,000 Dumas TI 11/91 118,500 Plant Effluent Pond 171,000 Thomas Of 1/93 Oilfield Waste Disposal 1,043,000 Midland TI 4/93 168,000 Sewage Effluent ponds 97,100 Gilmer TI 5/93 103,000 Landfill Cap 65,000 Abilene TI 5/93 Liner under contaminated soil 219,888 Abilene TI 6/93 219,888 Pond liners 504,000 Hammond Of 6/93 Oilfield waste pond 113,405 7/93 63,000 Edinburg TI 8/93 MSWL 91,100 Denver City TI 9/93 KSWL 11,891,698 1,597,360 Page 1 r POLY -FLEX HDPE SPECIFICATIONS l' Nominal Properties: 60 mil. Property Test Method Test Results* Thickness, mils, minimum ASTM D 1593 54 Density (g/cc), minimum ASTM D 1505 0.94 Melt Index (g/10 min., maximum) ASTM D 1238 0.4 Carbon Black content (%) ASTM D 1603 2-3 Carbon Black Dispersion ASTM D 3015 A-1, A-2, B-1 Tensile Properties ASTM D 638 1. Tensile Strength at Yield Type IV specimen 150 (pounds/inch width) at 2 inches/minute 2. Tensile Strength at Break 250 (pounds/inch width) 3. Elongation at Yield (9fa) 13 4. Elongation at Break (96) 750 5. Modulus of Elasticity 90,000 (1 % secant; pounds/square inch) Tear Strength (lbs.) ASTM D 1004 Die C 47 Puncture Resistance (Ibs.) •*FTMS 101 C 2031,(2065) 260, (90) Hydrostatic Resistance ASTM D 751 495 (lbs./square inch) Low Temperature Brittleness ASTM D 746 <-94° F Dimensional Stability ASTM D 1204 ± 1 (% change max.) 212° F, 15 min. Volatile Loss (%) ASTM D 1203 0.1 Ozone Resistance ASTM D 1149 no 7 days, 100 pphm cracks 1041 F, bent loop Environmental Stress Crack ASTM D 1693 >2000 (hours) Condition B (modified NSF 54) Water Absorption (% change ASTM D 570 0.1 max in original weight) Coefficient of Linear Thermal ASTM D 696 1.2 Expansion (cm/cm • °c) x 10-4 Moisture Vapor Transmission ASTM E 96 0.020 Rate (g/100 in2 • day) 100- F, 100% relative humidity • All values, except when specified as minimum or maximum, represent average lot property values. •' Federal Test Method Standards. r L POLY -FLEX POLYETHYLENE GEOMEMERANES PROPERTY TEST METHOD NOMINAL VALUE* NOMINAL VALUE* NOMINAL VALUE* r Thickness (mils) ASTM D 1593 40 nominal 60 nominal 80 nominal a >_ 40 minimim avenge z60 minimum avenge 2:80 minimum average �.. Density (g/cc) ASTM D 1505 z0.94 2:0.94 2:0.94 Melt index, (g/10 min), max. ASTM D 1238 50.4 50.4 s0.4 Condition E f PMCarbon Black Content (%) ASTM D 1603 2 % -3 % 2 % -3 % 2 % -3 % Carbon Black Dispersion ASTM D 3015 A-1, A-2, B-1 A-1, A-2, B-1 A-1, A-2, B-1 Tensile Properties: ASTM D 639 Type IV specimen ® 2 inches/minute 17 1. Tensile Strength ® Yield 85 126 168 (pounds/inch width) r., 2. Tensile Strength ® Break 60 100 120 (poundshach width) 3. EIongation ® Yield (%) 18 18 18 4. Elongation @ Break (%) 250 250 250 Tear Strength (lbs.) ASTM D 1004 28 45 56 PM Puncture Resistance (lbs.) **FTMS 101 C 2065 56 85 115 Low Temperature Brittleness ASTM D 746 5-94° F 5-94° F 5--94° F r Dimensional Stability ASTM D 1204 tl tl L1 y (% change max.) 212°F, 15 min. Environmental Stress Crack ASTM D 1693 >2000 >2000 >2000 I Resistance (hours) Condition B (modified NSF 54) �.. Seam Properties ASTM D 4437 mod. NSF 54-91 shear strength lbs/in z 70 2:105 2:140 r peel strength lbs/in. z46 FTB 2:70 FTB 2t94 FTB Minimum Average Value is the average test value of all specimens taken from a roll. or the average thickness based on yield per roll. Film Tear Bond (FTB) as defined in the NSF 54-1991. r••� + All values, except when specified as minimum or maximum. represent average lot values. **Federal Test Method Standards Poly —Flex Addendum to Test Procedures applies. A copy of this addendum is attached. r • 02-Aug-934687h ORAINArf COMPOSITE 0CA105 The drainage composite shall consist of a geotextite bonded to one side of a drainage net. The drainage composite shall have a low compressibility in order to maintain high flow capacity over a wide range of confining pressures. The bonding process shall not *introduce adhesives or other foreign products. The strength of the bond between the drainage net and �^ the geotextite shall be greater than the friction developed between the geotextite and a.soil. The drainage composite shall maintain a high flow under long tern loading conditions and shall be resistant to all forms of biological or chemical degradation normally encountered in a soil enviroca mt. The drainage composite shall be made from the drainage net and geotextite products whose property requirements are listed below. PROPERTY TEST METN00 NOTES UMITS. VALUE Dra(nm Net 1 r. Ftow Capacity ASTM 4716 a Gradient of 1 g S00 psf x10-3ft2/sec 18 (gpmh3/ft2width) (8.1) a 10,000 psf x10� it /sec 13 f L (gpm/ft width) (5.84) Mechanical Properties 2.3 ... o Compression: 4 d 1a 20,000 psf % 50 o Peak Tensile Strength -MO ASTM 0638 Modified 5 lbs/ft 575 P' 6 o Thickness O.D. Catipered 6 inches 0.20 4Paterfat . W. Polyethylene Polymer -Specific Gravity ASTM 01505 g/cm3 0.935 f -Carbon slack Stabilization ASTM 04218 % 2.5 Geotextile 8,9 o Grab Tensile Strength ASTM 01682 lbs 130/110 o EOS ' ASTM 0422 US Std.Sv.Sz. TO o Weight ASTM 01910 oz/Sy 4Z45AO i Dimensions - Finished Product o Roll Length ft 98 i o Roll Width (Drainage Net) ft 6.2 o Roll Weight ibs 140 'I o Unit Weight oz/yd2 33 �^ Notes 1. Test values are.for drainage net prior to bonding process. 2. All test values are nominal, unless otherwise indicated. 3. MD - Machine (roll) Direction. r CMra - Cross machine or roll direction. 4. Compression Tests are performed on a 2-inch square sample loaded at a 1mm/minute constant rate of strain. ` 5. Minimum value. 6. Thickness is measured by placing the specimen flat on a comparator base and lowering around 1/2 inch diameter P' flat end contact surface squarely over a junction. F 7. Outside dimensions in each principal direction are measured by calipers. 8. Geotextile shall be Trevira 1114. 1115 or 1120. 9. Geotextile splices within each roll of finished goods shall be considered acceptable product. The splicing methods shall include, but are not limited to, stitching or heat bonding. The finished splice shall maintain the continuity of the filtration function of the geotextite- These methods will be considered viable and acceptable unless otherwise specified. The Tensar Corporation SPECIFICATION SHEET 1210 Citizens Parkway OC4105 Morrow, CA 30260 September 25. 1991 Flo 1-800-845-4453 0 From : 04/04/94 12106 PHONE No. : 00 0206 678 6124 POLYFELT ENC. Apr.13 1994 10:24AM Hue- Q007 A member of 6MV Gruppe POLYFELT TS 00 Cr— Polyfel# Americas This loner is gluon to you as as adviscirrtant of our typical properties and it not a certification of tho property values with respect to any given roll. Polyfelt TS 600 is a UX. stabilized, apunbon&4 continueua (lament, needlapun*W, nsJuv,rovcas, pulyprapylcno Sootextifn. Spacial additives arc 6wrporatad in PoiyfMlt geawxtil= tv provide high ctrcmical rcaistaacc. Sp=l is chemical rosistanaa data is available upon raqucst for chcniluds with pH values which mn8e. &wn 1-12. Tcat romAts tom our laboratory conductc d in accordanco With ASTM D 4354 sampling and testing Erequendes have found the follovAng reproomstative average roll properties: AVERAGE VALUE PROPERTY TEST PROCEDURE TYPICAL M1;NRAW(l) Weight ASTM D 5261 6.3 6.0 0rlyd2 Thickness ASTM D 5199 80 70* mil Grab StrQngth ASTM D 4632 ISO 160 lbs Grab Elongation ASTMD 402 >50 54 6/0 Tear Buvn$th ASTM D 4533 80 76 lbs Mullen Burst ASTMD 3786 335 290 psi Puncture Resistance ASTM D 4633 65 75 lbs A.O.S. ASTM D 4751 . t 50-.212 .250* mm (100-70) (0) US Sieve Permittivity ASIMD 4491 2.3 1.8* 5oc-1 Wazer Permeability ASTMD4491 0.5 0.3* cudsco Water Flow Rate ASTMD 4491 170 135* gpm/il2 LIV Resistance . ASTM D 4355 >85 70(2) % (S00 hrs) (1) Values in weaker principle direction. U nJass noted otherwise,thcse values represent minimum average roll values (Lt., test results from any sample roll in a let, tested In accordance with ASTM 1) 4759-88 shall mt=t or wccced the minimum values llstcd). (2) UV reslstanO to WI& is based on results from independent ccnibrn=i;u trzting ' conducted at South Florida Test Service. * Determined at time of manufacturing; storage and handling c onditiom which diflbr from those found in ASTM)D 4973-88 may influence these properties. Paly"It Amei ioa6 1W Mier 8enaro Dhv6 Ew anon, Alabama 36401 let: YrlS 678-� M Fax: ML I67"163 From . PHONE No. : 00 Apr.13 1994 10:25AM P03 r 04/04/9Q 12:08 r A member of (OEV Gruppe 0208 578 6124 POLYFELT ENC. POLYFBLT rr`S $00 GBOTEX7UM ra , Polyfelt Americas This letter is given to you as an advisement of our typical properties and is not a certification ofthe property values with respect to any given roll. Polyfblt TS 900 is a U.V. stabiiiacd, opunbonded, continuous fllg ment, ne*odlopunched, nomoven, polypropylene geotextile. Specie! additives are incorporatod in Polyfclt gootextiles to provide hlgh chemical resistance. Specific ehrmiical MAstunm data h available upon request for chemicals with pH values which range from 2-13. Test results fivm our laboratory conducted in accordance with ASTM D 4354 aampling and tesft ffequencies have found the following representative lavmoc roll proportics: PROPERTY War Thickn= Grab Strength G'rrvib Elongation Tsar Strength Mullen Burst Punctuc Resistance A.O.S. Permittivity Water lPomieabIIity WntorFlow RAW UV Resigancc (500 hrs) TESTPROCEDURE TYPICAL MEgW t7M(1) ASTM D 5261 12.6 12 oz1yd2 ASTM D 5199 130 115* mil ASTM D 4632 350/320 300 lbs ASTM D 4632 95180 50 % ASTM D 4533 150/13Q 110 lbs ASTM D 3786 550 500 Asi ASTM D 4833 150 135 lbs ASTM D 4751 .106-150 -.180* mm (140-100) (80) US Slew ASIM D 4491 1.3 1.09 sec-1 ASTMS] 4491 0.4 0.3* cm/lmg ASTM D4491, 95 75e SpWft2 ASTM D 4355 :-30 80(2) % (1) values in weaker principle direo#ion. Unless noted otherwise, these values represent xriuwiu3 n average roll values (s.c., Lest results Born any sample roil in a iot, tested In accord== with ASTM D 4759-88 shall meet or exceed the mul =I um values listen). (2) LTV resistance testing is based on mults floor independent cordbrmance testing conducted at South Florida Test Service. 7 * Dctermined at time of mlimuf$cturing; 8tor0.gc and handling conditions which differ liom those found in ASTM D 4873-88 may influence them propertim r ftykit-Amedicaz 2W Millar Sallern Drivc Mtj%rr.rAj.A 4aAni From : PHONE No. : 00 Apr.13 1994 10:26AM PO4 Page 2 For any given production run, individual tainimum average roll properties may exceed those listed above. Should tho above values not meet specific project requirements, please contact our technical representative for further review of specific product value requirements. Because our tent frequencies are based on lot tasting in accordance with ASTM D 4353 - 89, "Standard Practice for Sampling of Geosyntheticts for Testing" all specifications must be reviewed to affirm that Polyfelt's teat frequencies meet specification requirements. As such, all project specifications must be reviewed by our Technical Department prior to issuance of a quote, an additional testing may result in an increase in our cost. if additional testing requirements must be fulfilled after issuance of a quote, and are determined to be in the result of incomplete specification submittal, the purchaser will, be invoiced for any additional cost incurred by Polyfelt. sincerely, Jk �- 16- ( , A. Wayne lications Engineer/QA Manager HHW/rrtw C D O C D � r P. o. Box 7�LINING aSYSTEMS D xas 7970865COMPANYMidland, rx 79701 9151682.1664 8001562.44a0 G, 9151687.2151 Fax Rate Sheet Effective 9/l/93 Supervisor-------------------------------- $ 30.00/hr. Master Seamer---------------------------- $ 25.00/hr. Seamer----------------------------------- $ 18.00/hr. Technicians------------------------------- $ 15.00/hr Laborers---------------------------------- $ 12.00/hr. Overtime charged over 8 hrs/day and all day on weekends and holidays)--- 1.5x(Hr.rate) Lodging/man (Or actual cost if greater) -- $ 35.00/day Per diem, per man------------------------- $ 25.00/day Commercial travel expenses-------------- Cost plus 15% Big D vehicle ---------------------------- $ 0.50/mile Rental vehicle-------------------------- Cost plus 155% Gooseneck trailer ------------------------ $ 0.25/mile Tractor -trailer, per mile----------------- $ 1.75/mile Hot Shoe Welder--------------------------- $ 20.00/hr. Extrusion Welder (Incl. acc. equipment) $ 25.00/hr. Generator (Incl. fuel and extension cords) $ 15.00/hr. Sewing Machine---------------------------- $ 10.00/hr. Hammer Drill------------------------------ $ 10.00/hr. Vacuum Test Equipment--------------------- $ 7.50/hr. Air Test Equipment------------------------ $ 7.50/hr. Ultrasonic Leak Test Equipment ------------- $ 15.00/hr. Tensiometer ------------------------------ $ 75.00/day Stainless steel battening:(Materials only) $ 15.00/ft. Poly-Lok Concrete Embedment ---------------- $ 7.50/ft. Welder, HDPE pipe, 1" thru 4"------------- $ 10.00/hr. Welder, HDPE pipe, 6" thru 12"------------ $350.00/day Ditch Witch -type ditcher ----------------- $ 50.00/hr* Compactor (Jumping jack)------------------ $ 10.00/hr.* Air Compressor---------------------------- $ 25.00/hr.* Jack hammer------------------------------- $ 10.00/hr.* Backhoe, with operator-------------------- $ 50.00/hr.* Fork lift/front end loader, with operator- $ 60.00/hr.* Light Tower------------------------------- $ 75.00/day.* Other Equipment--------------------------- POR* HAZ MAT Personal Safety Equipment -------- POR *Equipment rented from outside sources charged at cost plus 15%, or the hourly rate as stated above, whichever is greater. Customer may provide this equipment if desired. NOTE: Minimum of 4 hours per day on all hourly equipment. C