Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2018-R0012 - R.E. Monks Construction - 01/11/2018 (3)
Resolution No. 2018-R0012 Item No. 7.9 January 11, 2018 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 13633 for Development of the Final Phase of Cell 6 at Caliche Canyon and Development of Cell 5 at the West Texas Region Disposal Facility as per ITB 18-13633-TF, by and between the City of Lubbock and R.E. Monks Construction Company, LLC, of Black Forest, Colorado, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on January 11, 2018 DANIEL M. POPE, MAYOR ATTEST: Rebe ca Garza, City Secretar APPROVED AS TO CONTENT: C— Mark Yearwood, AssiAant City Manager APPROVED AS TO FORM: K lli Leisure, Assistant City Attorney ccdocs/RES.Cell 6 Caliche Canyon & Cell 5 West Texas Region Disposal Facility 12.18.2017 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-297146 R.E. Monks Construction Company, LLC Colorado Springs, CO United States Date Filed: 12/28/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 12/28/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13633 Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility 4 Name of Interested Parry City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Bergst, Cheri Colorado Springs, CO United X Greer, Jason Colorado Springs, CO United X Wehner, George Colorado Springs, CO United X Monks, Daniel Colorado Springs, CO United X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos, 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2017-297146 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. R.E. Monks Construction Company, LLC Colorado Springs, CO United States Date Filed: 12/28/2017 2 Name of govemmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13633 Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Bergst, Cheri Colorado Springs, CO United X Greer, Jason Colorado Springs, CO United X Wehner, George Colorado Springs, CO United X Monks, Daniel Colorado Springs, CO United X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is George Wehner and my date of birth is My address is 8355 Vollmer Road Black Forest CO , 80908 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in El Paso County, State of CO —on the 28 day of December, 20.1.8 . (month) (year) Sig nat a horized agent of contracting business entity (Declarant) t-orms proviaea oy i exas t inics t.ommission www.etnics.state.tx.us Version V1.0.3337 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: January 11, 2018 Development of Final Phase of Cell VI at Caliche Canyon Development of Cell 5 at West Texas Region Disposal Facility ITB 18-13633-TF CONTRACT #: 13633 PROJECT NUMBER: 92393.8302.30000 92390.8302.30000 5815.9282 Plans & Specifications may be obtained from Bidsync.com THE REPRODUCTION COMPANY www.thereproductioncompany.com Phone: (806) 763-7770 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE Pate Intentionally Left Blank £yp 4 � s q 1 I Page Intentionally Left Blank [I I I I I ADDENDUM I Opening Date Extension, Revised Bid Form, & Engineer's Addendum 1 ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility DATE ISSUED: December 8, 2017 NEW OPENING DATE: December 14, 2017, at 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Opening Date Extension The opening date has been changed from December 12, 2017, to December 14, 2017, at 2PM CST. Revised Bid Form The bid form has been revised and must be submitted with the response. The revised Bid Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Bid Form. Engineer's Addendum 1 Please see the attached Engineer's Addendum No. 1, which includes: 1. Revised Contractor Checklist 2. Clarifications for questions submitted at the pre -bid meeting and electronically. 3. Updated plan drawings - attached 4. Revised specifications — attached a. 02245 Geomembrane Liner b. 02240 Geosynthetic Clay Liner c. 02245 Geomembrane Liner d. 02250 Leachate Collection Systems e. 02665 Piping, Valves, and Miscellaneous Items f. 02824 Litter Fence 5. CAD Files have been attached to the documents section on www.BidSync.com in compressed .zip files. Please note: a. They are labeled "WTRDF Addendum Lzip" & "Caliche Canyon Addendum Lzip" b. Please read text files labeled "READ ME FIRST" for descriptions of files. 13 All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 7m#& 576J" CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility advise the Director of Purchasing- and Contract Management if anv lang-uag-e. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: ITB 18-13633-TF, Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID 1— DEVELOPMENT OF FINAL PHASE OF CELL VI AT CALICHE CANYON ITEM NO. DESCRIPTION UNIT OF MEASURE ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Mobilization/Demobilization LS 1 2 Excavation CY 18,150 3 Embankment Fill CY 9,600 4 Subgrade Preparation (Floor) SF 53,450 5 Subgrade Preparation (Slopes) SF 129,500 6 Smooth Geomembrane Liner SF 53 450 (Floor) ' Textured Geomembrane Liner 7 (Slopes) SF 129 500 ' ITEM NO. DESCRIPTION UNIT OF MEASURE ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 8 Protective Soil Cover (Floor) SF 53,450 9 Protective Soil Cover (Slopes) SF 129,500 10 Site Signage LS 1 11 Erosion Control LS 1 Total Amount Bid (Items 1-11) $ (In case of discrepancy between Unit Price and extended total for a bid item, unit price will be taken.) BASE BID 2 — DEVELOPMENT OF CELL 5 AT WEST TEXAS REGION DISPOSAL FACILITY ITEM DESCRIl'TION UNIT OF ESTIMATED UNIT PRICE EXTENDED AMOUNT NO. MEASURE QUANTITY 12 Contractor LS 1 Mobilization/Demobilization 13 Excavation CY 590,000 14 Embankment fill CY 2,200 15 Geosynthetic Clay Liner (Non- SF 755 300 Reinforced) ' 16 Geosynthetic Clay Liner SF 115 550 (Reinforced) ' 17 Smooth Geomembrane Liner SF 755,300 18 Textured Geomembrane Liner SF 115,550 19 Geocomposite Drainage Layer SF 870,850 20 Gravel Drainage Material CY 630 ITEM NO. DESCRIPTION UNIT OF MEASURE ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 21 Geotextile Fabric SF 21,500 22 6-inch PE Piping LF 1,770 23 12-inch PE Piping LF 260 24 Protective Soil Cover (Floor) SF 755,300 25 Protective Soil Cover (Slopes) SF 115,300 26 Site Signage LS 1 27 Wheeled Sump Pump, Control Panel and Wiring LS I 28 Sump Access Structure LS I 29 Caliche Access Pad Sy 3,800 30 Seeding LS I 31 Litter Control Barrier Fence LF 900 LEACHATE EVAPORATION POND 32 Excavation Cy 25,500 33 Embankment Fill Cy 850 34 Geosynthetic Clay Liner (reinforced) SF 25250 , 35 Double -Textured Geomembrane Liner SF 25250 , 36 Reinforced Concrete Pavement Sy 260 37 Remove Existing Leachate Force Main Piping LF 500 38 Leachate Dual Containment Force Main LF 2200 , 39 Sand Tube LS 1 ITEM UNIT OF ESTIMATED DESCRIPTION UNIT PRICE EXTENDED AMOUNT NO. MEASURE QUANTITY 40 GSE Studliner LS 1 Total Amount Bid (Items 12-40) $ TOTAL BASE BID 1 and BASE BID 2 (ITEMS $ 1-40): Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $250 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. FJ The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. j Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total - l amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him Bidder's Initials Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates; and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: Fax: Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. v� M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other S eci FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $50,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. City of Lubbock, TX ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 10. Complete and submit the LIST OF SUB -CONTRACTORS. 11. Completed CONTRACTOR'S STATEMENT OF QUALIFICATIONS DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 12. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REOUIRED BEFORE CONTRACT IS FINALIZED: 13. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) City of Lubbock, TX ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility Questions & Answers Question 1: Plan sheet C-402, Detail Al: There are two 2'x2' Concrete Vaults. Could more details be provided for these vaults? Will they require Hinged Aluminum Access Doors, Pipe Supports, Ladders, Linkseals, Leak Detection for Double Containment piping? Answer 1: A Specification for the 2'x2' vaults has been included in Section 02665 — Piping, Valves, and Miscellaneous Items, Section 2.5 — Concrete Vault. No Pipe Supports, Ladders, Linkseals, Leak Detection for Double Containment piping are required. Specification calls for either a reinforced concrete or steel lid. Question 2: Plan sheet C-402, Detail Al: The pipe with Pump Assembly connecting the Existing Tanks to the 2'x2' Vaults is not called out. Is it existing? Please Call out size and Material and specify required equipment. Answer 2: The pump and pipe from the pump to the tank is existing. Sheet C-402 has been updated and is included in this addenda. A Specification for the 2'x2' vaults has been included in section 02665 — Piping, Valves, and Miscellaneous Items. Question 3: Plan sheet C-402, Detail 134: Shows a Tee in the 4"x8" Dual Containment Pipe and a 2" Check Valve and an assumed connection to existing piping. Will a particular enclosure required for the Check valve? Could this Connection be detailed with material call outs (What is existing)? Answer 3: Detail B4 on sheet C-402 has been updated to show existing 2" flex hose and existing 2"x6" HDPE Dual Contained HDPE Pipe. A check valve will be installed at the sump access structure to the existing 2" flex hose and 2"x6" HDPE Dual Contained HDPE Pipe. Detail C4 has been added to sheet C-402 that includes material call outs. No enclosure is required for the check valve. Question 4: Plan sheet C-402, Detail 135: Is the 2" Check Valve shown in this detail the same 2" check valve that is shown in details C5 and A3/C-503? If not please provide a detail. Answer 4: Yes that is the same 2" check valve. Question 5: Details C5 and A3/C-503: Both details show the 2" assembly connecting to the 4"x8" Dual Containment Pipe. Could this be detailed? Answer 5: Detail C5 on sheet C-402 has been added to sheet C-402 that shows the assembly connecting the 2" flex hose connecting with the 4"x8" Dual Contained pipe. Question 6: Sheet C-102 CP 315: Please show the end treatment required at the High end of the 6" Perf Leachate Collection Pipe. Will this be capped, open, add a cleanout riser? Answer 6: Sheet C-102 has been updated to show a 6" plug to be installed at control point 315. Question 7: Plan Sheet C-502: Please provide Specs for the Butterfly Valve w/ position indicator on the 2" Return Line. Answer 7: Specification has been added to Section 02665, Section 2.4.A.5. Question 8: Plan Sheet C-402: Please provide Specs for the 2" Check Valves. Answer 8: Specification has been added to Section 02665, Section 2.4.A.4. Question 9: Do bidder qualifications have to be provided WITH the bid. The checklist on page 4 does not include bidder qualifications but page 24 states bidder qualifications must be submitted at time of bid submittal. In addition to page 24, are pages 27 — 35 required at bid subnittal? I understand providuig this information if the contractor is read low, but otherwise, this is a GREAT deal of paperwork to submit when bidding. I guess I just want to confirm that ONLY items listed on page 4 (contractor checklist) are the items that must be turned in a the time of bid. Answer 9: Because of the scope and size of the project, bidder qualifications should be submitted with the bid. Question 10: I understand that the bid is sales tax exempt but page 12 states that the contractor must apply for sales tax exempt permit. Generally, the Owner provides this permit. Can you please provide more information on how the contractor should obtain this permit? Answer 1.0: The city can issue a Texas sales tax and use tax exemption certificate. Question 11: I see that bids will be considered on January 1 lth. When do you intend to issue the Notice to Proceed? Answer 1.1: After the item is reviewed and approved by the Lubbock City Council, the contractor has 10 business days to execute bonds, signatures, and acquire insurance information. Once the books are returned and approved internally, which can take generally 7 business days, a pre -construction meeting can be completed to establish a start date. Question 12: See page 16 — Item 32.4. I don't think Kansas has this rule. Are you aware of a margin? Answer 12: Information regarding other state bidder preferences can be obtained at: https://comptroller.texas.gov/purchasing/bidder-prefereiice/ Question 13: Does the City of Lubbock have a list of approved electrical contractors? Answer 13: The city does not maintain a vendor list. Question 14: Can you provide a CAD file for the purposes of bidding? MJE is willing to sign a waiver that bids are based on the hard copy of the plans. Answer 14: Yes the CADD file will be provided in this addendum. Fa Question 15: Can you provide more detail regarding the litter fence? Plans call for an exact match to existing fence. Can you provide a supplier name (in order to match exactly), post depth, engineering, ~ wind load, etc? Answer 15: We are requiring a submittal for the litter fence with drawings that are signed and sealed by a professional engineer licensed in the state of Texas showing pole embedment depth, bore diameter, and description of required backfill material. Specifications specify the following wind load data "pole and foundation calculations indicating both meet demand required for 90 MPH wind speed, Exposure C with netting considered 25 percent solid". Netting system available fiom LFS Marine & Outdoor Industrial and Sport Netting Division. Question 16 What is the price of water from the hydrant to be used for the Caliche Canyon Landfill? Answer 16: Cost of water is $6.50 per 1,000 gallons Monthly rental for water meter is $170.64 Deposit for water meter (refundable) is $1,545.00 Question 17 What is the physical location of the water hydrant? Answer 17: The fire hydrant that has been used in the past is located at North University and Kent Street. There are also fire hydrants located on North University at Purdue Street and Marlboro Street. For safety, it would be prudent for the contractor to select a fire hydrant that will allow for their water truck to not be parked on North University Avenue but rather on a side street while filling. Question 18: Is the access road from the staging area an all weather road? Answer 18: Yes the road is an all weather caliche road. Question 19: Excavation is approximately 18,000 CY and fill is approximately 9,600 CY, where is the other cover dirt from? Answer 19: The City is transporting cover soil to the site, and is scheduled to be on site when the project starts. Question 20: Will the stockpile of cover soil be onsite when the project starts? Answer 20: Yes the stockpile of cover soil will be onsite when the project starts. Question 21: At the existing liner tie-in there is some waste and dirt, is the quantity that will be removed in the bid quantity? Answer 21: Yes, that quantity is included in the excavation bid quantity in the bid form. Question 22: Will both projects be a contract time of 270 days? Answer 22: Yes, both sites shall be completed in the contract time of 270 days. Question 23: Does the City have a preference on which cell they want completed first? Answer 23: No Question 24: Can the City separate jobs between 2 contractors or does one contractor get both? Can the City make it all under one project where one contractor gets both Caliche Canyon and WTRDF? Answer 24: The City will bid the job as one project. So one contractor will be selected to construct both the Caliche Canyon and WTRDF projects. Question 25: Is a SWPPP required for the Caliche Canyon project? Answer 25: The contractor is not required to obtain a SWPPP. Question 26: What is the preferred route from the leachate pond? Can the leachate pond excavation be placed on the existing soil stockpile, north of the current lined area? Answer 26: A shorter haul for the removed soil at the leachate pond can be provided. The soil can be added to the west end of the north stockpile. The landfill will work with the contractor on exact soil placement Question 27: Is the soil boring data provided? Answer 27: Yes, It is included as Appendix B — Geotechnical Information in the project manual. Question 28: What testing is required for protective cover? Will it be tested during excavation or during placement of protective cover? Answer 28: Preconstruction and confonnance testing for protective cover soils includes maximum size gradation with minimum conformance testing frequency of one grain -size analysis (ASTM D422) per 5,000 cubic yards of ill -place material. Question 29: Where is seeding to be placed? Answer 29: See updated sheet C-401. There is approximately 47,000 square feet of seeding. Question 30: Will there be seeding placed on the soil stockpile? Answer 30: No. Question 31: Where is water available for WTRDF, and is it free? Answer 31: Water is available for free at WTRDF. The location of the water is on shown on sheet G- 002 and labeled as "Construction Water" E F Question 32: What pump is at the water site, and can you give an estimated flow rate? Answer 32: A 5,000 gallon water track can be filled in 7 minutes. Bear in mind, that if the pond is depleted it takes 12 to 15 hours for it to be back at full capacity. The landfill will also be using the i same downspout and water source for its needs. Question 33: There is only 900' of litter fence shown on the plans but the bid form calls for 1100' of litter fence, where is the additional 200'? Answer 33: Bid quantity has been updated to show 900' for litter fence in accordance with the plans. Question 34: Can you please provide the litter fence manufacturer? Answer 34: Redden Nets from US Marine & Outdoor Industrial and Sport Netting Division. Question 35: Is there a bore under access road and the dirt road? Is that an incidental item? Answer 35: Yes there is a bore under the asphalt access road. It is considered an incidental item to the Leachate Dual Containment Force Main. The Leachate Dual Contaimnent Force Main may be trenched itn across the dirt road with a 12" CMP sleeve. Question 36: Is the sleeve used under the dirt road a regular CMP? Answer 36: Yes Question 37: Should there be a bid item for soil cement at the Leachate evaporation pond? Answer 37: This item is incidental to the reinforced concrete pavement bid item. Question 38: Is the soil cement cost a part of the reinforced concrete pavement? Is the soil cement under the whole pond or only the reinforced concrete pavement? Are there Specifications for the soil cement? Answer 38: Yes the soil cement is considered incidental to the reinforced concrete pavement bid item. The soil cement is only under the reinforced concrete pavement. Specification Section 03300 — Cast - In -Place Concrete section 2.6.13 states "Cement Stabilized Backfill for backfill stabilization to contain minimum 2 sacks of cement per cubic yard. No more water than 10 gallons per sack of cement shall be used." Question 39 Can you provide the CADD file before the bid date? Answer 39: See answer to Question 14. Question 40 When can the notice to proceed be issued? Around February 1? Could it really take until late February or early March for the Notice to Proceed? Answer 40: See answer to Question I L Question 41: Is a SWPPP required for the WTRDF? Answer 41: The contractor is not required to obtain a SWPPP. Question 42: Is a person on site for testing and observations during liner and protective cover installation? Answer 42: A Yd parry QA/QC will be onsite during liner and protective cover installation. Question 43: Please confirm items on page 4 are all the items that have to be provided with the bid, do you need items in pages 27-35 as well? Are the liner installer's information part of the items in pages 25-35? Answer 43: Because of the scope and size of the project, bidder qualifications should be submitted with the bid. Question 44: Will the City consider changing the bid date to a day later due to another project bidding the same day? Answer 44: Bid date has been updated to Thursday December 14`h at 2:00prn. Question 45: Can the contractor put a fuel tank closer to the work area at Caliche Canyon? Answer 45: Yes. City will coordinate with selected contractor Question 46: Who will do the testing? Answer 46: A Yd party QA/QC will perform testing. Question 47: Has there been any excavation since the bid numbers were calculated and published? Answer 47: No excavation writhin the Project area has occurred. Question 48: Can a litter fence panel be removed for easier access to the soil stockpile? Answer 48: Stockpile located inside (North) of litter fence. Stockpile shown on sheet G-003 is the correct location. Question 49: Is the soil stockpile location different than where it is specified in the plans? Answer 49: No, stockpile shown on sheet G-003 is the correct location. Question 50: Was this pre -bid meeting mandatory? Answer 50: No the pre -bid was not mandatory. N. Question 51: Can the manufacturer and installer of the litter fence be provided. zAnswer 51: The manufacturer of the netting is US Marine & Outdoor Industrial and Sport Netting Division and the product installed is Redden #970. The three previous litter fence installers are Ace Golf Netting LP, Net Connection Sport and Golf Netting, and NETServices Question 52: Is a permanent self-contained man-camp/living space allowed on site? Answer 52: No permanent man-camp/living space is allowed on site. Question 53: Is the wind load for the litter fence provided in the specs? Answer 53: Specification section 02824, Part 2 — Products, Section 2.1 calls out 90 MPH winds, Exposure C as per ASCE 7-05. Question 54: Where is the closest power supply for the sump pump? Answer 54: C-402 has been updated to show the UGE from the closest power supply (Cell 1 sump access structure) to the Cell 5 sump access structure. Question 55: Does the City have a preferred electrical contractor? Answer 55: No Question 56: What was the source of the leachate rock during the last construction project? Answer 56: The source of the leachate rock during the last construction at the City of Lubbock Landfill was the R.E. Janes Pit — Vealmoor, Texas. Question 57: Is an office onsite mandatory? Answer 57: An onsite office is not mandatory. Question 58: 1 would like to request that the bid date be pushed to Thursday, December l4th. Answer 58: Bid date has been updated to Thursday December 140' at 2:OOpm. - Question 59: Plans for Cell 5 ( Page C-501), require reinforced GCL for both side slopes and floor. Specifications for Cell 5 call for Cetco Bentomat 200R which is a non -reinforced product. Please clarify which material is required along with an explanation of the note on detail D2 ("Reinforced i GCL for side slopes differs from re-inforced GCL to be placed on floor. See specification section 02240") Answer 59: The specifications have been updated to provide a reinforced GCL product with the non - reinforced GCL product. Detail D2 note, Detail A 1 note and detail A4 has been updated to show a reinforced GCL on the side slope and a nonreinforced GCL on the floor. 1, 7 Question 60 Detail Al/Sheet C-402 references a Section D4/C-506. There is no Section D4 on sheet C-506. Please provide this section. (Submitted: Nov 28, 2017 10:32:31 AM CST) Answer 60: Detail D4 has been added to sheet C-506. Question 61: The quantity of 6" Leachate pipe equals the perforated quantity through the cell bottom. How is the quantity of cleanout and transducer pipe paid for? Answer 61: Transducer pipe price should be included in the bid item for the sump access structure in accordance with Specification Section 01025 — Measurement and Payment Section L 17 — Sump Access Structure. Cleanout riser pipe quantity has been added to the 6-inch PE piping bid quantity. Question 62:I am getting an error message from the specs stating the font couldn't be downloaded so some letters are missing. I'm not sure if anyone else had this problem and if another version of the spec does can be uploaded. Answer 62: A printed version of the specifications has been uploaded to the documents section. Plans are also available via Americasplanroom.com. Question 63: Detail A 1/C-402 shows an inline pump on one of the proposed FM lines to Leachate Tanks. Is there a spec on this pump? Answer 63: The pump shown is an existing pump. Sheet C-402 has been updated to show the pump as being an existing pump. Question 64: On Base bid 2 on development of cell 5 at WTRDF, there is a discrepancy on the size of pipe in the sump on page 13 of the plans. The drawing says it is 12" to a 24" elbow at the bottom of the sump. On the bid form line item 28 is for sump access structure but not for the sump itself. Line item 23 for 12" PE piping should be for the 12" in the sump I think but I'm not sure because of the drawing and wording on the plans. Should there be a different line item for the sump itself and if so, what size is the pipe? Answer 64: Sheet C-502 has been updated to remove 24" diameter pipe. The riser pipe is 12" pipe. Section 01025 — Measurement and Payment specifies what payment is to be included in each bid item. Question 65: What area gets seeded for line item 30 Seeding 1 LS? Answer 65: See updated sheet C-401. There is approximately 47,000 square feet of seeding. w CL w r C) w w er 0 LL w w 0- CD 0 w 0 3- 0CL uj CL (L w LU C/) EE CL 2 :D U) m 04 O uj U) 0 CL 0 � CL w LU z -j 0 ry z x Lij Of CK LU 0 0 2 (n ui co z 0 LU z _5 0 (D 0 w ui w < LLJ -j C) (D LU w w D x w < w cr- er z 5 X w ul Z cl < 0 Erf LU U- w LL C-) z 0 w (D C) w o z —1 0 W z — -j 0 k 0 U- zk w w z w w >0— W F- w jy — Z P: z ui z 0 w Z CD af w z U)C/)0CLk w0wL, Cl mw w CL U) z z 0 x 0 w 0 w w 0 U- z w z < m Z> (.) ± w w i o 0 w (D 0 < co 2 < C) x D ww0 or w z w 0 0 w z z a w w w m m z x w Zi w w Lij 0 C-) C) (.9 U<) U) | ��g-- —j � . | |2��l �� i. ! | . 0 CL w r ui -j (D Z F- U) x w M.69.60.ZOS v- -- - -- .• .96'9L i M.,V17,9912N . . .. k- Ir- (9) (8) a- C14 M o (D CV) T- \\U*) - ^ �¢ 1 T � � e 1 S IH x •rYL. J 2� .,.,� � L�� 124 125 .t I APPROXIMATE LIMITS OF TIRE PROCESSING 140 139 ! j , i AREA A5/C-50 j 105 1 I I r I �,_ �� 103 I I .y �• ' 134 I 137 J 1021\ 1 1 135 . I 129 € 130 „ ; 13 131;.. 138 j I 107 106 I 132 ! 6 1 141 �' r <� � 142 � 143 �I { Ito j'� j 1152 i 147 114$ C 144 r 01 ACCESS DIRT ROAD `�., � 046 1 ( 133 _ \. \\ 145 EXISTING t 4 164 DIRT ROAD 149 \` r y \ 4 ` 151. FM FM FM FM UGE FM UGE H U E FM � FM - . �� F� .. � .. Fes•.. �GEM FM Al/C-402 REMOVE 500' t EXISTING 2"x6" ER DUAL CONTAINED FORCE MAIN AND REPLACE WITH NEW 4" x8" DUAL CONTAINED HDPE PIPE TO CELL 4 "IN 740177358261.91 402 7358262.38 924286.09 403 7358766.94 924304.76 404 7359265.66 924323.22 405 7359756.85 924341.39 406 7359820.82 924343.76 407 7360287.97 924361.05 408 7360290.97 924280.09 409 7360292.23 924246.12 410 7358995.50 924313.22 411 7359022.36 924314.31 CONNECT TO EXISTING FORCE MAIN FROM CELL 4 (SEE DETAIL B4/C 402 THIS SHEET) TO CELL 1 AND 4 SUMP STRUCTURE f 2" CHECK VALVE �t---- FM ---t* FM EXISTING 2" xf CONTAINED H NEW 4" x8" DU CONTAINED H AND CELL 5 - FMLZI -S -► O C/ Q I 4'-0" i 6'-0" 2'-6" I 113 -11 "HOR I DETAIL 1 HOR TRENCH AT PERIMETER 'A �I ANCHOR TRENCH DETAIL ui Og CE Z m O :) LIMIT OF GML GMLER MARKER @ CORNER SEE 4'-0" 4'-0" PLANS, B3/C-504 SACRIFICIAL GEOMEMBRANE (10' SHEET WIDTH) 2'x 1' TERMINATION TRENCH M N 0 2'-0" 5'-0" LIMIT OF TEXTURED 60-MIL GM, REINFORCED GCL, & DUAL GEOCOMPOSITE 9'-0" 20'-0" A SUMP PLAN 2' MIN. COVER OVER PIPE 12" DIA SOLID WALL LEACHATE COLLECTION SUMP RISER PIPE 38'-0" Kt I LIMI TE) SHE CU: GCL E LIMI- ACC (SEE SHEI .:, t-ANEL", #4 @ 10" E.W. 240V, 1� v11-611 #4 @ 10" V-6" PERMISSIBLE CONSTRUCTION JOINT FINISH GRADE \DED PUMP EVAL CABLE DR W/ SS NUT >ECTION 60' 10" VIISSIBLE STRUCTION T 'H DE LEACHATE PUMP CONTROLPANIEL 4" HDPE FORCE MAIN HDPE SECONDARY CONTAINMENT ELECTRICAL RISER DI C4 NO SCALE I INF F-I I'j I I I SECTION 02245 - GEOMEMBRANE LINER PART 1- GENERAL 1.1 SUMMARY A. Section includes 60-mil High Density Polyethylene (HDPE) geomembrane liner (GML), smooth, textured, and installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Sections. 1.2 REFERENCES A. These listed publications form part of this specification to extent referenced and are referred to in text by basic designation only. Latest publication in use at time of executed contract will govern this project: 1. ASTM D413: Standard Test Methods for Rubber Property -Adhesion to Flexible Substrate. 01449014 12/17 2. ASTM D638: Standard Test Methods for Tensile Properties of Plastics. 3. ASTM D746: Standard Test Methods for Brittleness Temperature of Plastics and Elastomers by Impact. 4. ASTM D751: Standard Test Methods for Coated Fabrics. 5. ASTM D792: Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacements. 6. ASTM D882: Standard Test Methods for Tensile Properties of Thin Plastic Sheeting. 7. ASTM D 1004: Standard Test Method for Initial Tear Resistance (Graves Tear) of Plastic Film and Sheeting. 8. ASTM D1204: Standard Test Method for Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature. 9. ASTM D1238: Standard Test Method for Melt Flow Rates of Thermoplastic by Extrusion Plastometer. 10. ASTM D 1505: Standard Test Method for Density of Plastics by the Density -Gradient Technique. 11. ASTM D1593: Standard Specification for Nonrigid Vinyl Chloride Plastic Sheeting. 12. ASTM D1603: Standard Test Method for Carbon Black in Olefin Plastics. 13. ASTM D 1693: Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics. 14. ASTM D 1822: Standard Test Method for Tensile -Impact Energy to Break Plastics and Electrical Insulating Materials. 15. ASTM D4437: Standard Practice for Non-destructive Testing (NDT) for Determining the Integrity of Field Seams Used in Joining Flexible Polymeric Sheet Geomembrane. 16. ASTM D4833: Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products. 17. ASTM D5199: Standard Test Method for Measuring Nominal Thickness of Geosynthetics. 18. ASTM D5321: Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method. 19. ASTM D5397: Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefm Geomembranes using Notched Constant Tensil Load Test. 20. ASTM D5596: Standard Test Method for Microscopic Evaluation of the Dispersion of Carbon Black in Polyolefm Geosynthetics. GEOMEMBRANE LINER 02245 - 1 ADDENDUM NO. 1 21. ASTM D5594: Standard Test Method for Measuring Core Thickness of Textured Geomembrane. 22. ASTM D6392: Standard Test Method for Determining the Integrity of Nonreinforced Geomembrane Seams Produced Using Thermo -Fusion Methods. 23. ASTM D6693: Standard Test Method for Determining Tensile Properties of Nonreinforced Polyethylene and Nonreinforced Flexible Polypropylene Geomembranes. 24. Geosynthetics Research Institute GRI GM 13: HDPE Liners. 25. TCEQ: Municipal Solid Waste Management Regulation, 30 TAC Chapter 330. 26. MSW Permit: Owner's TCEQ MSW Permit No. 69. 1.3 QUALITY ASSURANCE A. Manufacturing: Manufacturer shall have at least five years' continuous experience in manufacture of HDPE geomembrane roils and/or experience totaling 10,000,000 square feet of manufactured HDPE geomembrane. Manufacturer shall permit Owner and Engineer to visit manufacturing plant. B. Installation 1. Installation contractor shall be manufacturer or approved contractor, trained and licensed to install manufacturer's geomembrane. 2. Installation shall be performed under constant direction of a single Field Installation Supervisor who remains onsite and responsible throughout liner installation, for liner layout, seaming, patching, testing, repairs, and all other activities by Installer. Installation Supervisor shall have installed or supervised installation and seaming of a minimum 2,000,000 square feet of HDPE geomembrane. Actual seaming shall be performed under direction of a Master Seamer (who may also be Installation Supervisor) who seamed a minimum 2,000,000 square feet of HDPE geomembrane, using same type of seaming apparatus specified in current project. Installation Supervisor and/or Master Seamer shall be present whenever seaming is performed. 1.4 SUBMITTALS A. Manufacturer 1. Quality control program and manual, or descriptive documentation. 2. List of material properties and samples of liner. 3. List documenting no less than five completed facilities totaling a minimum 2,000,000 square feet. 4. Certification all resin used in manufacture of geomembrane for this job meets specifications. 5. Copy of quality control certificates issued by HDPE resin supplier. 6. Copy of quality control certificates in conformance with Articles 2.2 and 2.5. 7. Certification geomembrane and extrudate produced for this project have same properties. B. Installation Contractor 1. Certification both Installation Supervisor for installer and Master Seamer reviewed Quality Assurance Plan, Project Plans, and specifications. 2. Three samples of factory seams, if applicable. In addition, Contractor shall submit three field seam samples and provide a list of seam properties, minimum values (see Article 2.4), and test methods employed. 3. List of at least five completed facilities totaling a minimum 2,000,000 square feet, for which Contractor installed HDPE geomembrane. 01449014 GEOMEMBRANE LINER 02245 - 2 12/17 ADDENDUM NO. 1 i r 4. Proposed Installation Panel layout identifying seams and details. Engineer must approve layout plan at least 10 days before ordering materials. Panel layout provides a numbering scheme to use in quality control/assurance procedures and offers: a. Seams run up and down slopes. b. Field seam lengths are to be minimized. C. GML shall not have any penetrations. 5. Written certification Installer can perform all necessary construction testing as required by TCEQ. 6. Installer submits to Engineer in writing, any proposed variance or deviation from these documents a minimum seven working days prior to scheduled start of geomembrane installation and accepted/rejected by Engineer prior to start of installation activities. 7. In this Section, "Facilities" are defined as Municipal Solid Waste (MSW) facilities with "Subtitle D" composite liner systems, or approved alternates, installed and tested -- in accordance with the regulations set forth by TCEQ MSW regulations 30 TAS §330 or other EPA delegated state MSW regulatory authorities. Facilities that do not meet this definition are not considered acceptable. Contractor must provide this information (_ before bid approval and Contract award. C. Materials: Submit samples as required in Soil and Liner Quality Control Plan (SLQCP). 1.5 WARRANTY A. Written Warranty shall be obtained from Manufacturer (for material) and Installation Contractor (for workmanship). These documents shall warrant quality of in -place liner. B. Manufacturer: Furnish written warranty on a prorate basis for 20 years. Warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet, or other normal weather aging. Warranty shall be limited to replacement of material only and not cover installation. C. Installation Contractor: Furnish written warranty that entire lining installed is free of defects in material and workmanship and installed pursuant to City of Lubbock SLQCP two years following date of Certificate of Completion. Contractor agrees to make repairs or replacements necessary by defects in materials or workmanship evident during two-year warranty period. 1.6 DELIVERY, STORAGE, AND HANDLING A. Transportation: Geomembrane rolls or panels shall be packaged and shipped appropriately so no damage is caused. Transportation shall be responsibility of Installer. B. Delivery: Off-loading and storing geomembrane is responsibility of Installer. Installer is responsible for replacing any damaged or unacceptable material at no cost to Owner. No off-loading done unless Engineer is present. Damage during off-loading shall be documented by Engineer and Installer. All damaged rolls must be separated from undamaged rolls until proper disposition of material is determined by Owner's representative. Owner's representative will be final authority on determination of damage. C. Onsite Storage 1. Geomembrane shall be stored to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. 2. Rolls shall be stored on a prepared surface (not wooden pallets) and not stacked more than two rolls high. 01449014 GEOMEMBRANE LINER 02245 - 3 12/17 ADDENDUM NO. 1 PART 2-PRODUCTS 2.1 MATERIALS A. Geomembrane shall be HDPE. B. Textured HDPE will have a coefficient of friction of GM to subgrade and protective soil cover not less than 22 degrees. C. Double -sided textured HDPE Geomembrane shall be used on sideslopes. 2.2 GEOMEMBRANE RAW MATERIALS A. Geomembrane manufactured of new, first -quality resin, compounded and manufactured specifically for intended purpose. Add carbon black to resin if not compounded for UV resistance. Resin manufacturer to certify each batch for properties shown in Tables 1 and 2. 2.3 ROLLS A. Geomembrane shall be supplied in rolls with a minimum width of 15 feet. Labels on each roll shall identify thickness of material, length and width of roll, batch and roll numbers, and name of manufacturer. Roll length shall be maximized to provide largest manageable sheet for fewest field seams. B. Geomembrane rolls shall meet properties shown on Table 1 for smooth membrane material, and Table 2 for textured membrane material. C. Prior to use, material shall be certified in writing by manufacturer to meet minimum physical properties shown on Tables 1 and 2. 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. TABLE 1- TYPICAL PROPERTIES: 60-mil, Smooth Liner TEST RESULTS Property Test Method Nomina][0) Minimum( ) Thickness (mils) ASTM D5199 60 54 Sheet Density (g/cc) ; ASTM D1505 / D792 0.940 Melt Index (g/10 minutes) ASTM D1238 <1.0 Carbon Black Content, (%) ASTM D1603 -2.0 Carbon Black Dispersion ASTM D5596 4 TENSILE PROPERTIES 1) Tensile strength at yield, ppi ASTM D638 TY IV 132 2) Elongation at Yield, % (mod. per NSF Std 54) 12 3) Tensile Strength at Break, ppi 228 4 Elongation at Break, 2.0" G.L. % 750 Tear Strength, lbs. ASTM D1004 45 Puncture Resistance, lbs. ASTMD4833 108 Low Temperature Brittleness ASTM D746 <60°F Environmental Stress Crack ASTM D1693 200 Resistance, hours (Cond. B) Dimensional Stability, % ASTM D1204 f2 SEAM PROPERTIES - Fusion Weld ASTM D6392 1) Shear Strength, ppi (mod. per NSF Std. 54) 132 2 Peel Strength, i 78 01449014 GEOMEMBRANE LINER 02245 - 4 12/17 ADDENDUM NO. 1 TABLE 1- TYPICAL PROPERTIES: 60-mil, Smooth Liner TEST RESULTS ` Property Test Method Nominal(') Minimum(2) SEAM PROPERTIES - Extrusion ASTM D6392 Weld (mod per NSF Std. 54) 1) Shear Strength, ppi 132 2 Peel Strength, ppi 90 (1) Nominal values, are average lot property values. (2) Minimum values, unless otherwise specified, are average roll values as reported by specified test method. (3) Film Tear Bond 4 9 of 10 Views in Categories 1 or 2 and 1 of 10 views is Category 3. TABLE 2 - TYPICAL PROPERTIES: 60-mil. Textured Liner Thickness, mils ASTM D5994 60 54 Sheet Density, g/cc ASTM D1505 / D792 0.04 Melt Index, g/10 minutes ASTM D1238 <I.0 Carbon Black Content, % ASTM D1603 2.0 Carbon Black Dispersion ASTM D5596 1 TENSILE PROPERTIES' 1) Tensile Strength at Yield, ppi. ASTM D638 TY IV 132 2) Tensile Strength at Break, ppi (mod per NSF Std. 54) 132 3) Elongation at Yield, % 12 4 Elongation at Break " 2.0" G.L. % 200 Tear Strength, lbs. ASTM D 1004 45 Puncture Resistance, lbs. ASTM D4833 108 Low Temperature Brittleness ASTM D746 <60°F Environmental Stress Crack ASTM D1693 200 Resistance, hours (Cond. B) Dimensional Stability, % ASTM D1204 +/-2.0 SEAM PROPERTIES - Fusion Weld ASTM D6392 1) Shear Strength, ppi (mod. per NSF Std. 54) 132 2 Peel Strength, ppi 78 SEAM PROPERTIES - Extrusion Weld ASTM D6392 1) Shear Strength, ppi (mod per NSF Std. 54) 132 2 Peel Strength, ppi 90 1 9 of 10 Views in Categories 1 or 2 and 1 of 10 Views in Category 3. 2.4 FIELD SEAMS TESTING A. Shear seam specimens are 1 inch wide with grip separation of 4 inches plus width of seam. Seam is to be,centered between clamps. Grip separation rate is 2 ipm. B. Both shear seam strength and peel tests shall be run on five replicate specimens. A break through weld or at weld -sheet interface, considered Non-FTB (failure) in both seam strength (shear) and peel strength tests. C. Approved field -seaming processes are hot shoe fusion and extrusion welding. D. Welding rods or beads used for extrusion welding shall be HDPE and physical properties same as those of resin used in manufacture of HDPE geomembrane. 01449014 GEOMEMBRANE LINER 02245 - 5 12/17 ADDENDUM NO. 1 2.5 QUALITY CONTROL SPECIFICATIONS A. Reporting: All results shall be logged into batch file. Any testing yielding "out -of -spec" results, shall be brought to immediate attention of Q.C. Manager. All material produced after last sample meeting all specifications, shall be retrieved and placed on hold. B. Finished Product, Laboratory Post -Production, Reporting: All results shall be logged into batch file. Results shall be official properties for that batch. Any batch failing any specification, shall be placed on hold for further evaluation. C. Conformance Testing: Samples shall be tested by Owner for conformance with properties shown in Table 3: TABLE 3 - GEOMEMBRANE ON -SITE CONFORMANCE TESTS SMOOTH AND TEXTURED) Test Method Thickness ASTM D 5994 Leading edge of each geomembrane roll Density ASTM D792/1505 Not less than one test per Carbon Black Content ASTM D1603 100,000 ft2 with not less Carbon Black Dispersion ASTM D5596 than one per resin lot. Tensile Properties ASTM D638 Minimum of four tests Puncture Resistance ASTM D4833 required Tear Strength ASTM D1004 PART 3 - EXECUTION 3.1 ANCHOR TRENCH A. Anchor trench excavated as specified prior to liner system placement. 3.2 PLACEMENT A. Installer responsible for: 1. No equipment or tools shall damage geomembrane by handling, trafficking, etc. 2. No personnel working on geomembrane shall smoke, wear damaging shoes, or engage in other activities that could damage the geomembrane. 3. Method used to unroll panels shall not cause scratches or crimps in geomembrane and not cause indentations in supporting soil greater than 1 inch deep. 4. Method used to place panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation shall be identified on Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of compensating wrinkles by wind. 5. Adequate loading (sand bags or similar items that will not damage 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 panels). 6. Direct contact with geomembrane shall be minimized, (geomembrane in traffic areas is protected by geotextiles, extra geomembrane, or other suitable materials). B. Weather Limitations 1. Geomembrane deployment shall proceed between ambient temperatures of 32 to 104 degrees F. Placement can proceed below 32 degrees F only after verified by Engineer material seamed per specification. Below 40 degrees F, preheat GML. 01449014 GEOMEMBRANE LINER 02245 - 6 12/17 ADDENDUM NO. 1 2. Do not place geomembrane during any precipitation, excessive moisture (fog, rain, dew, etc.), or in excessive winds, as determined by Installation Supervisor. C. Geomembrane Protection: Geomembrane will not be left exposed to weather for more than seven consecutive calendar days. D. Factory Seam Quality Verifications: Engineer will require Contractor to test up to as much as 20 percent of factory fusion welds (non-destructive air pressure test and/or vacuum test) in field to verify factory test results. Additional testing at Installer expense will be required if failed tests are obtained in field. 3.3 FIELD SEAMING A. Seams shall be oriented parallel to line of maximum slope, (oriented down, not across slope). In corners and odd -shaped geometric locations, number of field seams minimized. B. No base T-seam shall be closer than 5 feet from toe of slope. Seams shall be aligned with least possible number of wrinkles and fishmouths. If fishmouth or wrinkle found, relieve and cap -strip. C. Seam Overlap 1. Panels of geomembrane must have fmished overlap of a minimum 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 performed on seam. 2. No solvent or adhesive may be used unless product is approved by Owner's representative. (Submit samples to Design Engineer for testing and evaluation). 3. Procedure used to temporarily bond adjacent panels together shall not damage geomembrane; temperature of hot air at nozzle of any spot-welding apparatus shall be controlled so geomembrane is not damaged. D. Seaming Equipment and Accessories. Approved equipment for field seaming are hot shoe fusion welders and extrusion welders. 1. Hot Shoe Welder, 110 Volt, 10 Amps. 2. Extrusion Welder, 220 Volt, 19 Amps. 3. High-speed, 10,000 rpm, 42-inch side grinder with 80-grit discs. 4. 7.5 KW Generator, single-phase with 110/220 Volt Outputs. 5. Power Cord, minimum S.O. type, 10 OSHA -approved electrical cord with OSHA -approved twist -type plugs and connections. 6. Seam Vacuum Tester for non-destructive seam and patch testing. 7. Field Tensiometer, capable of performing seam and peel adhesion tests for quantitative testing onsite. E. Test Seams 1. Field test seams shall be conducted on geomembrane liner to verify seaming conditions are satisfactory. Test seams shall be conducted for each reamer at the beginning of each seaming period, at Engineer's discretion, and at least once each four hours, for each seaming apparatus used that day. 2. All test seams shall be made at a location selected by Engineer in area of seaming and in contact with subgrade. Test seam samples shall be 10 feet long for hot -shoe welding and 3 feet long for extrusion welding with seam centered lengthwise. Specimens 1 inch wide shall be cut from each opposite end of test seam by Engineer. Engineer shall use tensiometer provided by Installer to test these specimens for shear and peel. If test seam fails to meet field seam specifications, seaming apparatus and/or reamer not accepted nor used for seaming until deficiencies are corrected and two consecutive successful full test seams achieved. At the very least, peel adhesion and bonded shear strength must be 62 and 95 percent, respectively, of parent material strength, but no less than 78 and 120 ppi, respectively. 01449014 12/17 02245 - 7 ADDENDUM NO. 1 F. Non -Destructive Seam Testing: Installer shall non-destructively test all field seams over full length. All test equipment, including but not limited to the following, Installer furnishes: 1. Vacuum Box a. Equipment for testing single -wedge fusion seams and extrusion seams includes: 1) Vacuum box assembly consisting of rigid housing, transparent viewing window, soft rubber gasket attached to bottom, port hole or valve assembly, and vacuum gauge. 2) Steel vacuum tank and pump assembly equipped with pressure controller and pipe connections. 3) Rubber pressure/vacuum hose with fittings and connections. 4) Plastic bucket and wide paint brush. 5) Soapy solution. b. These procedures shall be followed by Installer: 1) Excess sheet overlap trimmed away. 2) Clean window, gasket surfaces, and check for leaks. 3) Energize vacuum pump and reduce tank pressure to 3 - 5 psi. 4) Wet strip of geomembrane approximately 12 x 48 inches (length of box) with soapy solution. 5) Place box over wetted area and compress. 6) Close bleed valve and open vacuum valve. 7) Ensure leak tight seal is created. 8) For approximately 15 seconds, examine geomembrane through viewing window for presence of soap bubbles. 9) If no bubbles appear after 15 seconds, close vacuum valve and open bleed valve, move box over next adjoining area with minimum 3 inches overlap, and repeat process. 10) Mark and repair all areas where soap bubbles appear and retest. C. Procedures apply to locations where seams cannot be non-destructively tested, as determined by Engineer: 1) If seam is accessible to testing equipment prior to final installation, seam shall be non-destructively tested prior to final installation. 2) If seam cannot be tested prior to final installation, seaming operations shall be observed by Engineer for uniformity and completeness. 2. Air Pressure Testing (For Double -Fusion Seam Only) a. Procedures applicable to processes producing double seam with enclosed space. Equipment for testing double fusion seams comprised of. 1) Air pump equipped with pressure gauge able to generate and sustain a pressure of 25 - 30 psi, mounted on cushion to protect geomembrane. 2) Manometer equipped with sharp, hollow needle or other approved pressure feed device. b. Installer shall follow these procedures: 1) Seal one end of seam to be tested. 2) Insert needle or other approved pressure feed device through sealed end of channel created by double -wedge fusion weld. 3) Energize air pump to verify unobstructed passage of air through channel. 4) Seal other end of channel 5) Energize air pump to pressure 25 to 30 psi, close valve, and sustain pressure approximately five minutes. 6) If loss of pressure exceeds 4 psi or pressure does not stabilize, locate faulty area, repair, and retest. 01449014 GEOMEMBRANE LINER 02245 - 8 12/17 ADDENDUM NO. 1 7) Remove needle or other approved pressure feed device and seal. G. Destructive Seam Testing l . Installer shall provide Engineer with a minimum one destructive test sample per 500 feet of seam length from location specified by Engineer. Installer shall not be informed in advance of sample location. a. Sampling Procedure: To obtain test results prior to completion of liner installation, samples shall be cut by Installer as seaming progresses. Destructive test must be done for each welding machine used for seaming or repairs. Sampling times and locations determined by Engineer. Engineer must witness i, obtainment of all field test samples and Installer shall mark all samples with location roll and seam number. Installer shall also record, in written form, date, time, location, roll seam number, ambient temperatures, and pass or fail y; description. Copy of information must be attached to each sample portion. All holes in geomembrane resulting from obtaining seam samples, shall be immediately repaired. All patches shall be vacuum tested. b. Size and Disposition of Samples: Samples shall be 12 inches wide x 48 inches r long with seam centered lengthwise. Sample shall be cut in two equal length pieces and given to Engineer. i C. Field Testing: Installer shall cut six 1-inch-wide replicate specimens from his sample and Engineer shall test. Installer shall test two specimens (four when possible for testing both tracks on dual -track fusion welded seams) for peel strength. All tests to be witnessed by Engineer. To be acceptable, both test specimens must pass. Any specimen that fails through weld or by adhesion at weldsheet interface, is a non-FTB break and considered a failure. d. Independent Laboratory Testing: Engineer will package and ship all destructive seam samples to independent testing laboratory for determination and verification of all field shear and peel strengths. Test method and procedures to use by independent laboratory shall be same used in field testing, where seam samples are 1 inch wide, and grip separation rate is 2 ipm. Minimum passing criteria for independent laboratory testing are all the following (criteria apply to both tracks from each dual -track fusion welded seam before considered passing. ALL FAILED LAB TESTS PAID BY INSTALLER.): 1) All seam samples tested in peel mode must fail in FTB. 2) At least four of five seam samples from each peel and sheer determination must meet minimum specified value. ,t 3) Average value from all five seam samples from each peel and sheer determination must meet minimum specified value. 2. Archive Samples: Installer will package and ship remaining samples to Engineer for archival. Samples shall include information indicating where sample was taken. 3. Procedures for Destructive Test Failure a. These procedures shall apply when sample fails field destructive test: 1) Installer capstrips seam between failed location and passed test location. 2) Installer can retrace welding path to intermediate location (minimum 10 feet from location of failed test), at Engineer discretion, and take a small sample for additional field test. If test passes, capstrip seam between place and original failed location. If test fails, repeat process. 3) Over length of seam failure, Contractor shall either cut out old seam, reposition panel and reseam, or add a cap strip, as required by Engineer. 01449014 GEOMEMBRANE LINER 02245 - 9 12/17 ADDENDUM NO. 1 4) After reseaming or placing cap strip, take additional destructive field test(s) within reseamed area. Reseamed sample acceptable if test results are approved by Engineer. If test results not acceptable, repeat process until reseamed length is satisfactory to Engineer. b. If sample fails laboratory destructive test, noted procedures shall be followed, considering laboratory tests exclusively. C. Engineer will document all actions taken in conjunction with destructive test failures. H. Defects and Repairs: All seams and non -seam areas of geomembrane shall be inspected by Engineer for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by geomembrane helps detect defects, surface of geomembrane shall be clean at time of inspection. Geomembrane surface shall be brushed, blown, or washed by Installer if amount of dust or mud inhibits inspection. Engineer shall decide if cleaning 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 Engineer presence. Each location that fails non-destructive testing, shall be marked by Engineer and repaired accordingly. 2. Repair Procedures a. Defective seams shall be restarted/reseamed as described in specifications. b. Small holes shall be repaired by extrusion cap welding. If hole is larger than 3 inches, it shall be patched. C. Tears shall be repaired by patching. Where tear is on slope or area of stress and has sharp end, it must be rounded prior to patching. d. Blisters, large holes, undispersed raw materials, and contamination by foreign matter shall be repaired by patches. e. Surfaces of HDPE to be patched, shall be abraded and cleaned no more than 15 minutes prior to repair. No more than 10 percent of thickness shall be removed. f. Patches shall be round or oval, made of same geomembrane, and extend a minimum 6 inches beyond edge of defects. All patches shall be same compound and thickness as geomembrane specified. All patches shall have top edge beveled with an angle grinder prior to placement on geomembrane. Patches shall be applied using approved methods only. 3. Restart/Reseaming Procedures: 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 a. Each repair shall be non-destructively tested except when Engineer requires destructive seam sample obtained from repaired seam. Repairs that pass non-destructive test shall be taken as indication of adequate repair. Failed tests indicate repair shall be repeated and retested until passing test results are achieved. b. Recording Results: Daily documenting all non-destructive and destructive testing shall be provided to Engineer by Installer. This documentation shall identify all seams initially failing test and include evidence seams were repaired and successfully retested. 01449014 GEOMEMBRANE LINER 02245 - 10 12/17 ADDENDUM NO. 1 i i; s 3.4 GEOMEMBRANE ACCEPTANCE A. Installer retains all ownership and responsibility for geomembrane until Owner accepts. Geomembrane surface shall not have striations, roughness, pinholes, or bubbles and free of holes, blisters, undispersed raw materials, or any contamination by foreign matter; except if in Engineer opinion, blemish will not adversely affect properties and geomembrane use, Engineer may accept geomembrane after sufficient laboratory test data provided to support acceptance, and further, provided all such testing is done at sole expense of Installer. B. Geomembrane liner shall be accepted by Owner when all following conditions are met: 1. Installation is finished. 2. Field seam and repair verification adequacy, including associated testing, is complete. 3. Installer provides Engineer written certification, including "as built" drawing(s). 4. Documentation of completed installation, including all reports is complete. 5. Acceptance of Geomembrane Liner Evaluation Report by TCEQ. 01449014 12/17 END OF SECTION GEOMEMBRANE LINER 02245 - 11 /_ly�7WazIDili kyjezLem H & COOp OF acr •*�J SECTION 02240 - GEOSYNTHETIC CLAY LINER a TODD E. STIGGINS R.. _ 107769/_ A��,- PART 1- GENERAL 1.1 SUMMARY A. Section includes geosynthetic clay liner (GCL) and installation. J WV L �. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this 12/7/17 Section. 2. Section 02245 - Geomembrane Liner. 3. Section 02246 - Geotextile Fabrics. 4. Section 02247 - Geocomposite Drainage Layer. 5. Section 02248 - Gravel Drainage Layer. 6. Section 02250 - Leachate Collection Systems. 1.2 REFERENCES A. These publications form part of this specification to extent referenced and are referred to by basic designation only. Latest publication in use at time of executed contract will governs this project. 1. ASTM D2216 - Standard Test Methods for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass. 2. ASTM D4354 - Standard Practice for Sampling Geosynthetis for Testing. 3. ASTM D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. 4. ASTM D5084 - Standard Test Method for Measurement of Hydraulic conductivity of Saturated Porous Materials using a Flexible Wall Permeameter. 5. ASTM D5261 - Standard Test Method for Measuring Mass per Unit Area of Geotextiles. 6. ASTM D5321 - Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method. 7. ASTM D5887 - Standard Test Method for Measurement of Index Flux Through Saturated Geosynthetic Clay Liner Specimens Using a Flexible Wall Permeameter. 8. ASTM D5890 - Standard Test Method for Swell Index of Clay Mineral Component of Geosynthetic Clay Liners. 9. ASTM D5993 - Standard Test Method for Measuring Mass Per Unit of Geosynthetic Clay Liners. 10. ASTM D6768 - Standard Test Method for Tensile Strength of Geosynthetic Clay Liners. 11. GRI-GCL-2 - Test Method for Permeability of Geosynthetic Clay Liners. 12. MSW Permit - Owner's TCEQ, MSW Permit. 13. SLQCP - Owner's Soil and Liner Quality Control Plan (SLQCP). 14. TCEQ - Texas Commission on Environmental Quality, Municipal Solid Waste Management Regulation, 30 TAC Chapter 330 1.3 QUALITY ASSURANCE A. Manufacturing: Manufacturer shall have at least four years' continuous experience in manufacture of GCL rolls and/or experience totaling 5,000,000 square feet of manufactured GCL. Manufacturer shall permit Owner and Engineer to visit manufacturing plant. 01447214 GEOSYNTHETIC CLAY LINER 02240 - 1 12/17 ADDENDUM NO. 1 I -A B. Installation 1. Installation contractor shall have successfully installed minimum 1,000,000 square feet of similar lining material in solid waste containment structures, and submit evidence of ability and capacity to perform work. Installation contractor can meet these criteria by teaming with subcontractor identified in bid along with firm experience. 2. Installation shall be performed under constant direction of a Field Installation Supervisor who shall remain onsite and be responsible, throughout liner installation, for liner layout, patching, testing, repairs, and all other activities by Installer. This supervisor shall have installed or supervised installation of minimum 1,000,000 square feet of GCL. iK[ 110111811 a1I:\ y A. Manufacturer 1. Quality control program and manual or descriptive documentation. 2. List of material properties and samples of GCL, including data pertaining to typical interface friction angles for various products. 3. List documenting no less than five completed facilities totaling minimum 1,000,000 square feet. 4. Copy of quality control certificates in conformance with Article 2.4 - Manufacturer's Certified Testing, and SLQCP. B. Installation Contractor 1. Certification that Installation Supervisor reviewed Quality Assurance Plan, Project Plans, and specifications. 2. List of at least five completed facilities, totaling minimum 1,000,000 square feet for which Contractor installed a GCL. 3. Proposed Installation Panel layout identifying seams and details. Layout plan must be approved by Engineer at least 10 days before materials are ordered. Panel layout must provide numbering scheme to use in quality control/assurance procedures and provide: a. Seams run up and down slopes. b. Field seam lengths are to be minimized. C. GCL shall not have any penetrations. 4. Written certification Installer performs all necessary construction testing as required by TCEQ. 5. Any proposed variance or deviation from these documents shall be submitted in writing by Installer to Engineer a minimum seven working days before scheduled start of GCL installation and accepted/rejected by Engineer before start of installation activities. 6. In this section, "facilities" are defined as municipal solid waste (MSW) facilities with "Subtitle D" composite liner systems, or approved alternates, installed and tested in accordance with regulations set forth by TCEQ MSW regulations 30 TAC §330 or other EPA -delegated state MSW regulatory authorities. Facilities that do not meet this definition are not considered acceptable. Contractor must provide this information before bid approval and Contract award. 1.5 WARRANTY A. Written Warranty shall be obtained from Manufacturer (for material) and Installation Contractor (for workmanship). These documents shall warrant quality of in -place liner l . Manufacturer: Furnish written warranty on pro-rata basis for 20 years. Warranty shall be against manufacturing defects or workmanship and deterioration due to ozone, 01447214 GEOSYNTHETIC CLAY LINER 02240 - 2 12/17 ADDENDUM NO. 1 ultraviolet, or other normal weather aging. Warranty shall be limited to replacement of material only and not cover installation. 2. Installation Contractor: Furnish written warranty that entire lining installed to be free of defects in material and workmanship and installed pursuant to Owner's SLQCP for two years following date of Certificate of Completion. Contractor shall agree to make any repairs or replacements necessary by defects in materials or workmanship evident during two-year warranty period. 1.6 DELIVERY, STORAGE, AND HANDLING A. Transportation: GCL rolls or panels shall be packaged individually, in relatively impermeable and opaque protective covers, and shipped so no damage is caused. Tears in protective covers shall be repaired immediately. Transportation is responsibility of Installer. B. Delivery: Off-loading and storage of GCL rolls is responsibility of Installer. Installer is responsible for replacing any damaged or unacceptable material at no cost to Owner. No off-loading unless Engineer is present. Damage during off-loading shall be documented by Engineer and Installer. All damaged rolls must be separated from undamaged roils until proper disposition of material is determined by Owner's representative. Owner's representative is final authority on determination of damage. C. Onsite Storage 1. GCL material shall be stored per manufacturer recommendation to protect from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, etc. 2. Store rolls on prepared surface (not wooden pallets). GCL rolls consisting of bentonite supported by geotextiles shall not be stacked more than four rolls high or as recommended by manufacturer. PART 2 - PRODUCTS 2.1 MATERIALS A. GCL shall consist of natural sodium bentonite encapsulated between two polypropylene geotextiles. B. GCL shall be CETCO BENTO MAT-20OR or approved equal, for non -reinforced GCL and Cetco Bentomat ST, or approved equal. C. Accessory bentonite for seaming and detail work shall be same material as in GCL sheets and recommended by manufacturer. D. Geotextiles will consist of woven or non -woven materials. On side slopes, at least one side of GCL must be made of non -woven material. E. On side slopes steeper than 7:1, GCL must be reinforced by needle -punching or lock -stitching for internal shear strength reinforcement. F. GCL used on side slopes shall have a coefficient of friction of GCL to subgrade soil not less than 22 degrees, with coefficient of friction of GCL to textured geomembranes ofnot less than 22 degrees. Direct shear tests shall be conducted under normal load conditions of 200, 500, and 1,000 psf. 2.2 RAW MATERIALS A. GCL shall be manufactured of new, first -quality products and manufactured specifically for intended purpose. 01447214 GEOSYNTHETIC CLAY LINER 02240 - 3 12/17 ADDENDUM NO. 1 2.3 ROLLS A. GCL shall be supplied in rolls with minimum width of 15 feet. Rolls in lengths greater than 125 feet may be 12 feet in width. Labels on each roll shall identify: 1. Manufacturer. 2. Product identification. 3. Roll number. 4. Roll dimensions. 5. Roll weight. B. Roll length shall be maximized to provide largest manageable sheet for fewest field seams. C. Manufactured GCL sheets constructed so bentonite will not be displaced during transportation, storage, and installation. 2.4 MANUFACTURER'S CERTIFIED TESTING A. Material Testing. Before use, material shall be certified in writing by manufacturer. Certificate must include roll identification number, testing procedure, and test results. Report the following parameters: Table 1 - RF.NTnNTTF. MATF.RTAT. Property Test Method Value Unit Frequency Bentonite ASTM D5890 24 min. ml/2g once every 50 tons and every Swell Index truck or railcar ---------------- Bentonite ------------------------- ASTM D5891 ------------- 18 max. ------------ ml ----------------------------------------- once every 50 tons and every Fluid Loss truck or railcar Table 2 - GROTEXTTT.F. MATF,RTAT. Property Test Method Value Unit F Fre uenc Woven Mass/Unit Area ASTM D5261 3.0 min oz/yd2 1/200,000 ft.2 Nonwoven Mass/Unit Area ASTM D5261 6.0 min oz/yd2 1/200,000 ft.2 Nonwoven Grab Tensile ASTM D4632 160 lbs 1/200,000 ft.2 Table 3 - BENTONTTE/GEOTEXTILE COMPOSITE MATERIAL Property Test Method Value Units Frequency Clay Mass/Unit Area ASTM D5993 (1) 0.75 min psf 1/100,000 ft.2 Water Content ASTM D5993 35 % 1/40,000 ft.2 Permeability (5 psi) ASTM D5887 5.Ox10-9 max cm/sec (2) Grab Tensile ASTM D6768 30 min lb in 1/200,000 ft.2 (1) Measured at 0% dry moisture content (2) One per week per production line B. Quality Control Inspection: For needle -punched GCL, manufacturer must provide written certification material is "needle free" by continuous inspections for presence of broken needles using metal detector. 01447214 GEOSYNTHETIC CLAY LINER 02240 - 4 12/17 ADDENDUM NO. 1 ril 2.5 SEAM OVERLAP A. Match lines shall be imprinted on both edges of upper geotextile fabric for bentonite/geotextile GCLs to provide quality assurance of overlap within manufacturer recommendations. Lines shall be printed so they are easily visible and at lap distances recommended by manufacturer. An additional line 12 inches from edge will be included for overlap in leachate collection lines. 2.6 QUALITY CONTROL SPECIFICATIONS A. Sample Selection: Upon delivery to installation site, test samples shall be obtained by Owner to verify conformance to project plans, specifications, and manufacturer certifications. Samples shall be taken from selected rolls by removing protective cover and cutting a full width, 3-foot-long strip. One revolution of GCL may be discarded before cutting sample. Sample roll shall be rewrapped and stored with other rolls. Sample strips identified by type, style, lot, and roll number. Machine direction noted with waterproof marker. B. Conformance Testing: Samples shall be tested by Owner for conformance with properties shown in Table 4: Table 4 - GCL ON SITE CONFORMANCE TESTS Property Test Method Value Unit Frequency Permeability (5 psi) ASTM D5887 5.Ox10-9 max cm/sec 1/100,000 ft2 Clay Mass/Unit Area ASTM D5993 0.75 min psf 1/100,000 ft2 Direct Shear (Internal) (2) ASTM D5321 22 degrees one Direct Shear (Interface) 2 ASTM D5321 22 1 degrees 1 (1) (1) Once per soil type. (2) Normal load conditions of 200 psf, 500 psf, and 1,000 psf. C. See Section 01300 — Submittals, for submittal information on direct shear requirements. 3.1 PREPARATION A. Before placing GCL, Contractor shall provide written documentation that surfaces to receive GCL were inspected and acceptable for installation of lining. Acceptable surface conditions as described in Section 02200 — Excavation and Earthwork, and in SLQCP with no excessive cracking (defined as cracks at least 1 inch deep and 12 inches long). 3.2 ANCHOR TRENCH A. Anchor trenches shall be excavated as specified before liner system placement. 3.3 PLACEMENT A. Sheets placed to reduce field seams to minimum. B. Proof -roll subgrade before GCL placement. To minimize subgrade degradation, commence GCL placement within four hours of proof -rolling. C. Installer responsible for: 1. No equipment or tools shall damage GCL by handling, trafficking, etc. 01447214 GEOSYNTHETIC CLAY LINER 02240 - 5 12/17 ADDENDUM NO. 1 V 2. No personnel working on GCL shall smoke, wear damaging shoes, or engage in activities to damage GCL. 3. Method used to unroll panels shall not cause crimps or other damage to GCL. 4. Method used to place panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation identified on Contractor and Engineer drawings. Ballast shall be used to prevent relocation of compensating wrinkles by wind. 5. Adequate loading (sand bags or similar items not damaging GCL), shall be placed to prevent uplift by wind (in case of high winds, continuous loading recommended along 1 edges of panels to minimize risk of wind flow under panels). 6. Direct contact with GCL shall be minimized, (GCL in traffic areas protected by geotextiles, excess geomembrane, or other suitable materials). 7. No objects to potentially harm to GCL or overlying layers remain under, within, or on top of GCL (tools, needles, stones, etc.). 8. Avoid dragging GCL material on subgrade. D. Weather Limitations: Do not place GCL during any precipitation or times of impending precipitation, when relative humidity exceeds 80 percent, or in excessive winds, as determined by installation supervisor. Do not place GCL in surface moisture (dew, frost, etc.) or on ponded water. GCL which becomes hydrated before covered, must be replaced. E. Geosynthetic Liner Protection: GCL placement will be limited to amount installed and covered with geomembrane in one working day. Do not leave GCL uncovered and exposed to elements at end of any day. F. Damaged Material Replacement: Remove and replace hydrated GCL before covered. 3.4 FIELD SEAMING A. Seam Overlap and Bentonite Fillet: Seams shall be overlapped as manufacturer recommends. For bentonite/geotextile, GCLs overlaps shall extend to manufacturer -printed match line. Fillet of dry, granular bentonite will be poured at 1/4 pound per linear foot, or as manufacturer recommends if GCL has non -woven geotextile encasement along entire length of all overlap ( seams. B. Seams on Slopes: Panels shall be oriented so long edges are parallel to direction of maximum slope. Avoid lateral field seams on side slopes if possible; however, if extremely long side - slopes (longer than maximum length of roll GCL material is available or manufactured) are included in project, seams along face of side slopes considered under these circumstances: 1. If seams required across side slopes, Design Engineer will be contacted by product manufacturer during bid phase of project. 2. In all cases, should lateral seams be required on side slopes, manufacturers of products, installers of products, Contractor, Geotechnical Professional, and Design Engineer will review situation and make recommendations as to integrity of seaming method and entire lining system as it relates to lateral seams. 3. In case of GCL consisting of bentonite supported by geotextiles, GCL panels will overlap a minimum 3 feet with uppermost panel overlapping lower panel. Water-resistant adhesive will be applied in overlapped areas. 3.5 SIDE SLOPES A. On side slopes, non -woven geotextile material placed facing down. 01447214 GEOSYNTBETIC CLAY LINER 02240 - 6 12/17 ADDENDUM NO. 1 3.6 REPAIRS A. Make any necessary repairs to GCL by placing patch of same material extending at least 1 foot beyond flaw or damaged area. Add granular bentonite to overlapped area at uniform rate of at least 1 /4 pound per linear foot. Manufacturer -approved adhesive may be used to keep patches in place during placement of overlying materials. 3.7 LEACHATE COLLECTION SUMP AND DITCH LINING A. Sheets shall be overlapped at least 1 foot at leachate collection sumps and ditches. An extra layer of GCL material will be placed at bottom of leachate collection sumps. 3.8 GCL ACCEPTANCE A. Installer retains all ownership and responsibility for GCL until acceptance by Owner. B. GCL accepted by Owner when all these conditions are met: 1. Installation is finished. 2. Verification of adequacy of all field seams and repairs is complete. 3. Written certification, including "as built" drawing(s), is provided by Installer to Engineer. 4. Documentation of completed installation, including all reports is complete. 5. Acceptance of "Soil and Liner Evaluation Report" by TCEQ. END OF SECTION 01447214 GEOSYNTHETIC CLAY LINER 02240 - 7 12/17 ADDENDUM NO. 1 N & COOP 5 EOFT>> i No 0 SECTION 02245 - GEOMEMBRANE LINER Q %*:...................... a r TODD E. STIGGINS PART 1-GENERAL:.. 10776�:�� 1.1 SUMMARY i r y i,,/ ft A. Section includes high density polyethylene (HDPE) C geomembrane liner (GML) and installation. /0 B. Related Sections: 12/7/17 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. These publications form part of this specification to extent referenced and are referred to by basic designation only. Latest publication in use at time of executed contract will -, govern this project. 1. ASTM D413 - Standard Test Methods for Rubber Property -Adhesion to Flexible Substrate. 2. ASTM D638 - Standard Test Methods for Tensile Properties of Plastics. 3. ASTM D746 - Standard Test Methods for Brittleness Temperature of Plastics and Elastomers by Impact. 4. ASTM D751 - Standard Test Methods for Coated Fabrics. 5. ASTM D792 - Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacements. 6. ASTM D882 - Standard Test Methods for Tensile Properties of Thin Plastic Sheeting. 7. ASTM D1004 - Standard Test Method for Initial Tear Resistance (Graves Tear) of Plastic Film and Sheeting. 8. ASTM D1204 - Standard Test Method for Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature. 9. ASTM D1238 - Standard Test Method for Melt Flow Rates of Thermoplastic by Extrusion Plastometer. 10. ASTM D1505 - Standard Test Method for Density of Plastics by the Density - Gradient Technique. _ 11. ASTM D1593 - Standard Specification for Nonrigid Vinyl Chloride Plastic Sheeting. E ' 12. ASTM D1603 - Standard Test Method for Carbon Black in Olefin Plastics. y 13. ASTM D1693 - Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics. 14. ASTM D1822 - Standard Test Method for Tensile -Impact Energy to Break Plastics and Electrical Insulating Materials. 15. ASTM D4437 - Standard Practice for Non-destructive Testing (NDT) for E Determining the Integrity of Field Seams Used in Joining Flexible Polymeric Sheet aGeomembrane. 16. ASTM D4833 - Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products. 17. ASTM D5199 - Standard Test Method for Measuring Nominal Thickness of -} Geosynthetics. 01447214 GEOMEMBRANE LINER 02245 - 1 12/17 ADDENDUM NO. 1 18. ASTM D5321 - Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method. 19. ASTM D5397 - Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefm Geomembranes using Notched Constant Tensil Load Test. 20. ASTM D5596 - Standard Test Method for Microscopic Evaluation of the Dispersion of Carbon Black in Polyolefm Geosynthetics. 21. ASTM D5594 - Standard Test Method for Measuring Core Thickness of Textured Geomembrane. 22. ASTM D6392 - Standard Test Method for Determining the Integrity of Nonreinforced Geomembrane Seams Produced Using Thermo -Fusion Methods. 23. ASTM D6693 - Standard Test Method for Determining Tensile Properties of Nonreinforced Polyethylene and Nonreinforced Flexible Polypropylene Geomembranes. 24. GRI GM 13 - HDPE Liners. 25. MSW Permit - Owner's TCEQ MSW Permit No. 2252. 26. TCEQ - Municipal Solid Waste Management Regulation, 30 TAC 330. 1.3 QUALITY ASSURANCE A. Manufacturing: Manufacturer shall have at least 5 years' continuous experience in manufacture of HDPE geomembrane rolls and/or experience totaling 10,000,000 square feet of manufactured HDPE geomembrane. Manufacturer shall permit Owner and Engineer to visit manufacturing plant. B. Installation 1. Installation Contractor shall be manufacturer or approved contractor trained and licensed to install manufacturer geomembrane. 2. Installation performed under constant direction of Field Installation Supervisor who shall remain onsite and be responsible, throughout liner installation, for liner layout, seaming, patching, testing, repairs, and all other activities by Installer. This supervisor shall have installed/supervised installation and seaming of minimum 2,000,000 square feet of HDPE geomembrane. Actual seaming performed under direction of Master Seamer (who may also be Installation Supervisor) who seamed minimum 2,000,000 square feet of HDPE geomembrane, using same type of seaming apparatus specified in current project. Installation Supervisor and/or Master Seamer shall be present when seaming performed. 1.4 SUBMITTALS A. Manufacturer l . Quality control program and manual or descriptive documentation. 2. List of material properties and samples of liner. 3. List documenting no less than five completed facilities totaling minimum 2,000,000 square feet. 4. Certification that all resin used in manufacture of geomembrane meets specifications. 5. Copy of quality control certificates issued by HDPE resin supplier. 6. Copy of quality control certificates per with Articles 2.2 and 2.5. 7. Certification that geomembrane and extrudate produced have same properties. B. Installation Contractor 01447214 GEOMEMBRANE LINER 02245 - 2 12/17 ADDENDUM NO. 1 1. Certification that Installation Supervisor for th installer and Master Seamer reviewed Quality Assurance Plan, Project Plans, and specifications. 2. Three samples of factory seams, if applicable. In addition, Contractor shall submit three field seam samples. Contractor shall also provide list of seam properties, minimum values (see Article 2.4), and test methods employed. 3. List of at least five completed facilities, totaling minimum 2,000,000 square feet Contractor installed HDPE geomembrane. 4. Proposed Installation Panel layout identifying seams and details. Layout plan must be approved by Engineer at least 10 days before materials ordered. Panel layout must provide numbering scheme to use in quality control/assurance procedures and provides: a. Seams run up and down slopes. b. Field seam lengths to be minimized. C. GML shall not have any penetrations. 5. Written certification Installer performs all necessary construction testing as required by TCEQ. 6. Any proposed variance or deviation from documents shall be submitted in writing by Installer to Engineer minimum seven working days before scheduled start of geomembrane installation and accepted/rejected by Engineer before start of installation activities. _r 7. In this section, "facilities" are defined as municipal solid waste (MSW) facilities with "Subtitle D" composite liner systems, or approved alternates, installed and tested in accordance with regulations set forth by TCEQ MSW regulations 30 TAC §330 or other EPA -delegated state MSW regulatory authorities. Facilities that do not y meet this definition are not considered acceptable. Contractor must provide this information before bid approval and Contract award. C. Materials: Submit samples as required in SLQCP. 1.5 WARRANTY A. Written Warranty obtained from Manufacturer (for material) and Installation Contractor (for workmanship). These documents shall warrant quality of in -place liner. B. Manufacturer: Furnish written warranty on prorate basis for 20 years. Warranty against manufacturing defects, workmanship, and deterioration from ozone, ultraviolet, or other normal weather aging. Warranty limited to replacement of material only and not cover installation. C. Installation Contractor: Furnish written warranty that entire lining installed is free of defects in material and workmanship and installed pursuant to the City of Lubbock SLQCP for two years following date of Certificate of Completion. Contractor shall make any repairs or replacements made necessary by defects in materials or workmanship evident during two-year warranty period. 1.6 DELIVERY, STORAGE, AND HANDLING A. Transportation: Geomembrane rolls or panels shall be packaged and shipped by appropriate means so no damage is caused. Transportation is responsibility of Installer. B. Delivery: Off-loading and storage of geomembrane is responsibility of Installer. Installer responsible for replacing any damaged or unacceptable material at no cost to Owner. No off-loading done unless Engineer is present. Damage during off-loading shall be documented by Engineer and Installer. All damaged rolls must be separated from L., 01447214 GEOMEMBRANE LINER 02245 - 3 12/17 ADDENDUM NO. 1 undamaged rolls until proper disposition of material is determined by Owner's representative. Owner's representative will be final authority on determination of damage. C. Onsite Storage 1. Geomembrane shall be stored to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, etc. 2. Store rolls on prepared surface (not wooden pallets) and not stacked more than two rolls high. PART2-PRODUCTS 2.1 MATERIALS A. Geomembrane shall be HDPE manufactured by GSE Lining Systems, PolyAmerica, Inc., National Seal Company, or approved equal. B. Textured HDPE will have coefficient of friction of GM to subgrade of not less than 22 degrees. Direct shear test shall be under normal load conditions of 200, 500, and 1,000 psf. C. Double -sided textured HDPE geomembrane shall be used on sideslopes. A. Geomembrane shall be manufactured of new, first -quality resin, compounded, and manufactured specifically for intended purpose. Add carbon black to resin if resin is not compounded for ultra -violet resistance. Resin manufacturer shall certify each batch for properties shown in Tables 1 and 2. 2.3 ROLLS A. Geomembrane shall be supplied in rolls with minimum 15-foot width. Labels on each roll shall identify thickness of material, length and width of roll, batch and roll numbers, and name of manufacturer. Roll length shall be maximized to provide largest manageable sheet for fewest field seams. B. Geomembrane rolls shall meet properties shown on Table 1 for smooth membrane material, and Table 2 for textured membrane material. C. Before use, material shall be certified in writing by manufacturer to meet minimum physical properties shown on Tables 1 and 2. Certificate must include roll identification number, testing procedure, and test results. Test results are required for every 100,000 square feet of material shipped to site. 01447214 GEOMEMBRANE LINER 02245 - 4 12/17 ADDENDUM NO. 1 Table 1 - TYPICAL PROPERTIES: 60 mil, SMOOTH LINER TEST RESULTS Property Test Method Nominal(') Minimum() TENSILE PROPERTIES: 2) Elongation at Yield, % (mod. per NSF Std. 54) 12 3) Tensile Strength at Break, ppi 228 Stress Crack Resistance, hours ASTM D5397 (App) 500 SEAM PROPERTIES - Fusion Weld ASTM D4437 1) Shear Strength, ppi (mod. per NSF Std. 54) 121 SEAM PROPERTIES - Extrusion Weld ASTM D 6392 1) Shear Strength, ppi (mod per NSF Std. 54) 121 (1) Nominal values, are average lot property values. (2) Minimum values, unless otherwise specified, are average roll values as reported by specified test (3) Film Tear Bond 01447214 GEOMEMBRANE LINER 02245-5 Table 2 - TYPICAL PROPERTIES: 60 mil, TEXTURED LINER TEST RESULTS Property Test Method Nominal Minimum Thickness, mils ASTM D5994 60 54 Sheet Density, g/cc ASTM D1505 / D792 0.94 Melt Index, g/10 minutes ASTM D1238 <1.0 Carbon Black Content, % ASTM D1603 2.0 Carbon Black Dispersion ASTM D5596 1 TENSILE PROPERTIES ASTM D638 1) Tensile Strength at Yield, ppi. Type IV 126 2) Tensile Strength at Break, ppi (mod per NSF Std. 54) 90 3) Elongation at Yield, % G.L.1.3 in. 12 4 Elongation at Break, % G.L.2.0 in. 100 Tear Strength, lbs. ASTM D 1004 42 Puncture Resistance, lbs. ASTM D4833 90 Stress Crack Resistance, hours ASTM D5397 A 500 SEAM PROPERTIES - Fusion Weld ASTM D4437 1) Shear Strength, ppi (mod. per NSF Std. 54) 121 2 Peel Strength, ppi 98 SEAM PROPERTIES - Extrusion Weld ASTM D4437 1) Shear Strength, ppi (mod per NSF Std. 54) 121 2) Peel Strength, pp 78 (1) 9 of 10 Views in Cate oriel 1 or 2 and 1 of 10 Views in Cate o 3. 2.4 FIELD SEAMS A. Field seams shall be tested as follows: 1. Shear seam specimens are 1-inch-wide, with a grip separation of 4 inches plus width of seam. Center seam between clamps. Grip separation rate is 2 ipm. 2. Run shear seam strength and peel tests on five replicate specimens. Break -through the weld or at weld -sheet interface, considered Non-FTB (failure) in 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 physical properties same as those of resin used in manufacture of HDPE geomembrane. 2.5 QUALITY CONTROL SPECIFICATIONS A. Raw Materials 1. Resin: All resins for use in Geomembrane must pass candidate pre -approval process before eligible. Each incoming rail car shall be sampled by compartment with following testing performed and compared to manufacturer specifications: a. Density: ASTM D1505/D792. b. Melt Index: ASTM D1238. 2. Additives: All additives and concentrates must pass candidate pre -approval process. All incoming materials are to be statistically sampled with the following testing performed and compared to manufacturer specifications: 1) Density: ASTM D1505/D792. 01447214 GEOMEMBRANE LINER 02245 - 6 12/17 ADDENDUM NO. 1 0 is 9 2) Melt Index: ASTM D1238. 3) Carbon Black Content: ASTM D1603. B. Finished Product: On -Line During Production 1. Coverage: Minimum of one person from Quality Department, independent of Production Department, shall be present for on-line inspection of every roll 100 percent of every run. 2. Inspection Performed on each roll. a. Thickness: Full -width sample shall be cut from end of each roll and thickness checked across entire sample. b. Appearance. Constantly monitor: 1) Sheet surface appearance. 2) Knife -cut edge. 3) Folds, holes, creases, abrasions, or other damage. 3. Roll Identification. Q.C. Engineer controls all paperwork including roll tags. Four tags per roll shall be used on: 1) Roll sleeve. 2) Inside core. 3) On production roll sample. 4) On roll surface. 4. Out -of -Spec Material: Any roll not meeting specification for any inspections, shall be placed on hold. C. Finished Product: Post Production 1. Sampling: Test samples obtained from rolls of material delivered to site for conformance testing. Test samples for these requirements at rates specified. 2. Testing Requirements - Resin a. Specific Gravity/Density 1) Test Method: ASTM D1505 / D792. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. b. Melt Flow Index 1) Test Method: ASTM D1238. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3. Testing Requirements - Finished Product a. Thickness 1) Test Method: ASTM D5994 (Textured), ASTM D5199 (Smooth). 2) Test Frequency: One per 100,000 feet' and one test per resin lot. b. Density 1) Test Method: ASTM D1505 / D792. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: Four. C. Carbon Black Content 1) Test Method: ASTM D1603. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: Four. d. Carbon Black Dispersion 1) Test Method: ASTM D5596. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 01447214 GEOMEMBRANE LINER 02245 - 7 12/17 ADDENDUM NO. 1 t, 3) Minimum Number of Tests: Four. e. Tensile Properties 1) Test Method: ASTM D638 (NSF 54 Modified). 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: Four. f. Puncture Resistance 1) Test Method: ASTM D4833. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: Four. g. Tear Resistance 1) Test Method: ASTM D1004. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: 4. 4. Reporting: All results shall be logged into batch file. Any testing yielding out -of -spec results, shall be brought to immediate attention of Q.C. Manager. All material produced after last sample meeting all specifications, shall be retrieved and placed on hold. D. Finished Product: Laboratory Post -Production 1. Reporting: All results shall be logged into batch file. These results shall be 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 A. Anchor trench shall be excavated as specified before liner system placement. 3.2 PLACEMENT A. Installer is responsible for: 1. No equipment or tools shall damage geomembrane by handling, trafficking, etc. 2. No personnel working on geomembrane shall smoke, wear damaging shoes, or engage in other activities that could damage geomembrane. 3. Method used to unroll panels shall not cause scratches or crimps in geomembrane nor indentations in supporting soil greater than 1 inch deep or damage to underlying geotextile. 4. Method used to place panels shall minimize wrinkles. Wrinkles identified as to proper location and compensation identified on Contractor and Engineer drawings. Ballast used to prevent relocation of compensating wrinkles by wind. 5. Adequate loading (sand bags or similar items to not damage geomembrane) shall be placed to prevent uplift by wind (in case of high winds, continuous loading recommended along edges of panels to minimize risk of wind flow under panels). 6. Direct contact with geomembrane shall be minimized, (geomembrane in traffic areas is protected by geotextiles, extra geomembrane, etc.) B. Weather Limitations 1. Geomembrane deployment shall proceed at ambient temperatures of 32 to 104 degrees F. Placement can proceed below 32 degrees F only after verified by 01447214 GEOMEMBRANE LINER 02245 - 8 12/17 ADDENDUM NO. 1 r J Engineer that material can be seamed per specification. Below 40 degrees F, preheat GML required. 2. Do not place geomembrane during any precipitation, in excessive moisture (fog, rain, dew, etc.) or in excessive winds, as determined by installation supervisor. C. Geomembrane Protection: Geomembrane will not be left exposed to weather more than seven consecutive calendar days. D. Factory Seam Quality Verifications: Engineer will require Contractor to test up to 20 percent of factory fusion welds (non-destructive air pressure test and/or vacuum test) in the field to verify factory test results. Additional testing at Installer's expense required if failed tests obtained in the field. 3.3 FIELD SEAMING A. Seams shall be oriented parallel to line of maximum slope, (oriented down, not across slope). In corners and odd -shaped geometric locations, minimize number of field seams. B. No base T-seam shall be closer than 5 feet from toe of slope. Seams shall be aligned with least possible number of wrinkles and fishmouths. If fishmouth or wrinkle is found, relieve and cap -strip. C. Seam Overlap 1. Panels of geomembrane must have fmished overlap of minimum 4 inches for hot -shoe fusion welding and 3 inches for extrusion welding, but sufficient overlap provided to allow peel tests performed on seam. 2. No solvent or adhesive used unless product is approved by Owner's representative (submit samples to Design Engineer for testing and evaluation). 3. Procedure used to temporarily bond adjacent panels together shall not damage geomembrane. Temperature of hot air at nozzle of any spot-welding apparatus shall be controlled so geomembrane not damaged. D. Seaming Equipment and Accessories: Approved equipment for field seaming are hot -shoe fusion and extrusion welders. 1. Hot -Shoe Welder, 110 Volt, 10 Amps. 2. Extrusion Welder, 220 Volt, 19 Amps. 3. High-speed, 10,000 rpm, 42-inch side grinder with 80-grit discs. 4. 7.5 KW generator, single-phase with 110/220 volt outputs. 5. Power cord, minimum S.O. type, 10 OSHA -approved electrical cord with OSHA -approved twist -type plugs and connections. 6. Seam vacuum tester for non-destructive seam and patch testing. 7. Field tensiometer, able to perform seam and peel adhesion tests for quantitative testing onsite. E. Test Seams 1. Conduct field test seams on geomembrane liner to verify seaming conditions are satisfactory. Conduct test seams for each reamer at beginning of each seaming period, Engineer discretion, and at least once every four hours, for each seaming apparatus used that day. 2. Make all test seams at location selected by Engineer in area of seaming and in contact with subgrade. Test seam samples shall be 10 feet long for hot -shoe welding and 3 feet long for extrusion welding with seam centered lengthwise. Specimens 1 inch wide shall be cut from each opposite end of test seam by Engineer. Engineer shall use tensiometer provided by Installer to test specimens for shear and peel. If test seam fails to meet field seam specifications, seaming apparatus and/or seamer not accepted nor used for seaming until deficiencies are corrected and two consecutive successful full test seams achieved. At the very least, peel adhesion 01447214 GEOMEMBRANE LINER 02245 - 9 12/17 ADDENDUM NO. 1 and bonded shear strength must be 62 and 95 percent, respectively, of strength of parent material, but no less than 78 and 120 ppi, respectively. F. Non -Destructive Seam Testing. Installer shall non-destructively test all field seams over full length. All test equipment, including but not limited to the following, shall be furnished by Installer: 1. Vacuum Box testing a. Equipment for testing single -wedge fusion seams and extrusion seams shall be comprised of a: 1) Vacuum box assembly consisting of rigid housing, transparent viewing window, soft -rubber gasket attached to bottom, port hole, or valve assembly, and vacuum gauge. 2) Steel vacuum tank and pump assembly equipped with pressure controller and pipe connections. 3) Rubber pressure/vacuum hose with fittings and connections. 4) Plastic bucket and wide paint brush. 5) Soapy solution. b. Installer shall follow these procedures: 1) Trim away excess sheet overlap. 2) Clean window, gasket surfaces, and check for leaks. 3) Energize vacuum pump and reduce tank pressure to 3-5 psi. 4) Wet strip of geomembrane approximately 12 by 48 inches (length of box) with soapy solution. 5) Place box over wetted area and compress. 6) Close bleed valve and open vacuum valve. 7) Ensure a leak -tight seal. 8) For approximately 15 seconds, examine geomembrane through viewing window for presence of soap bubbles. 9) If no bubbles appear after 15 seconds, close vacuum valve and open bleed valve, move box over next adjoining area with minimum 3-inch overlap, and repeat process. 10) Mark all areas where soap bubbles appear then repair and retest. C. These procedures apply to locations where seams cannot be non-destructively tested, as determined by Engineer: 1) If seam is accessible to testing equipment before final installation, seam shall be non-destructively tested before final installation. 2) If seam cannot be tested before final installation, seaming operations shall be observed by Engineer for uniformity and completeness. 2. Air Pressure Testing (double -fusion seam only) a. These procedures are applicable to processes producing a double seam with an enclosed space. Equipment for testing double fusion seams shall be comprised of- 1) Air pump equipped with pressure gauge able to generate and sustain pressure of 25 - 30 psi, mounted on cushion to protect geomembrane. 2) Manometer equipped with sharp, hollow needle or other approved pressure feed device. b. Installer shall follow these procedures: 1) Seal one end of seam to test. 2) Insert needle or other approved pressure -feed device through sealed end of channel created by double -wedge fusion weld. 3) Energize air pump to verify unobstructed air passage through channel. 4) Seal other end of channel. 01447214 GEOMEMBRANE LINER 02245 - 10 12/17 ADDENDUM NO. 1_ j 5) Energize air pump to pressure of 25 - 30 psi, close valve, and sustain pressure approximately five minutes. 6) If loss of pressure exceeds 4 psi or pressure does not stabilize, locate faulty area, repair, and retest. 7) Remove needle or other approved pressure feed device and seal. G. Destructive Seam Testing 1. Installer shall provide Engineer with minimum one destructive test sample per 500 feet of seam length from location specified by Engineer. Installer shall not be informed in advance of sample location. a. Sampling Procedure 1) To obtain test results before completion of liner installation, Installer shall cut samples as seaming progresses. Destructive test must be done for each welding machine used for seaming or repairs. Sampling times and locations determined by Engineer. Engineer must witness obtainment of all field test samples and Installer mark all samples with location roll and seam number. Installer shall also record, in written form, date, time, location, roll seam number, ambient temperatures, and pass or fail description. Copy of information must be attached to each sample portion. Immediately repair all holes in geomembrane resulting from obtaining seam samples. All patches shall be vacuum tested. b. Size and Disposition of Samples: Samples shall be 12 inches wide by 48 inches long with seam centered lengthwise. Cut sample into two equal length pieces and give to Engineer. C. Field Testing: Installer shall cut six 1-inch wide replicate specimens from his sample and Engineer shall test. Installer shall test two specimens (four when possible for testing both tracks on dual -track fusion welded seams) for peel strength. All tests witnessed by Engineer. To be acceptable, both test specimens must pass. Any specimen that fails through weld or by adhesion at weldsheet interface, is Non-FTB break and considered failure. d. Independent Laboratory Testing: Engineer will package and ship all destructive seam samples to independent testing laboratory for determination and verification of all field shear and peel strengths. Test method and procedures used by lab shall be same used in field testing, where seam samples are 1 inch wide and grip separation rate 2 ipm. Minimum passing criteria for independent laboratory testing are all the following (criteria applies to both tracks from each dual -track fusion welded seam before considered passing. All failed lab tests paid for by installer): 1) All seam samples tested in peel mode must fail in FTB. 2) At least four of five seam samples from each peel and shear determination must meet minimum specified value. 3) Average value from all five seam samples from each peel and shear determination must meet minimum specified value. 2. Archive Samples: Installer will package and ship remaining samples to Engineer for archival. Samples shall include information indicating where sample was taken. 3. Procedures for Destructive Test Failure a. Installer shall cap strip seam between failed location and any passed test location. b. Installer can retrace welding path to intermediate location (at minimum 10 feet from location of failed test), at Engineer discretion, and take small sample for additional field test. If this test passes, seam shall be cap stripped between location and original failed location. If test fails, process is repeated. 01447214 GEOMEMBRANE LINER 02245 - 11 12/17 ADDENDUM NO. 1 C. Over length of seam failure, Contractor shall cut out old seam, reposition panel and reseam, or add cap strip, as required by Engineer. d. After reseaming or placement of cap strip, take additional destructive field test(s) within reseamed area. Reseamed sample found acceptable if test results are approved by Engineer. If test results not acceptable, repeat this process until reseamed length is judged satisfactory by Engineer. e. If a sample fails laboratory destructive test, the noted procedures shall be followed, considering laboratory tests exclusively. f. Engineer will document all actions taken in conjunction with destructive test failures. H. Defects and Repairs: Engineer shall inspect all seams and non -seam areas of geomembrane for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by geomembrane helps detect defects, surface of geomembrane shall be clean at time of inspection. Geomembrane surface shall be brushed, blown, or washed by Installer if amount of dust or mud inhibits inspection. Engineer decides if cleaning of geomembrane is needed to facilitate inspection. 1. Evaluation: Each suspect location in seam and non -seam areas non-destructively tested as appropriate in Engineer's presence. Engineer shall mark each location that fails non-destructive testing and repair accordingly. 2. Repair Procedures a. Defective seams shall be restarted/reseamed as described in specifications. b. Repair small holes by extrusion cap welding. If hole is larger than 3 inches, patch. C. Repair tears by patching. Where tear is on slope or area of stress with sharp end, round before patching. d. Blisters, large holes, undispersed raw materials, and contamination by foreign matter repaired by patches. e. Surfaces of HDPE to be patched, shall be abraded and cleaned no more than 15 minutes before repair. No more than 10 percent of thickness removed. f. Patches shall be round or oval, made of same geomembrane, and extend minimum 6 inches beyond edge of defects. All patches shall be same compound and thickness as geomembrane specified. All patches shall have top edge beveled with angle grinder before placement on geomembrane. Patches applied using approved methods only. 3. Restart/Reseaming Procedures: Welding process shall restart by grinding existing seam and rewelding new seam. Welding where grinding started and overlap previous seam by at least 2 inches. Reseaming over existing seam without regrinding, not permitted. 4. Verification of Repairs a. Each repair shall be non-destructively tested, except when Engineer requires a destructive seam sample obtained from repaired seam. Repairs that pass non-destructive test, shall be taken as indication of adequate repair. Failed tests indicate repair shall be repeated and retested until passing test results achieved. b. Recording Results: Daily documentation of all non-destructive and destructive testing provided to Engineer by Installer. Documentation identifies all seams that initially failed test and includes evidence seams were repaired and successfully retested. 01447214 GEOMEMBRANE LINER 02245 - 12 12/17 ADDENDUM NO. 1 3.4 GEOMEMBRANE ACCEPTANCE A. Installer retains all ownership and responsibility for geomembrane until acceptance by Owner. Geomembrane surface shall not have striations, roughness, pinholes, or bubbles and be free of holes, blisters, undispersed raw materials, or any contamination by foreign matter. Except if, in Engineer opinion, blemish will not adversely affect properties and use of geomembrane, Engineer may accept geomembrane after sufficient laboratory test data provided to support such acceptance, and further, provided all testing is at sole expense of Installer. B. Geomembrane liner accepted by Owner when all conditions are met: 1. Installation is fmished. 2. Verification of adequacy of all field seams and repairs, including associated testing, is complete. 3. Installer provides Engineer written certification, including as -built drawing(s). 4. Documentation of completed installation, including all reports, is complete. 5. Acceptance of "Geomembrane Liner Evaluation Report" by TCEQ. END OF SECTION 01447214 GEOMEMBRANE LINER 02245 - 13 12/17 ADDENDUM NO. 1 SECTION 02250 - LEACHATE COLLECTION SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section includes polyethylene (PE) pipe material and installation. B. Related Sections: l . Division 01 Specification Sections apply to Work of this Section. 2. Section 02245 - Geomembrane Liner. 3. Section 02246 - Geotextile Fabrics. 4. Section 02247 - Geocomposite Drainage Layer. 5. Section 02248 - Gravel Drainage Layer. 1.2 REFERENCES A. ASTM D 1248 - Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. B. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). C. ASTM D2837 - Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products. D. ASTM D3350 - Specification for Polyethylene Plastics Pipe and Fittings Materials. E. AASHTO M 252 - Corrugated Drainage Tubing. i1lc�i 1_ .71f. A. Shop Drawings and Product Data l . Provide piping layout with all bends, tees, elbows, etc. 2. Pipe manufacturer's data. 3. Pipe manufacturer installation data. B. Manufacturer's Certification: Manufacturer must certify materials supplied meet all specification requirements. C. Contractor's Experience Record: Indicate experience installing manufacturer product. 1.4 QUALITY ASSURANCE A. Manufacturer 1. Certify company manufactured this project at least five years. 2. Certify material meets or exceeds requirements specified. B. Contractor: Provide experience record for installing manufacturer's product; minimum five years' experience. 1.5 FIELD MEASUREMENTS A. Verify field measurements are as indicated on shop drawings. 01447214 LEACHATE COLLECTION SYSTEMS 02250 - 1 12/17 ADDENDUM NO. 1 1.6 HANDLING PIPE A. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging pipe. If pipe must be stacked for storage, do so per pipe manufacturer recommendations. Do not handle pipe by dragging over sharp objects or cut by chokers or lifting equipment. B. Joined segments of pipe shall be handled to avoid damage to pipe or joining system. When lifting pipe sections, chains or cable -type chokers should be avoided. Nylon slings are preferred. Use spreader bars when lifting long fused sections. Exercise care to avoid cutting or gouging pipe. 1.7 REPAIR DAMAGED SECTIONS A. Segments of pipe with cuts or gouges more than 10 percent of pipe wall thickness, should be cut out and removed. Undamaged portions of pipe shall be rejoined using an identified method as approved by specifying engineer. PART2-PRODUCTS 2.1 POLYETHYLENE PIPE A. Must be ASTM D1248, Type III, Class C, Grade P-34, Category 5. B. PPI rating of PE-3408. C. Cell Classification: ASTM D3350, 345434C. D. Hydrostatic Design Basis shall not be less than 1,600 psi (11.03 MPA) as per ASTM D2837. E. Minimum Standard Dimension Ratio (SDR): 11. _.I • •MM&TUOYAN 7A 242.2 FITTINGS A. Type: Same as pipe. B. Bends: Only long radius bends acceptable. C. Dissimilar Pipe Connections: Connections between corrugated pipe and smooth heat fusion pipe shall be made with flange adaptors and slip-on metal flanges. Metal flanges shall be cast or ductile iron. Bolts and nuts shall be stainless steel. PART 3 - EXECUTION 3.1 INSTALLATION A. Place 6-inch thick layer of gravel on top of the geotextile material across entire length and width of trench. B. Do not drive heavy vehicles or equipment on top of material, avoiding damage to geomembrane liner. C. Using hand-held mechanical tampers, carefully consolidate material. 01447214 LEACHATE COLLECTION SYSTEMS 02250 - 2 12/17 ADDENDUM NO. 1 D. Place pipe in the center of the trench and place gravel E. Place gravel under pipe haunches in 2-inch lifts followed by hand-held mechanical compaction up to pipe springline. F. Above springline, lifts of gravel may be 4 inches thick, followed by hand-held mechanical compaction. G. After gravel is placed to full depth, cover top with geotextile fabric. 3.2 PIPE JOINING A. Sections of polyethylene pipe should be joined into continuous sections on job site using manufacturer -recommended methods. B. Joining method shall be heat -fusion performed per manufacturer recommendations. C. Heat -fusion equipment should meet all conditions recommended by pipe manufacturer, including but not limited to, temperature requirements, alignment, and fusion pressures. D. All bends, tees, and fittings may be shop made per manufacturer recommendations. END OF SECTION 01447214 LEACHATE COLLECTION SYSTEMS 12/17 02250 - 3 FI1101:11! 101iluizLem SECTION 02665 - PIPING, VALVES, AND MISCELLANEOUS ITEMS 1.1 SUMMARY OF Scar *;• ;*I�jT Q%*irrrrrrrrrrrrrrrrrrrrrrri u,% � TODD E. STIGCINS A. Section includes all leachate discharge piping, valves, and fittings required for project. "Piping," as used herein, includes all piping, valves, fittings, and accessories as shown on plans and/or specified herein. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS 107769 .• 12/7/17 A. Submit manufacturer data for all pipes, valves, and fittings including all pipe thickness class calculations. PART 2 - MATERIALS 2.1 PIPE A. HDPE Pipe: All buried leachate piping should be HDPE (PE 3408). 1. Driscoplex 6400 by Performance Pipe, or approved equal. Pipe shall match IPS dimensions. 2. HDPE shall be DR 11. 3. Minimum cell classification number of 3454646 per ASTM D3350-01. 4. Pipe supplied in roll form (where possible) to minimize joints in line. B. PVC Pipe: All exposed leachate piping should be Schedule 80 PVC. 1. PVC Schedule 80 pipe manufactured from Type 1, Grade 1 Polyvinyl Chloride (PVC) compound with a cell classification of 12454 per ASTM D1785. 2. PVC pipe marked with manufacturer name, nominal pipe size, material designation code, and pressure rating. 3. Pipe shall match IPS dimensions. C. Flexible Hose 1. Kanaflex 390 SD BK, or approved equal. 2. Hose acceptable for conveying landfill leachate. 3. Hose shall have a minimum working pressure at 72 degrees F of 90 psi. 2.2 PIPE FITTINGS A. General. Pipe fittings shall be type and design especially suitable for use with type of piping installed. Pressure rating of fittings shall not be less than pipe. B. Fittings: HDPE and PVC fittings shall be sized to meet IPS requirements. HDPE fittings shall be butt -fused where possible. Flanged fittings shall be used where shown on plans. PVC fittings shall be solvent weld or flanged where shown on plans. Contractor responsible for providing fittings for transition from valves, pumping units, etc. 01447214 PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 1 12/17 ADDENDUM NO. I 2.3 PIPE INSULATION A. TechLite 379 pipe insulation, or approved equal. B. Insulation shall be approved for outside use. 2.4 VALVES AND MISCELLANEOUS ITEMS A. Valves for Leachate System 1. All valves designed for a working pressure of at least 150 psi unless otherwise noted. 2. PVC Ball Valves: a. ASAHI/America, or approved equal. b. Provide true union ball valves (Sch 80 PVC) where shown on plans. Ball valve shall service 150 psi at 73 degrees F. C. Provide EPDM O-rings. d. Valve shall have two-way blocking capability. e. Include flanged connections. £ Include Teflon seats. 3. Sewage Combination Air Valves. a. A.R.I. Combination Air Valve D-025,T,2 for sewage, or approved equal. b. Valve size is 2 inches and shall be threaded. C. Material schedule: 1) Body — Stainless steel SAE 316. 2) Inner Parts — Stainless Steel SAE 316. 4. Check Valve a. A.R.I. wafer -style check valve, NR-010, or approved equal. b. Valve size is 2 or 4 inches. 5. Butterfly Valve a. American AVK HDPE butterfly valve 89-050-PEBFV, or approved equal. b. Valve size is 2 inches. 2.5 CONCRETE VAULT A. Old Castle Enclosure Solutions, H Series 2424, or approved equal. 1. Reinforced concrete or steel lid. PART 3 - EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and leakage and disinfected in specified manner. 3.2 INSPECTION A. Inspect pipe, fittings, valves, and accessories upon delivery and during progress of work. Any material found defective will be rejected by Engineer. Contractor shall remove defective material from site of work. 01447214 PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 2 12/17 ADDENDUM NO. 1 3.3 RESPONSIBILITY FOR MATERIALS A. Contractor responsible for all material furnished by him and shall replace, at his own expense, all material found defective in manufacture or become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. Unless otherwise directed, Contractor shall unload all pipe, fittings, valves, and other accessories at point of delivery, haul to and distribute at site of work. In loading and unloading, lift by hoists, slide, or roll on skidways to avoid shock or damage to materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. B. Place pipe, fittings, and accessories along site to keep as free as possible from dirt, sand, mud, and other foreign matter. 3.5 ALIGNMENT AND GRADE A. Lay and maintain all pipe to lines shown on plans or as established on ground by Engineer. B. Wherever necessary to deflect pipe from straight line in vertical or horizontal plane to avoid obstructions, plumb valves, or vertical/horizontal curves shown or permitted, deflection degree at each joint shall not exceed maximum deflection recommended by manufacturer of type of pipe laid and degree of deflection approved by Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. After trench grade is complete, all bell holes dug, and grade inspected, place pipes and accessories in trench. Carefully lowered all pipe, fittings, and valves into trench, piece -by -piece, by derricks, ropes, or other suitable tools or equipment, to prevent damage to material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into trench. 3.7 CLEANING AND INSPECTING A. Before lowering into trench, inspect pipe again for defects and while suspended, lightly hammer to detect cracks. Reject any defective, damaged, or unsound pipe and materials. B. All foreign matter or dirt shall be removed from inside pipe and from all bells, spigots, or parts of pipe used in forming joint, before pipe is lowered into trench, and keep clean by approved means during and after laying. C. When pipe laying not in progress, close open ends of pipe by approved means, and no trench water allowed to enter pipe. 3.8 LAYING AND JOINTING HDPE PIPE A. Unless otherwise directed, pipe shall be laid to minimize welds. 1. Cut pipe to insert valves, fittings, or closure pieces in a neat and workmanlike manner. pP g 2. Complete jointing for all pipe laid each day, not leaving open joints in trench overnight. When not laying pipe, close open ends of pipe by approved means, and allow no trench water to enter pipe. 3. No pipe shall be laid in water or when trench conditions or weather are unsuitable for such work, except by Engineer permission. 4. Use flanged joints where shown on plans. Install welded joints per manufacturer specifications. �n 01447214 PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 3 12/17 ADDENDUM NO. 1 5. Repair defective welds as Engineer directs. B. Snake line in trench as manufacturer recommends to allow expansion and contraction in varying temperatures. 3.9 SETTING VALVES, VALVE BOXES, AND FITTINGS A. Set valves and fittings at locations shown on plans or locations established by Engineer, and set and joint to pipe specified for pipe installations. All valves buried in ground shall have valve box set over valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking provided for all buried valves and fittings. B. Valve boxes shall be firmly supported and maintained centered and plumb over wrench nut of valve, with box cover flush with surface of ground or as directed and backfilled with gravel and densified native material as shown on drawings. 3.10 EXCAVATION AND TRENCHING A. Excavate trench to lines and grades established by Engineer and as shown on plans. Minimum depth of cover for all pipe shall be 18 - 24 inches unless otherwise shown on drawings. B. Excavate trench to even grade so bottom of pipe will rest on bottom of trench over entire length of pipe. To obtain true, even grade, trench shall be fine graded by hand. C. Correct any part of trench excavated below grade by filling with approved material and compacting thoroughly. D. If ledge rock, rock fragments, or other unyielding material is encountered at bottom of trench, remove to 6 inches below grade, refill with selected material, and thoroughly compact. E. Wherever necessary to prevent caving, adequately support trench. Contractor entirely responsible for assuring trenches are adequately supported to protect workmen and the public. F. Use trench -digging machinery to make trench excavations except in places where operation would cause damages to pipelines, fences, or other existing structures above or below ground. Employ hand methods in such instances. Contractor shall locate all existing underground lines of which he has been advised, whether shown on drawings, sufficiently in advance of trenching operations, to prevent any damage thereto. Oil or gas pipeline operators shall be notified before excavation around such lines so operators may be present during excavation. Use extensive care to prevent damage to lines. Contractor is fully responsible for damage to such line. G. Pile all excavated material to not endanger work or existing structures. Contractor shall dispose excess trench excavation, not used for backfilling, by spreading in thin layer on Owner property adjacent to trench. H. No classification of excavated materials. `Excavation" includes all materials encountered in excavating trenches or structural excavations. I. Properly support all new and existing lines to prevent settlement or damage to line during and after construction. 3.11 BACKFILLING A. Backfill Material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. Selected materials from trench excavations used for backfilling except where special bedding material required. B. Backfilling Under Pipe. All pipe backfilled by hand from bottom of trench to centerline ofpipe with selected backfill material free from rocks or boulders greater than 2 inches or other unsuitable material. Place material in 3-inch layers, moisten if necessary, and thoroughly compact under and on each side of pipe. Backfill material shall be deposited in trench for full width on each side of pipe, fitting, and appurtenances simultaneously. 01447214 PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 4 12/17 ADDENDUM NO. 1 3.12 C. Backfilling Over Pipe. From centerline of pipe to I foot above top of pipe, trench shall be backfilled by hand or approved mechanical methods using materials free from rocks or boulders greater than 2 inches. Moisten material and place in lifts not exceeding 6 inches thick. Compact by tamping to density not less than 85 percent of maximum density at optimum moisture as determined by ASTM D698. Contractor shall use special care in placing this portion ofbackfill to insure placement under and around pipe and avoid injuring or moving pipe. D. Backfilling to Grade. Backfill by tamping from 1 foot above top of pipe to finish grade. Where tamping required, place material in 6-inch layers, moisten if necessary, and thoroughly compact with mechanical tampers from bottom of trench to finish grade to density of at least 85 percent of maximum density at optimum moisture as determined by ASTM D698. LINE TESTING (LEACHATE DISCHARGE PIPING) A. After pipe is laid and joints completed, test each section or run of piping as specified. Contractor bears all cost of providing equipment, materials, labor, and other incidentals required to test pipe lines as specified. Contractor provides suitable means for filling lines and developing required pressure in lines. Testing procedure shall be as follows: 1. Duration of to hydrostatic test shall be minimum four hours. 2. Test pipeline so pressure at lowest point in test section, is at least 100, but not greater than 120 percent of pipe pressure class of pipe, and minimum pressure at highest point in test section is not less than 85 percent of pipe pressure class of pipe. HDPE Pipe: a. Allow heat fusion joints to cure before pressure testing. b. Test medium shall be at same temperature as pipe. C. Test pressure in line shall be 1-1 1/2 design operating pressure at lowest point in system. d. Test performed start to finish in 8 hours maximum. e. Completely fill test section with water and bleed off trapped air. f. During expansion phase, pressurize to test pressure and add water during each of the first 3 hours to return to test pressure. g. Reduce pressure by 10 psi and conduct a one-, two-, or three-hour test period. Record leakage. h. For 4-inch or smaller line, the following leakage amounts are allowed: 1) One —hour testing:.13 gallons per 100 feet of pipe. 2) Two—hour testing:.25 gallons per 100 feet of pipe. 3) Three—hour testing:.40 gallons per 100 feet of pipe. i. Contractor to coordinate testing procedure with pipe manufacturer used in project. END OF SECTION 01447214 PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 5 12/17 ADDENDUM NO. 1 1 L SECTION 02824 - LITTER FENCE N & COOp� OF i PART 1 -GENERAL " •• • •• . 1.1 SUMMARY Q %*:......................:*,�i n TODD E. STIGGINS 1�... .........I.............�.../ A. Section includes all labor, equipment, and materials to construct / 107769 ; Z. a new litter barrier netting system at the West Texas Region o�,lC 5��• Disposal Facility (WTRDF) at Abernathy, TX. The new netting s; •••••'•� �" system must match existing netting system exactly to maintain Ilk integrity of the original design scheme. Any alternates to materials, design, or scope listed herein, must be preapproved by Engineer before delivery to site. 12/7/17 B. Scope of work includes a two-year installation warranty. The fence will be constructed as one section and will attach to existing fencing. C. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submit the following: 1. 5/16-inch cadmium steel attachment snap. 2. Proof all hardware used is considered "Pole Line Hardware" and will be per ANSI, ASTM, IEEE, or NEMA. 3. Sample of 5/16-inch cable with specification sheet. 4. 5/8- x 14-inch hot -dipped galvanized steel bolt. 5. 5/8-inch hot -dipped galvanized thimble eye nut to use for all horizontal terminations. 6. Specification sheet on 5/16-inch preformed cable grips. 7. Bill of sale indicating pipe used in fabricating poles is new and unused. 8. Independent lab results indicating material properties of steel pipe used in pole fabrication. Results include pipe wall thickness and tensile strength. 9. Technical Data Sheets on primer and final coats for pole finish. 10. Pole and foundation calculations indicating both meet demand required for 90 MPH wind speed, Exposure C with netting considered 25 percent solid. 11. Shop drawings showing an overhead view of pole layout, elevation drawings showing overall height and placement of horizontal cables and guy wires. Drawings must also show pole embedment depth, bore diameter, and description of required backfill material. Drawings shall be signed and sealed by a Professional Engineer licensed in the State of Texas. 12. Copy of Contractor written two-year installation warranty. 13. Copy of written six -year manufacturer netting warranty. 14. Copy of netting invoice to assure specified netting is supplied for project. 1.3 QUALIFICATIONS A. Provide list of five installations completed similar in size and scope to this project. Provide brief explanation of each. All five must be steel pole installations and two of five must be at least five years old. Include contact information. 01447214 12/17 LITTER FENCE P IN In l] 02824 - 1 ADDENDUM NO. 1 { i'_" PART 2 - PRODUCTS 2.1 POLES A. Round steel poles must be constructed from new, unused pipe. B. Pole spacing will be 50 feet OC. C. Poles and foundations must be designed for 90 MPH winds, Exposure C as per ASCE 7-05. D. Netting considered 25 percent solid for engineering calculations. E. Poles will have an outrigger at the top on a 45-degree angle toward cell site. Outrigger will be 5 feet, 3 inches long on center line (see drawings for pole and foundation specifications). F. Pole finish must be one coat of Zinc Chromate Iron Oxide Primer as provided by Stabler Paints and two coats of STACO #1841 black enamel weather -resistant finish, or Engineer -approved equivalent coating. Color will be black. 2.2 NETTING A. Netting considered 25-percent solid for engineering calculations. Netting to be Redden #970 polyester netting with average 173.9-pound mesh breaking strength, 2 1/2-inch stretched mesh, 1-inch single bar measure, four -needle raschel knotless construction, manufactured with UV -treated yarn and additionally coated with black, resin dye and bonding treatment. Mesh break strength determined per ISO 1806. B. All sections of netting component considered to 3/8-inch, braided, black perimeter rope, minimum 3,500-pound breaking strength. Additionally, net panels to have internally -constructed vertical and horizontal ropes of same material. All rope locations on net panels correspond to as -built net panel suspension and support cables constructed to pole structures. All net panels to be custom fabricated to as -built measurements of pole/cable structure to provide taut panel upon completion. C. Attachment of net and rope components made with #48 braided polyester twine, minimum 375-pound tensile strength, treated black. Attachment twine shall continually encompass netting component and tied to rope component via a clove and half hitch knot ±6 inches OC, never to exceed 8 inches OC. D. Netting system accompanied by written, six -year manufacturer warranty, not pro -rated. Netting system available from r2edde., Marine Supply, Ine. Redden Nets from LFS Marine & Outdoor Industrial and Sport Netting Division. Vendor provides copy of netting invoice to assure specified netting is supplied for project. 1. Netting Component: a. Redden Nets # 970 polyester netting; 1-inch mesh size. b. Long stitch knotless join. C. UV -treated yarn with resin dye and bonding treatment. d. 173.9-pound average single mesh break strength. 2. Attachment Twine/Hanging Twine: a. #48 braided polyester twine. b. 375-pound tensile strength. C. Dye treated black. 3. Perimeter Border and Ribline/Verticals: a. Braided synthetic cover. b. Parallel synthetic core. C. 3,500-pound tensile strength. E. Submit a sample of netting intending to and independent lab results using methodology z ISO 1806 showing minimum average mesh breaking strength of 173.9 pounds for sample submitted. 01447214 LITTER FENCE 02824 - 2 12/17 ADDENDUM NO. 1 2.3 F. Netting consists of 20 panels, 50 feet wide x 30 feet tall. All attachment snaps will be t 5/16-inch cadmium steel. Nickel or zinc -coated snaps are unacceptable. A. All vertical, horizontal, and guy cable must be 5/16-inch, extra -high strength, seven -strand, galvanized steel with 11,200-pound capacity. All horizontal cables must pass through a three -bolt clamp at each pole unless terminated at pole. Three -bolt clamps tightened down after horizontal cables tensioned and before netting hung. All cable terminations with 5/16-inch, preformed, cable grips. Thimble eye nuts required for all horizontal terminations. Use guy hooks for down guy terminations. Wrapping cable around poles is unacceptable. All bolts will be 5/8-inch, hot -dipped, galvanized steel with minimum 13,550-pound tensile strength. B. All hardware; supporting bolts, washers, clamps, and other hardware considered "Pole Line Hardware" and conform to specifications of ANSI, ASTM, IEEE, or NEMA. PART 3 - EXECUTION 3.1 LABOR A. All labor, equipment, and shipping charges must be included. 3.2 CLARIFICATIONS A. Contractor must spread all soil spoils evenly around each pole location. B. Contractor identifies any digging issues as a result of rock drilling, boring, blasting, casings, or soil stabilization and notifies Engineer of any additional expense before proceeding with work. C. Contractor to use extreme caution to prevent damage to Owner's property including turf, liner systems, sidewalks, parking lots, roads, etc. D. Any variances from specified products or design must receive approval by Engineer before delivery to site. 01447214 12/17 END OF SECTION LITTER FENCE 02824 - 3 ADDENDUM NO. 1 TEXAS ADDENDUM 2 Updated Plan Drawing G-002 & Clarifications ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility DATE ISSUED: December 12, 2017 OPENING DATE: December 14, 2017, at 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Updated Plan Drawing G-002 On page G-002 from Addendum 1 and the original drawings, there is a note by the scale house saying "NEW LEACHATE COLLECTION SYSTEM (SEE SHEET C-405). But there is no C-405 included in the addendum or drawings. Please see the attached updated page G-002 which deletes reference to C- 405 and refers to page C-502. Clarifications 1. On detail C 1 on page C-501. It should say Non -Reinforced Geosynthetic Clay Liner. a. Please see attached revised plan drawing. 2. Refer to Section 01025 —MEASUREMENT AND PAYMENT, 1.24 — DOUBLE -TEXTURED GEOMEM 3RANE LINER, which states "Payment made for providing and installing a 60-mil- thick HDPE liner overlain by another 60-mil-thick HDPE liner..." Bid Item 35 shall include TWO textured geomembrane liners. The total lined area is 25,250 SF. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(2cmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK4�YOU, 700; F&I" CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Director of Purchasing and Contract Management if anv language. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. GMP 11 13: cn O Lo GMP 12 (91 x MW-15 A MW-14 EXISTING LEACHATE POND GMP 13 Qqm AL MW-13 ,to)Lo '006 co z GMP 14 1100 CN - — — — — — — — - PROPOSED 6" PERFORATED LEACHATE PIPE - — — — — — — — - PROPOSED 12" SUMP RISER PIPE CONNECTION WELD TO EXISTING LINER EXISTING EDGE OF LINER PROPOSED LINER EDGE 41� PROPOSED LINER MARKER NON -REINFORCED GCL, SMOOTH GML REINFORCED TEXTURED GML ALL WEATHER SURFACE EMBANKMENT AREA LINER COVER TERMINATION BERM — — SWALE CENTERLINE ---------- LIMITS OF DIRT ROAD --—-—-- EDGE OF POND LINER EMBANKMENT/FILL EXCAVATION I I DUAL GM LINER/GCL CONCRETE PAD/GM/GCL CONCRETE PAD GSE STUDLINER SAND TUBES SEEDING (AS SPECIFIED) A 7-1 oziC-564 OUIt I 4'-0" 6'-0" 2'-6" 113 ;HOR -/ DETAIL 2'-0" HOR TRENCH AT PERIMETER C4 ANCHOR TRENCH DETAIL J Q� Oz col OZ) U cr I LIMIT OF GML GMLER MARKER I @ CORNER SEE 4'-0" 4'-0" PLANS, B3/C-504 SACRIFICIAL GEOMEMBRANE (10' SHEET WIDTH) 2'x 1' TERMINATION TRENCH Pate Intentionally Left Blank Fil I I u I ro I I W W City of Lubbock, TX ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell S at West Texas Region Disposal Facility Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm Is FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 10. Complete and submit the LIST OF SUB -CONTRACTORS. 11. s Completed CONTRACTOR'S STATEMENT OF QUALIFICATIONS DOCUMENTS REOUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 12. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 13. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. R.E. Monks Construction Company, LLC (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS _t 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-4. SAFETY RECORD QUESTIONNAIRE 3-5. SUSPENSION AND DEBARMENT CERTIFICATION 3-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 10. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS BACON WAGE DETERMINATIONS 13. SPECIAL CONDITIONS (IF APPLICABLE) 14. SPECIFICATIONS I r), P I I Pale Intentionally Left Blank H I I NOTICE TO BIDDERS ITB 18-13633-TF Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of - Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 200 p.m. on December 12, 2017, 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: Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility After the expiration of the time and date above first written, said sealed bids will be opened in the f office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 _p.m. on December 12, 2017, and the City of Lubbock City Council will consider the bids on January 11, 2017, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for the construction phase of this project is $6,121,740. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on November 29, 2017, at 10:00 a.m., at 1625 13th Street, City Council Conference Room, Suite 201, Lubbock, TX 79401. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from hqp://ww-w.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers _ available at most public libraries. i_ Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763- 7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) Days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Marta ,ACvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m., on December 12, 2017, at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB 18-13633-TF, Development of Final Phase of Cell VI at Caliche Canyon & Development of v Cell 5 at West Texas Region Disposal Facility" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must x be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for snaking certain bids are delivered to the Purchasing and Contract ' Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an - addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held November 29, 2017, at 10:00 a.m., at 1625 13th Street, City Council Conference Room, Suite 201, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. i 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, 4 0 the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. �K 7 LICENSES, PERMITS, TAXES q The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. -4 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the I_ General Conditions. . 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION -< TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Sr. Buyer City of Lubbock Purchasing and Contract Management Office 1625 13a' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: tkflores@mylubbock.us Bidsync: www.bidsync.com 7 13 14 15 16 17 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 270 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may --- be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the �_ Contractor from the City. In all cases where written permission is obtained for the use of explosives, 24 25 W 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. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 10 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor z or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and t agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars ($60) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or . z 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. 1 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the ' bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name: � 11 I 30 31 29.3.2 Bid for "ITB 18-13633-TF, DEVELOPMENT OF FINAL PHASE OF CELL VI AT CALICHE CANYON & DEVELOPMENT OF CELL 5 AT WEST TEXAS REGION DISPOSAL FACILITY" 29.3.3 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (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 reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these 12 projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 40 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard -- to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project u 13 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not -' less than the general prevailing rate of per diem wages for the work of a similar character in the localityin which the work is erformed and not less than the general prevailing rate of per p g p g p � diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.aspx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock sixty dollars ($60) for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. In _ U 14 BID SUBMITTAL FORM Page Intentionally Left Blank BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: December 14, 2017 PROJECT NUMBER: ITB 18-13633-TF, Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility Bid of R.E. Monks Construction Company, LLC (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID 1— DEVELOPMENT OF FINAL PHASE OF CELL VI AT CALICHE CANYON OM DESCRIPTION UNITMEASURE ESTIMATED UNIT PRICE EXTENDED AMOUNT 1 Mobilization/Demobilization LS 1 2 Excavation CY 18,150 j , G c, 191 p y4. pD 3 Embankment Fill CY 9,600 'r OD q.�Za od 4 Subgrade Preparation (Floor) SF 53,450 � a,os � 'u?a.sv 5 Subgrade Preparation (Slopes) SF 129,500 010 i oo 6 Smooth Geomembrane Liner SF 53,450 (Floor) 0, bO 3Q1070,00 7 Textured Geomembrane Liner (Slopes) SF 129,500 0400 0 I .i Oil-&0 1 ITEM NO. DESCRIPTION UNIT OF MEASURE ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 8 Protective Soil Cover (Floor) SF 53,450 Otaly 10O,O 9 Protective Soil Cover (Slopes) SF 129,500 D 20 a S q Co. 00 10 Site Signage LS 1 11 Erosion Control LS 1 ifs tbu,o0 tt, UW , oa Total Amount Bid (Items 1-11) $ r "10 G co an case of discrepancy between Unit Price and extended total far a bid item, unit price will be taken.) BASE BID 2 — DEVELOPMENT OF CELL 5 AT WEST TEXAS REGION DISPOSAL FACILITY ITEM NO. DESCRIPTION MEASURE ESTIMATED UNIT PRICE EXTENDED AMOUNT 12 Contractor Mobilization/Demobilization LS 1 ��1, b-0u • uo Ltd Sa0.60 13 Excavation CY 590,000 f Lo 9'14',Ctz,ov 14 Embankment fill CY 2,200 15 Geosynthetic Clay Liner (Non- Reinforced) SF 755,300 011t0 0,0V 16 Geosynthetic Clay Liner (Reinforced) SF 115,550 (>, SS' G 31 552- So 17 Smooth Geomembrane Liner SF 755,300 O, S o 377,�u C1 Ao 18 Textured Geomembrane Liner SF 115,550 0.70 $a 8�sva 19 Geocomposite Drainage Layer SF 870,850 0+ 11 - Li 3s. Q,2500 20 Gravel Drainage Material CY 630 r Q , ao 5"G ?©r7 40 r M."' 1 ITEM NO. DESCRIPTION UNIT OF MEASURE ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 21 Geotextile Fabric SF 21,500 U.4S 9, 6Z. CL> 22 6-inch PE Piping LF 11770 Z p 3 x. DIY, w 23 12-inch PE Piping LF 260 L/ 24 Protective Soil Cover (Floor) SF 755,300 0, rp '75, ,S327. are 25 Protective Soil Cover (Slopes) SF 115,300 26 Site Signage LS 1 1, 000, CD 1� aoo, va 27 Wheeled Sump Pump, Control LS 1 Panel and Wiring 33,600, oa 3 3, $cA. w 28 Sump Access Structure LS l 4, ova. ®Q 4, oay.00 29 Caliche Access Pad SY 3,800 13, So 6-1, 3 w- do 30 Seeding LS 1 11603 u o J, Gv©, 0 7 31 Litter Control Barrier Fence LF 900 : 00 ��� � 40 LEACHATE EVAPORATION, POND . 32 Excavation CY 25,500 1. G to Z/Q, ov 33 Embankment Fill CY 850 l,ov �Sv,oa 34 Geosynthetic Clay Liner (reinforced) SF 25,250 /, d J„2 . oU 35 Double -Textured Geomembrane Liner SF 25,250 1.90 1179 %S.OD 36 Reinforced Concrete Pavement SY 260 Zj- 6i OD 37 Remove Existing Leachate Force LF 500 ? _ 4 32.5 Main Piping 38 Leachate Dual Containment Force Main LF 2,200 3 2•� 70, 41oo. v o 39 Sand Tube LS 1 p� Gut, 00 I t7, OoD, Ut) *11J, M 31 G r NO. DESCRIPTION 1 MATURE STIMAI ED UNIT PRICE EXTENDED AMOUNT 40 GSE Studliner LS 1 /, 5vd, Sao 101 Apo, Total Amount Bid (Items 1240) z, 8 yr; 311,Sa TOTAIL BASE BID I and BASE BED 2 (ITEMS �t � CIGD, 3 �, 00 r] Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $250 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. t_ Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. P-J The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (501a) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him ��/� Bidder's Initials REVISED Enclosed with this bid Is a Cashier's Check or Certified Check for N/A Dollars or a Bid Bond in the sum of 5% of amount -of -bid Dollars (S )ooOWOc }, which. It Is agreed shall be collected and retained by the Owner as Uquidated damages In the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Cfferyl A. Bergst Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 12/08/17 Addenda No. .1 Date 1 /19 7 Addenda No. Date Addenda No. Date MI"E Fvm: Date: December 14, 2017 A orized Signature George S. Wehner (Printed or Typed Name) R.E. Monks Construction Company, LLC Company 8355 Vollmer Road Address Black Forest El Paso City, County Colorado 80908 State Zip Code Telephone: 719 - 495-3621 Fax: 719 - 495-0467 FEDERAL TAX ID or SOCIAL SECURITY No. EMAIL: estimating@remonks.com FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $50, 000): Date P.OJContract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. trait. *A1A Document A31OTM — 2o10 CONTRACTOR: (Name, legal status and address) FR. E. MONKS CONSTRUCTION COMPANY, LLC 1431 Greenway Drive South, Suite 800, Office 830 Irving, Texas 75040 SURETY. (Name, legal stasis and principal place of hirsiness) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA One Tower Square OWNER:- cc�� Hartford, Connecticut 06183 CIrTY Ia LUBBOCK,rTEXAS addrersJ MARTA ALVAREZ, DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT 162513th Street, Room 204 Lubbock, Texas 79401 BOND AMOUNT: Five percent (5%) of the Total Amount of the Bid PROJECT. (Name. location or address. and Project number. if any) This document has Important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor. Stuety, Owner or other party shall be considered Plural where applicable. IT818&13633•TF Development of Final Phase of Cell VI at Cakhe Canyon & Development of Cell 5 at West Texas Region Disposal Facility The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs. executors, administrators. successors and assigns. jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor. and the Contractor either (1) enters into a contract with the Owner in accordance with the terms ofsueh bid. and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner. for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents. and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor. the terns Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project. any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished. the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 12th day of December, 2017 R. E MONKS CONSTRUCTION COMPANY, LLC y_.� _ (on►ractsPn ia) (Seal) (1'x(Contractor p ASSI TANT SECRETARY Itle GESt1EiNER, VICE PRESIDENT TRAVELERS CASUALTY PANY OF AMERICA B (Sir 1 (Seat) 0171n ) Cynthia M. Burnett. Littleton, Colorado (rule) Do J. o _ , ttomey4Fact v CAUTION: You should sign an original AIA Contract document. on which th at ap in RED_ An original assures that changes will not ba obscured. _ AIA Doeamenn A310TM — 2010 (mv.104014 copyright O 1"M 1970 and 2010 by The Amefte l trWAute Of Archilads. M rights reserved. WARNING: This AW Document is protected by U S. Copyright Law and international Treaties. Unauthorised reproduction or disinbutron of this AIA' Document. or any portion of n. may result In severe civil and criminal penaales, and wilt be prosecuted to the maximum extent possible under the law. Punshasors are pamdtted to reproduce terl (10) copies of Oft dopNnent vAun completed To report copyright violations of AIA Cen"d Doaanents, &mM Ths American Iaftits of Architectslegal counsel. ospydght&isaag. atbuvsr. WARNING; THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • POWER OF ATTORNEY TRAVELERSJFarmington Casualty Company St, Paul Alercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 224802 Certificate No. 007340430 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St, Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the Stale of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the taws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Douglas J. Rothey, Cynthia M. Butncit, and Erik Ulibarri of the City of Littleton State of Colorado their true and lawful Attorncy(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, IN WITNESS WHEREOF. the Companies have caused this instrument to he signed and their corporate seals to be hereto affixed, this 22nd day of August , 2017 , Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 6 y pO}r*M._�XS4t9 sa� 1»6Yq'� �"11 4", Ct filly y r Z �S4A009., if'n yQL''�ft?YO r$AlfiP q 4� C (00(90(00 u l J^s l KWtt ttAWtl^�r. ` Ri,�o" j4SSRL,=r° y tot o ae c'� t896 fs . ►W r$ , r� 1� �� � � art pNtb`- State of Connecticut City of Hanford ss. By. a Robert L. Raney, Senior rice President On this the 22nd day of August _i 20I7 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. RN Marie C. Torcault, Notary Public r 58440-5•t6 Printed in U.S.A. i. _� I I I I I I Paae Intentionally Left Blank ri I I H I r, City of Lubbock Bid iTB 18-13633-TF CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: B For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". WIIIIKKOQa• f s r @l UM (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 21 11/10/2017 2:51 PM 24 City of Lubbock Bid rrB 16-13633-Tf Contractor's General Information Organization Doing Business As R.E.Monks Construction Company, LLC Business Address of Principle Office 8355 Vollmer Road Black Forest CO 80908 Telephone Numbers Main Number 719-495-3621 Fax Number 719-495-0467 Web Site Address www.remonks.com Form of Business (Check One) A mpoiitOt a LLC A Partnership An Individual Date Alt BOUP aLllW Organized 1965 State Organized Arizona Chief Executive Officer's Name Daniel R. Monks President's Name N/A Georcte S. Wehner I Vice President's Name(s) 4Secretary's Name Cheryl A. Be st urer's Name Cheryl A. Ber st of Organization N/A State whether partnership is general or Name Business Address Average Number of Current Full Time Average Estimate of Revenue for Em to ees 125 the Current Year 22 11/10/2017 2:51 PM City of Lubbock Bid ITS 18-13633-TF Contractor's Organizational Experience Organization Doing Business As R.E. Monks Construction Company, LLC Business Address of Regional Office 1431 Greenway Drive South Suite 800 Irving, TX 75038 Name of Regional Office Manager Geor a Wehner Telephone Numbers Main Number 719-495-3621 Fax Number 719-4 5-0467 Web Site Address www.remonks.com Ill 11 ON: III i List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date Monks Construction 1965 1983 R.E. Monks Construction Company 1983 1997 R.E. Monks Construction Company, LLC 1997 Present List of companies, ferns or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership N/A Years experience in projects similar to the proposed project: 52 7N/A As a General Contractor 1 52 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. 23 11/1012017 2:51 PM p• 26 City of Lubbock Bid ITB 18-13633-TF H Contractor's Proposed Key Personnel Organization Doing Business As R.E. Monks Construction Company, LLC Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Please see attachment #001- Company Organizational Chart Monks Construction is an limited Liability Company that is managed by the CEOtPresident - Daniel Monks The company is managed in few divisions, PreconstructionlEstimating, Operations, and Equipment. These divisions are managed by the Vice President - George Wehner with each division having their own Managers. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational can. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Please see attachment #002 - Project Organizational Chart The project will be managed by our Project Superintendent who will have over site of the daily operations, subcontractors and suppliers. The Project Superintendent reports to the Off site Project Manager, General Superintendent and Vice -President. The Project Safety Officer is off -site and performs initial and periodic risk assessments and project safety reviews. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager George Wehner Jason Greer Project Superintendent Donald Lane Tom Herrera Project safety Officer Leroy Garcia Jason Greer Quality Control Manager Donald Lane Tom Herrera If key personnel are to fulfill more than one of the roles Iisted alcove, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. r, 24 1111012017 2:51 PM City of Lubbock 010 11 is I I r, I Proposed Project Managers Organization Doing Business As R.E. Monks construction Company, LLC Organization Name of Individual George Wehner I ears of Experience as Project Manager Years of xve . cc Project 28 Years of Experience with this organization 17 Number of similar projects as Project Manager 15 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Proiect Estimated Project ComWetion Date EVOC Training Center 10% February 2018 DADS Landfill 10% January 2018 Misc Business Management 80% N/A Reference Contact Information (fisting names indicates a roval to contactingthe names individuals as a reference) —Raitt Name Robert Allen Name D059— Title/ Position Construction Manager Title/ Position Proiect Ennineer Organization Freese and Nichols Organization Denver Water Telephone 817-944-1802 Televhone 303-893-2444 E-mail robert.allen(&-keese.com E-mail doug.raift@denverwater.org I Pwiect JB3 Balancing Reservoir Project Foothills VVTP Landfill Closure Candidate role on 'ida ro ect; Pro ecton Name of Individual Project Sponsor Candidates role Project Sponsor Pro'ect Jason Greer Years of Experience as Project Manager Years of Experience with this organization 12 6 Number of similar projects as Project Manager 8 Number of similar projects in other positions 12 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Daft Pikes Peak National Cemetery 15% March 2018 Pueblo Depot SWMU 60 Landfill Closure 15% March 2018 Misc Business Management David Payne 70% Name Tommy N/A Bartlett Nam Tide/ Position Construction Manager Title/ Position ..Pro ect Manager Orwmization Freese and Nichols Or anization Te- p a Telephone 817-735-7333 Telel-Dhone 719-499-5525 E-mail da €reese.eom E-mail tommy.bartlett(Mtepa-com Project KBR 3rd Cell Foundation Project 4th ID Vehicle Bridge & Road Candidate role on Proiect Project Manager Candidate role on Project Project Manager 25 11110120172:51 PM P. 28 City of Lubbock Bid ITS 18-13633-TF 11 Proposed Project Superintendent Organization Doing Business As Name of Individual R.E. Monks Construction Company, LLC Donald Lane Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent 16 4 10 Number of similar projects in other positions 16 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Pampa Landfill Cell 5A / 6A 100% January 2018 Reference Contact Information(listing names indicates a roval to contactingrzthe names individuals as a reference) Name David Clark Name David Payne Title Position Pro ect Manager Title/ Position Construction Manager Organization Biggs and Mathews Organization Freese and Nichols Telephone 817-563-1144 Tele hone 817-735-7333 E-mail dclark bi sandmathews.com E-mail da freese.com Project Pampa Landfill Cell 5A / 6A I Project KBR 3rd Cell Foundation Candidate role on Project Superintendent Name of Individual Candidate role on Project Superintendent Tommy Herrera Years of Experience as Project Superintendent 20 Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions 1 g 4 Current Project Assignments Name of Assignment Pampa Landfill Cell 5A / 6A Percent of Time Used for this Project 100% Estimated Project Completion Date January 2018 Name David Clark Name Rudy Pasehke, ATE Title/ Position Pro ect Manager Title/ PositionOwner- ro ect RAanaqer Organization s ancl Mathews Organization 21st Century Surveying & Drafting servica Telephone 817-563-1144 Telephone - E-mail d ark i sandmat ews.com E-mail Paschkerud mail.com Project Pampa Landfill Cell 5A / 6A Project Ft. McMurray, Alberta Akpott Expansion Candidate role on Project Superintendent Candidate role on Project Superintendent PI IN I L) 26 11/10/2017 1,51 PM City of Lubbock Bid ITB 18-13633-TF Proposed Project Safety Officer Organization Doing Business As 7Name Individual R.E. Monks Construction Company, LLC Leroy Garcia Experience as Project Safety Officer 13 Years of Experience with this organization 10 Number of similar projects as Safety Officer 20+ Number of similar projects in other positions 20+ Current Pmject Assignments Name of Assignment Percent of Time Used for this Project Estimated Project" Completion Date Company Risk Manger 100% N/A Reference Contact Information(listing names indicates a roval to contact n the names individuals as a reference) Name Mark Ruehmann Name Wa ne Thompson Tide/Position Associate Account Executive Title/ Position Contracts manager anization Lockton Companies Organization Barrick Gold Telephone 303-4 4-6118 Telephone 775-304-7692 E-mail mark. ruehmannlockton.com E-mail wayne ompson amc .com Project Cimarron / 1-25 Interchancie I Project 13arriCk Gold Mine SuppoFF Candidate role on Pro•ect Name of Individual Risk Manager Candidate role on Pmject Risk Manager Jason Greer Years of Experience as Project Safety Officer 2 Years of Experience with this organization 6 Number of similar projects as Safety Officer 2 Number of similar projects in other positions 18 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Pikes Peak National Cemetery 15% March 2018 Pueblo Depot SWMU 60 Landfill Closure 15% March 2018 Misc Business Management Name David Pa ne 70% Name Tommy NIA Bartlett Tide/Position Construction Manager Title/ Position Pro ect Manager Organization Freese and Nichols Organization Te a Telephone 817-735-7333 Telephone 71 -4g _ 2 E-mail da freese.com E-mail tomm .bartle to a.com Project_ KBR 3rd Cell Foundation Project 4th ID Vehicle Bridge & Road Candidate role on Pmject Project Manager Candidate role on Project Project Manager 27 L, 11 /10/2017 2:51 PM p. 30 City of Lubbock Bid ITB 18-13633-TF_ Proposed Project Quality Control Manager Organization Doing Business As Individual TYears R.E. Monks Construction Company, LLC Donald Lane Experience as Quality Control Manager Years of Experience with this organization 16 4 Number of similar projects as Quality Manager 10 Number of similar projects in other positions 16 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Pampa Landfill Cell 5A 16A 100% January 2018 Reference Contact Information(listing names indicates approval to contacting,the names individuals as a reference) Name David Clark Name David Payne Title/ Position Project Manager Title/ Position Construction Manager Organization Biggs and Mathews Organization Freese and Nichols Telephone 817-563-1144 Telephone 817-735-7333 E-mail dclark@big5sandmathews.com E-mail da freese.com Project Pampa Landfill Cell 5A / 6A Project KBR 3rd Cell Foundation Candidate role on Proiect Name of Individual I Superintendent Candidate role on Proiect Superintendent Tommy Herrera Years of Experience as Quality Control Manager 20 Years of Experience with this organization 1 Number of similar projects as Quality Manager g Number of similar projects in other positions 4 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Pampa Landfill Cell 5A 16A 100% January 2018 Name David Clark Name Rudy Paschke, ATE Title/ Position Project Man2ger Title/ Position Owner Pro eet Manager Organization Biggs and Mathews Organization 21st Century surveying & Drafting service Telephone 817-563-1144 Telephone 306-852-0314 E-mail c a san ma ews.com E-mail paschkerudyagmail.com Project Pampa Landfill Cell 5A 16A Project Ft. McMurray, Alberta Airport F-Vansion Candidate role on Project Superintendent Candidate role on Project Superintendent P 11 fl H Il 28 11/1=017 2.51 PM City of Lubbock Bid ITB 18-13633-TF Contractor's Project Experience and Resources Organization Doing Business As R.E. Monks Construction Company, LLC WE Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five cars which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: I . Please see attachment - "Approach" ontract administration 2. anagement of subcontractor and suppliers 3. ime management 4. ost control 5. uality management 6. roject site safety 7. anaging changes to the project 8. anaging equipment 9. e'tin HUB / MWBE Participation Goal Provide a list of major equipment proposed for use on this project. Attach Additional Information if necess Equipment It Primary Use on Project Own Will Lease CAT 631 Scraper Excavation 5 CAT D9 or D10 Dozer Excavation 1 CAT D6 Dozer Excavation / Gradinci 1 CAT Motor radar Grading1 CAT 563 r or Similar Embankment 1 KW 4.000 Gallon Water Truck or Similar Dust Control / Embankment 1 T 95D LoadeE Leachate Pipe / Sump-1 Leachate Pi e i Sum 1 What work will the organization complete using its own resources? Excavation, Embankment, Leachate Drain System, Soil Protective Cover What work does the or anization RMRose to subcontract on this Mject? Geosynthetics, Sump Pump, Seeding, Litter Control Barrier Fence r . 29 11/10/20172:51 PM p. 32 City of Lubbock Bid ITB 18-13633-7Fi_ I_ Contractor's Subcontractors and Vendors Organization Doing Business As R.E. Monks Construction Company, LLC Provide a list of subcontractors that will provide more than 10 percent of the work ased on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm fCOeJ 4V � ` l � L ` N i/! e2 �% ', Provide information on the proposed key personnel, project experience and a description of past relationship and work ex rience for each subcontractor listed above usingthe Project Information Forms. Provide a list of major equipment proposed for use on this ro'ect. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Fum Pw aw AI&V TAW 1 s L7'r �Na �, ,o,� ,t -t x ." x In In H it d 01 11/10/2017 2:51 PM City of Lubbock n a BKIId��i�TTF Current Projects and Project Completed within the last 20 Years Project Owner I Itasca Landfill TX, LP I Project Name I Itasca Landfill General Description of Project: Construction of a 6.5 AC Phase 6B waste disposal area and related structures, and construction of containment dike. Project Cost $1,111,976.95 1 Date Project Completed I August 2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mana er Name Jason Greer Donald Lane Leroy Garcia Donald Lane Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Itasca Landfill TX, LP Designer Ryan Spicer Project Engineer Weaver 817-735-9770 Construction Manager Joseph Benco VP Engr. & Env. Mngt. Republic Services Project Owner Tarrant Regional Water District Project Name I Joint booster Station #3 Suction Reservoir JB3R of the Int. General Description of ProjectConstruction of 2 40M gal. earthen reservoirs, lined w/ geonet composite w/ filter fabric on both sides, 60M HDP liner, & 9" of soil come Project Cost $2,486,626.00 Date Project Completed November 30, 2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name George Wehner Donald Lane Leroy Garcia Donald Lane Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Matt Gaughan, PE Project Manager Tarrant Reg. Water Dist 817-720-4474 matt.gaughan@trwd.com Designer Janice Murphy Project Engineer Freese & Nichols 817-735-7300 jm@freese.com Construction Manager Peter Yard Project Manager ASI Construction, Inc. 719-647-2821 pyard@asiconstructors.com Project Owner Tarrant Regional Water District JProjectName I KBR Third Cell Foundation Project No. CSP-16-051 General Description of Project: Project Cost $10,275,917.05 Date Project Completed March 22, 2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jason Greer Donald Lane Leroy Garcia Donald Lane Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Dorta Koterba Project Manager Tarrant Reg. Water Dist 817-720-4259 dorota.koterba@trwd.com Designer Janice Murphy Project Engineer Freese & Nichols 817-735-7300 jm@freese.com Construction Manager David Payne Project Manager Freese & Nichols 817-735-7300 dap@freese.com 31 City of Lubbock Bid ITB 18-13633-iF Pro ect Information Project Owner City of Pampa Project Name Pampa Landfill Cell 5A-6A General Description of Project Construction of a new cell for the City of Pampa, including excavation of over 435,000 CY, Liner Tie-in, Leachate Trench and Protective Cover Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $1 064,230.00 - Notice to Proceed 8/30/17 Change Orders $0.00 - Contract Substantial, Completion Date at Notice to Proceed 12/28/17 120 Owner Enhancements $0.00 - Contract Final Completion Date at Notice to Proceed 1/31/18 151 Unforeseen Conditions $0.00 - Change Order Authorized Substantial Completion Date 12/28/17 120 Design Issues $0.00 - Change Order Authorized Final Completion Date 1/31/18 151 Total $0.00 - Actual / Estimated Substantial Completion Date 12/28/17 120 Final Cost $1,064,230.00 100% Actual / Estimated Final Completion Date 1/31/18 151 Project Manager Project Sup Safety Officer I Quality Control Manager Name I George Wehner Donald Lane 1 Leroy Garcia Donald Lane Percentaee of Time Devoted to the Proiect 1 15% 100% I n%, 100% Proposed for this Project 10% 100% 5% 100% Did Individual Start and Complete the Project' Yes Yes Yes Yes l Knot, who started or completed the project in their place. j i Reason for chance. Name Title/ Position Organization Tele hone E-mail Owner Brad Pin el Mayor City of Pampa 806-669-5750 Designer David Clark Project Engineer Biggs and Matthews 817-563-1144 dciark@BiggsMdMaQmws.com Construction Manager David Clark Project Engineer Biggs and Matthews 817-563-1144 ddark SiggsAndMathews.com r DougRothe President / Owner uresca a Ins. Services 303-225-8030 dir suresca eins.com r of Issues 0 on-fv�.-l Total Amount 1f___1___J r_�___ involved is 0 Number of Issues ..___..._ 0 Total Amount w.. • .�__. ___ involved in a City of Lubbock Bid iTB 1 &13633-TF Project information Project Owner I Waste Management I Project Name JDADS Landfill Cell 9 Construction General Description of Project New Landfill Cell including over 300.000 CY of Excavation, 28,000 CY of Glass Cutlet Drainage Layer, 129,000 CY of Clay Liner, and a Leachate Drainage System Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $1,261,889.45 - Notice to Proceed 10/06/17 - Change Orders 18 - Contract Substantial Completion Date at Notice to Proceed 12/29/17 84 Owner Enhancements $0.0 - Contract Final Completion Date at Notice to Proceed 1/31/18 117 Unforeseen Conditions $189,398.75 15.0% Change Order Authorized Substantial Completion Date 12/29/17 84 Design Issues $0.0 - Change Order Authorized Final Completion Date 1/31/18 117 Total $189 398.75 15.0% Actual / Estimated Substantial Completion Date 12/29/17 84 Final Cost S1 A51.288.20 115.0% Actual / Estimated Final Completion Date 1/31/18 117 Project Manager Project Sup Safety Officer Quality Control Manager Name George Wehner Bill Obenchain Leroy Garcia Bill Obenchain Percentage of Time Devoted to the Project 5% 100% 5% 100% Proposed for this Project 10% 0% 5% 0% Did Individual Start and Complete the Project? Yes Yes Yes Yes H not, who started or completed the project in their place. N/A NIA N/A N/A Reason for change. N/A N/A N/A N/A Name all Title/ Position Organization Telephone E-mail Owner Marcel Kozlowski Construction Manager Waste Management 303-732-0218 mkozlows@wm.com Designer Neil Nowak Project Engineer SCS Engineers 303-221-1719 Construction Manager Marcel Kozlowski Construction Manager Waste Management 303-732-0218 mkozlows@wm.com Surety Number of Issues 0 Total Amount involved in $0 Number of Issues Total Amount involved in $0 Resolved Resolved Issues Pendin Resolved issues City of Lubbock Bid ITS 18-13633-TF Project Information Project Owner Department of Veterans Affairs Project Name Pike Peak National Cemetery General Description of Project Mass grading, over excavation, finishing grading for National Cemetery. Project includes over 400,000 CY of excavation. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $1,373,752.55 Notice to Proceed 12-2-17 - Chan a Orders $0.0 - Contract Substantial Completion Date at Notice to Proceed 3-31-18 119 Owner Enhancements $0.0 - Contract Final Completion Date at Notice to Proceed 4-30-18 149 Unforeseen Conditions $0.0 - Change Order Authorized Substantial Completion Date 3-31-18 119 Design Issues $0.0 Change Order Authorized Final Completion Date 4-30-18 149 Total $0.0 - Actual / Estimated Substantial Completion Date 3-31-18 119 Final Cost $1273,752.55 100% Actual / Estimated Final Project Manager Completion Date 4-30-18 149 Project Sup Safety Officer Quality Control Manager Name Jason Greer Ray Childs Leroy Garcia Ray Childs Percentage of Time Devoted to the Project 15% 100% 5% 100% Proposed for this Project 10% (ALT) 0% 5% 0% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A NIA N/A N/A Reason for change. NIA N/A Name Titles Position Organization Telephone N/A E-mail Owner Rosa Chandler PPNC SIRE Department of The VA Rosa.Chandler@va.gov Designer Ban J. Bodner Engineer AESGroup Inc 303-841-3922 N/A Construction Manager Randy Garretson Project Manager G&C Fabeon 563-2097175 Randy.Ganatwn@gandcfabcon.com Suret Number of Issues 0 Total Amount involved in7 $0 Resolved Resolved Issues Number of Issues 0 Total Amount involved in $0 Pending Resolved Issues City of Lubbock Bid ITB 18-13633-TF Project Information Project Owner I Tarrant Regional Water District Project Name Joint Booster Pump Station #3 Surface Restoration General Description of Project Removal and re -installation of topsoil on the reservoir slopes. Erosion Control, Grassing and Irrigation. Removal of damaged Soil Cement Liner. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $349,777.00 Notice to Proceed 04/10/17 Change Orders 1 - Contract Substantial Completion Date at Notice to Proceed 10/02/17 175 Owner Enhancements -$13,154.50 -3•7% Contract Final Completion Date at Notice to Proceed 04/01/18 356 Unforeseen Conditions $0.0 Change Order Authorized Substantial Completion Date Design Issues $0.0 Change Order Authorized Final Completion Date Total -$13,154.50 -3.7% Actual / Estimated Substantial Completion Date 10/02/17 175 Final Cost $336,622.50 96.2°!o Actual / Estimated Final Completion Date 04/01/18 356 Project Manager Project Sup Safety Officer Quality Control Manager Name George Wehner Donald Lane Leroy Garcia Donald Lane Percentage of Time Devoted to the Project 10% 100% 5% 100% Proposed for this Project 10% 100% 5% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Matt Gaughan, PE Project Manager TRWD 817-720-4474 matt. au han trwd.com Designer Janice Murphy Project Engineer Freese $ Nichols 817-735-7300 se.com Construction Manager Peter Yard Project Manager ASI Constructors 719-647-2821 and asiconstructors.co Suret Chris Case Manaolno Director Traveler's Casula 720-200-8408 ccose travelers.corn Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved 0 Resolved Issues $0 Pendin 0 Resolved Issues $0 4hibDOCK�l Attachments North weld Landfill — Ault, Colorado I MONKS CONSTRUCTION Project Sponsor "I Equip Manager/Job Mechanics MONKS CONSTRUCTION 611111111 ORGANIZATION STRUCTURE Daniel R Monks CEO/Manager George S. Wehner Vice President General Superintendent ® I Safety/Risk Manager Project Superintendent N - Project Engineer Field Supervisors/Foremen ® _1 Field Engineer WestTexas Regional Landfill Project Organizational Chart Clu-'L8 George Wehner Vice President CONSTRUCTION Leroy Garcia George Wehner Risk ! Safety Manager Project Manager Keith Roberts Donald Lane Project GPS Manager I I Superintendent Geosynthetics Subcontractor Erosion Control Subcontractor DEV OF FINAL PHASE OF CELL VI AT CALICHE CANYON & DEV OF CELL 5 AT WTRDF • Contractor's Project Experience and Resources — Project Approach 1. Contract Administration Contract administration will be completed in a successful manner by expediting the processing of all necessary submittals, shop drawings, RFI's, change orders and any other correspondence items. Monks has been on similar projects that time flow of Information and constant communication between all team members is the groundwork for project success. Monks tracks and files all correspondence items and logs information for tracking communication, changes, RFi's, submittals, etc. Regular updates will be discussed at progress meetings for open items, ball in court, etc. to ensure that all necessary administration items are promptly completed. 2. Management of Subcontractor and Suppliers Monks strongly supports "Partnering". We involve the Owner, Design Engineer, and especially our Subcontractors and Suppliers on major construction projects. Our Team's experience with partnering on some of the most complex projects In the United States over the past 10 years resulted in resolution of problems at the lowest level possible, which prevents small problems from developing into larger problems. "Partnering" is a team -building process that establishes positive working relationships between Monks and other stakeholders. In adopting a partnering approach, all the Project team parties must agree from the beginning of a formal structure using a workshop setting that focuses on creative cooperation and teamwork. Working relationships are carefully and deliberately built based on mutual respect, trust, and integrity. The partnering approach is established on the idea that partnering can provide the foundation for participants to reorient themselves towards a positive approach to problem solving, so that one can foster synergistic teamwork. 3. Time Management The initial schedule will be assembled using input from all project team members. Within the Microsoft Project scheduling application, we use the Critical Path Method (CPM) to model inter- relationships between logically related tasks and validated schedule durations, allowing us to effectively and accurately forecast milestones and project completion dates. The CPM also serves as an early warning system that alerts our project team to potential disruptions to critical - path activities, allowing us to deploy preventive measures or resource leveling as a means of mitigating or minimizing potential schedule delays. Functional responsibilities and costs are assigned within the Microsoft schedule application. We translate the scope, schedule, and budget objectives into a detailed baseline plan to accomplish project objectives. Upcoming schedule issues and resource fluctuations are identified, enabling us to proactively minimize costs, delays, and additional risks to schedule performance. The scheduling system has three schedule levels: master, intermediate, and detail. These scheduling levels will enable The Monks Management to plan, schedule, monitor, evaluate, adjust, and effectively control project activities from the macro -level down to specific and .4* discrete task details. Agreement from all members to work toward the common goal of reducing the duration of the project and meeting all milestone dates will be of critical importance. As work progresses, the schedule will be updated to reflect the work accomplished, work placed on hold, and schedule conflicts that were not anticipated when the baseline schedule was developed. Through dose coordination between management and construction staff, subcontractors and suppliers, and all stakeholders, these conflicts can be resolved. Holding regular schedule review meetings with all stakeholders has been well proven to be the most effective method for identifying any issues that need to be resolved, any slippage in the schedule, items on the critical path that need expediting, or unanticipated events that could cause the schedule to slip. These meetings provide a venue where all issues can be discussed and appropriate action can be taken. 4. Cost Control Monks understands in today's business environment cost management plays an integral part of day to day operations. Understanding the budget constraints and pressures public work projects face, Monks works hand in hand throughout the project process, from pre -bid to project completion, to ensure issues that may arise which were not anticipated (schedule delays, cost overruns, claims, etc) are communicated early to get the entire team involved in proactively reviewing, addressing, and finding the most cost-effective solution possible to mitigate costs. Within our cost estimate we have strived for cost certainty and included reasonable allowances for normal issues (weather, logistics, and labor and resource management) that may arise with the project location. Monks has a capable team, with the experience this project requires, and the ability to self - perform these work features. This knowledge base also allows for the early identification of issues, value -engineering ideas, or alternate means of construction that can assist in cost control. We have the necessary personnel and equipment available, and the backing of the company to ensure what was estimated can be completed and costs thus controlled. Monks prepares our cost estimates based on the same principles used on these projects, and other projects throughout our market area. In our over 50-year company history, we have developed a wealth of information regarding the costs for construction of landfills and other types of work to reference to ensure the most accurate costing is used within our estimates. We track the construction market and ensure we remain competitive with the low -bid job market as well. Our project costs are developed using Heavy Construction System Specialists (HCSS) software and have company proven production rates. Monks uses another HCSS program called Heavy Job Manager to track costs and actual versus projected use of labor, equipment, and materials. This program is used to track real-time costs on a weekly basis to allow us to assess the project progress and make any necessary staffing or equipment changes to meet or beat the project schedule and budget. We can use this software to prepare reports for creation of monthly invoices, update cost estimates, and other Important project information to ensure the project is tracking in a successful manner. Monks will monitor the project budget via these processes. 5. Quality Management Monks Construction Company's core business is Heavy Earthmoving and Grading. We are also a General Engineering Contractor and we do perform general contracting projects in the Mining and Heavy/Highway Industries. Since these industries typically have independent Quality Control (QC) and Quality Assurance (QA) requirements, we have developed the following Quality Plan to enhance the Project/Client specific QA/QC requirements. The core principles of our Quality Plan include: a. 100% Commitment to deliver a quality product to our customers. b. Quality means that our product performs as intended by the designer. c. No Rework and No Callbacks on our products. d. Deliberate and documented Attention to Detail. e. Avoid repeated mistakes through Lessons Learned education. To apply these core principles in an effective manner, we maintain a bottom up Quality Culture. We believe that Safety + Quality + Production = A Safe Production Culture. That message is conveyed as part of our new hire orientation and is expected of all employees in every aspect of their work. Employees are educated on the expectations of the Company, the Customer, and the applicable Regulatory Entities. This education is ongoing throughout their career with our Company and provides us a foundation upon which to build a solid team of managers and administrators. 6. Project Site Safety Safety is a core value and a core part of R.E. Monks Construction's culture. We are committed to the highest standards of safety performance possible. Ongoing education and training along with communication are essential components of our safety program. We evaluate risks inherent in every activity performed every day down to the last detail. Our safety program complies with all federal, state and local regulations, with emphasis on the Occupational Safety and Health Act (OSHA) requirements for construction operations. Working in a landfill environment that may contains hazardous material creates safety concerns that can be mitigated by proper planning, water control, and the proper use of the right equipment. Monk will provide ample water support to ensure that dust is mitigated. Monks also has national accounts will all major equipment manufactures and can ensure that the proper equipment is utilized on the project at all times. In the past three years R.E. Monks Construction Company, LLC has not received a citation from OSHA. R.E. Monks Construction Company, LLC has maintained an Experience Modification Rate (EMR) of less than 1 for over four years. Currently Monks Construction Company has an EMR of 0.74 for 2017. In the prior three years the company's EMR has been as follows: 2016 — 0.82, 2015 — 0.82, and 2014 — 0.96. 7. Managing Changes to the Project Monks understands that a project of this scale may have some areas where issues arise. Monks has the experience, foresight, and expertise to assist City of Lubbock to avoid and/or mitigate these potential issues. Monks works diligently to understand the plans, specifications and schedule to find and address any potential disagreements, ambiguities, or items that pose potential delays to mitigate issues as soon as possible. Changes in work will be formally tracked using a Potential Change Order (PCO), with clear direction and associated Contract Drawings to outline the change. A change order log will be developed and reviewed at progress meetings. Using past successes on other projects with City of Lubbock, Monks is confident as a project team we can prevent the majority of issues before they arise, and promptly and in the best interest of those parties involved, come to a quick resolution. 8. Managing Equipment Monks Construction is widely recognized for operating a fleet of well -maintained late model equipment. Construction Equipment Magazine has listed Monks as a Top 200 U.S. equipment owner since 1995 in its annual Equipment Giants Edition. Our current fleet maintains the highest EPA emission requirements and our service division utilizes state-of-the-art fluid handling equipment and methods to ensure EPA compliance. equipment availability Monks Construction and its national account alliances also ensure fuel, tire and equipment availability for any project we undertake. These relationships allow us to quickly mobilize and operate the equipment required to execute any project. We incorporate a state -of -industry philosophy toward equipment maintenance, providing a solid basis for the timely completion of jobs utilizing optimum 9. Meeting HUB / MWBE Participation Goal This project requires limited subcontracting, yet Monks is committed to providing HUB and MWBE Subcontractors and Suppliers the opportunity to contract with Monks as a member of the project team. These opportunities range for major subcontracting scopes, permanent material supply, incidental services, and construction and equipment supplies. Monks understands that the subcontracting program and initiatives do not stop after the project is bid and awarded. As projects scopes change, opportunities can arise for additional contracts to be awarded. Monks will pursue Hub Zone, DBE, MNVBE companies first for these new opportunities. g FalconEnvironmental I.Jlnln� Systems, Inc. 11.0. Box 430E Odessa. TX 797E0 5200 Johnson Ind. Odess i.'I'X 79764 RESUME ON KEY PERSONNEL Phone 4,12 - 366=2611 Fax 432 — 366-2999 Lintlit OYouds — President with Fit]eon Environmental Lining Systems, Inc. from inception. Duties include management. ement. Experience — 26 rears in industry and 25 years in installing; High Density Polyethylene. Bryan Brooks Vice President & General Manager 24 years with Falcon Environmental Lining Systems, Inc. Duties include minigement, esthunting and sales. Experience - installing over 10 million square feet of High Density Polyethylene. Armando Larn Project Manager/Supervisor 25 years with falcon Environmental Lining Systems, Inc. Duties include project oversight, job coordination of crews, overseeing proper welding and testing techniques in field operations. Experience _. installing over 110 million square feet of fligh Density Polyethylene. Rulmi Larn — Site Supervisor 24 years with Falcon Environmental Lining Systems, Inc. of crews, laying materials, seaming, testing, and repairs. of high Density Polyethylene. ltafnel Munoz— Foreinitnli*vliisterSeamer Duties include project oversight. job coordination Experience installing over 100 million square feet 17 years with Falcon Environmental Lining Systems, Inc. Duties include overseeing labor and installation, laying ntiaterials, scaiintig, testitig itnd repitirs. Experience — installing over 90 million square lect of Fligh Density Polyethylene. Ilaldemar Escarcegn - Fonnanftvlaster Scamcr 12 years with Falcon Enviromnental Lining Systems, Inc. Duties include laying materials, seamitag, testing and repairs. Experience - installing over 65 million square li'ct of ] ligh Density Polyethylene. Welder will Inc listed at a later date. t FalconEnvironmental Lining Systems, Inc. 11.0. Box 4306 Odessa.1;\ 79760 5200 Johnson Rd. Odessa. T\ 79764 Phone432 366-2611 Fax 432-366-�999 9/I3/I7 ` PARTIAL EXPERIENCE RECORD OF COMPLETED INSTALLATIONS t e AEP/WTU OKLAUNION POWER STATION - Mr. Randy Chapman POND LINER POND #1 1 12567 FM Road 3430 2001 1,458,266 sq. ft. 60 mil HD Smooth Vernon. 'Texas 76384 328,500 sq. ft. Gcotextile 8 oz. 940/886-2740 Cell 940/886-8660 ' 2002 POND LINER PONDS #8. 9, & 10 3,01 1,954 sq. ft. 60 mil I -ID Smooth 657,000 sq. ft. Gcotextilc 8 oz. 2003 POND LINER POND #2 1,622,880 sq. f't. 60 mil HD Smooth 355.500 sq. 11. Geotextile 8 oz. ` 2008 POND LINER POND #3 1.182,510 sq, ft. 60 inil HD Conductive Sm. 342,297 sq. ft, 8 oz Geotextile 2009 POND LINER POND 44 1,304.100 sq. ft. 60 inil 1-1D Conductive Sm. 243.000 sq. ft. 8 oz. GeoteNtile 2010 POND LINER PONDS #12. #13 1.233,844 sq. ft. 60 mil HD Conductive Sm. 2011 POND LINER PONDS #1, #5 2.796,570 sq. it. 60 mil I ID Conductive Sm. ABiLENE ENVIRONMENTAL LANDFILL Mr. Roy Knowles JONES COUNTY SOLID WASTE 11.0. Box 3252 LANDFILL CELL 41 Abilene. TX 79604-3252 2015 172.960 sq. ft. 60 mil I ID Smooth 325/668-8327 76.970 sq. ft. 60 mil I -ID -I' -I`cxtured 25,800 sq. ft. Geotextile 172,960 sq. It. 1-Sd. Geocomposite 76.970 sq. 11. 2-Sd. Geocomposite 2014 CELL 1-21B 114.153 sq. ft. 60 mil HDPE Smooth 114,153 sq. ft. S-Sd. Geocomposite 44,890 sq. ft. 60 mil FIDPE Textured 44,890 sq. ft. Dbl.-Sd. Geocomposite 11,997 sq. ft. 12 oz. Geotextile .1.D. ABRAMS, L.P. Mark DeFlarde 1 171 Larry Mahan E 1 Paso, Texas 79925 915/593-7393 AMERICAN COTTON GROWEW Gerald Gohlke P.O. Box 430 Littlefield, TX 79339 806/385-6401 CITY OF EL PASO — CLINTLANDFILL 2004 822,847 sq. ft. 60 mil HD Smooth 97,641 sq. 11. 60 mil HD Textured 898,288 sq. ft. 8 oz. FabriNct. 2-sided 800,646 sq. 11. Non -reinforced GCL 97.641 sq. it. Reinlbrced GCL 36.000 sq. 11. Geotextile 8 oz. 2005 2006 BEAVERS CONSTRUCTION COMPANY Mr. Skipper Beavers P. O. Box 149 1998 Bowie, 'Texas 76230 940/872-3822 2001 2002 LAGOON LINERS 630.000 sq. ft. 60 mil I11) Smooth 105,609 sq. ft. 60 mil I ID Smooth CITY OF WICHITA FALLS LANDFILL CELL 13 & CAP 378,630 sq. ft. 60 mil HD Smooth 378.630 sq. ft. 60 mil I IDT 490,086 sq. 11. 40 mil I.LD 464.796 sq. 11. Geocomposite 420,390 sq. 11. Geotextile CITY OF WICI IITA BALLS LANDFILL CELL 1 608,580 sq. ft. HD Smooth 46,800 sq. 11. 11 DT 2-sided 605,500 sq. ft. Geocomposite 8 oz. I -sided 63,747 sq, 11. Geotextile 8 oz. CITY OI' GARLAND LANDFILL CELL 2 649,806 sq. it. 60 mil FID Smooth 60.853 sq. ft. 60 mil I IDT'I'extured 684,979 sq. ft. Geocomposite 2-sided 97.200 sq. ft. Geotextile C.F..IORDAN COMMERCIAL, L.P. 7700 C.F. Jordan Drive 2006-2007 El Paso. TX 79912 CRA ENVIRONMENTAL SERVICES Mr. Shawn Cooper 13431 Callen Blvd. Houston. Texas 77047 1998 713/734-3090 2000 2001 2001 CHARTER WASTE MANAGEMENT, INC. Mr. Roy Knowles 12035 W. Murphy Odessa, Texas 79763 325/668-8327 3 AFTON GENERATING STATION PONDS 348.300 sq. ft. 80 mil I ID Smooth 371,925 sq. ft. 40 mil HD Smooth 351,000 sq. ft. Hypernet CITY OF LAREDO LANDFILL CELLS 9 & 10 292,056 sq. ft. 60 mil HDPE 292,056 sq. ft. CETCO GCL 242,761 sq. ft. Geonet 260,761 sq. ft. Geotextile 49.295 sq. ft. Geocomposite CITY OF PC -COS LANDFILL 284.130 sq. ft. 60 mil I -ID Smooth 105.300 sq. ft. 60 mil 2-Sided I -ID `I`extured CITY OF SNYDER, TX LANDFILL CELLS 2B & 2C 65,097 sq. ft. 60 mil Smooth GUNDSEAL 138.654 sq. It. 00 mil Textured GUNDSEAL 141,084 sq. ft. 2-Sided Geocomposite 65.518 sq. ft. 1-Sided Geocomposite WILLIAMS ENERGY Mf fCH LL //1 BRINE POND McPHERSON. KS 298,200 sq. 11t. I IyperNet/Geonet 313.950 sq. ft. 40 mil HD Smooth 141.750 sq. ft. 60 mil HD Smooth 169.650 sq. ft. 2-Sided HDW TEXTURED LANDFILL SUB ITI'LE D ODI-SSA. 'I'X. CELL # l 224,322 sq. ft. 60 mil I•IDPE & I-IDT 224,322 sq. ft. 15 mil & 30 mil GUNDSEAL CELLS #2 - #3 464,052 sq. ft. 60 mil I-IDPE 464,052 sq. ft. 15 mil Smooth GUNDSEAL 145,612 sq. ft. 60 mil I IDT 145.000 sq. ft. 30 mil Textured GUNDSEAL 189,549 sq. fl. Geotextile 16 oz. 322.472 sq. ft. Geocomposite CELLS #4,5,6,7,8,9 1996-2002 1.675,307 sq. fl. 60 mil I IDPC 1,675,307 sq. ft. 15 mil & 30 mil GUNDSEAL I,082.558 sq. ft. Geocomposite 592,749 sq. ft. Geotextile 2004-2007 625,000 sq. ft. 60 mil I IDPE 310,000 sq. ft. Geocomposite 625,000 sq. f't. 15 mil GUNDSEAL CIIEVIZON PIPE LINE Mr. Tracy Long 1426 County Road 135 Roscoe. 'Texas 79545 325/766-3656 CITY OF ALBUQUERQUE, NEW IFIEXICO Camp, Dresser & McKee. Inc. 903/654-4888 CITY OF AMAIZILLO, TEXAS Vista Environmental Services Co. John F. Drake P.O. Box 1072 2004-2005 Canyon, 'I'X 79015-1072 806/655-8461 CITY OF IJROWNSVILLE, TEXAS 700 S. Joe Colunga Brownsville, Texas 78520 1999 4 COAI-IOMA STATION, BIG SPRING. TX, 198,891 sq. ft. 60 mil I-ID13E 101,145 sq. ft. Geotextilc16 oz, 98,323 sq. ft. Gconet CERRO COLORADO MUNICIPAL LANDFILL 511,695 sq. ft, 60 mil f IDPL & HDT SL.0 FOR 2 197.000 sq, fl. I IDPE 37,000 sq. ft. I-IDT CELL 4. PHASE 7 LANDFILL 86,940 sq. ft. I-IDPE Smooth 618,116 sq. ft. 60 mil Textured 716.558 sq. fl. GCL sq. ft. 687.300 sq. ft. Geocomposite 8 oz. 2-Sd. 13ROWNSVILITF LANDFILL 1 AREA 3 365,923 sq. I't. 60 mil I°IDPF Smooth Inspector: Raba Kistner Engineer Consultants Edwardo Choquis 210/699-9090 Ext. 238 CITY OF CORPUS CHRISTI, TEXAS P.O. Box 9277 Corpus Christi. Texas 78469 Inspector: "Trinity Testing 1999 Edward Vasquez 361 /854-4774 Shiner Moseley and Associates 555 N. Carancahua. Suite 1650 Jon M. Reinhard 2005 Corpus Christi, Texas 78478 361 /880-3500 38,250 sq. 11. 60 mil I ID Textured 374,907 sq. ft. Geocornposite CONSTRUCTION Cl IIMNE:X DRAINS J.C. ELLIOTT LANDFILL EXPANSION SECTOR 8 LINER IMPROVEMENTS 41,089 sq. yds. 60 mil I-iDPE Smooth 5,041 sq. yds. 60 mil I -ID Textured 9.334 sq. yds. Geocomposite 4.800 sq. yds. Geotextile J.C. ELLIOT"1' LANDFILL LINER SECTOR 8 LINER & FINAL CAP 378,000 sq. ft. 60 mil HDPE Smooth 128,700 sq. ft. 60 mil HD Textured 505,575 sq. ft. Ultraflex VF 994,845 sq. It. Geocomposite 6 or. 2-Sd 36,000 sq. 11. Geotextile 2005 SECTOR I I LINER & FINAL CAP _., 381,600 sq, 11. 60 mil I -ID Smooth 98,100 sq. ft. 60 mil 1-ID Textured 86,400 sq. ft. 40 mil LLDPE Textured 406,215 sq. It. 40 mil LLDPE Smooth 180,090 sq. ft. 6 oz. 2-Sd. Geocomposite CITY OF CORPUS CHRISTI, TEXAS Shiner Moseley and Associates CEFE F. VALENZUELA LANDFILL .Ion M. Reinhard SECTOR 31) CELLS & EVAPORATION 555 N. Carancahua. Suite 1650 PONDS _.; Corpus Christi. Texas 78478 2006 1,297,800 sq, ft. 60 mil E IDPE Smooth 361/880-3500 46,800 sq. ft. 60 mil I -ID Textured 2-Sd. 687.010 sq. ft. Geocomposite 6 oz. 76,500 sq. ft. Geotextile 12 oz. 2009 CEFE F.VALENZUELA LANDFILL SECTOR 413 CELL 580,950 sq. ft. 60 mil FIDPE Smooth 76,950 sq. ft. 60 mil I -ID Textured 666,000 sq. ft. 2-Sd. Geocomposite 99,000 sq. ft. 12 oz. Geotextile CITY OF CORSICIANA, TEXAS Larry Murray CITY OF CORSICIANA LANDFILL 200 N. 121" Street 1995-1999 1.250,000 sq. ft. 60 mil I iDPE Smooth Corsicana. Texas 75110 2,250,000 sq. ft. Geocomposite & 9031654.4888 Geotexti le 2005 239,400 sq. ft. 60 mil I IDPE Smooth 58,500 sq. 1160 mil 1-ID Textured 2-Sd 280.140 sq. ft. Geocomposite 6 oz. 2-Sd. CITY OF ENID, OKLAHOMA Sanitation Department ENID LANDFILL CELL 9-D Enid. Oklahoma 188.370 sq. It. 60 mil HD D Smooth 188.370 sq. fl. Geotextile 16 oz. Parkhill. Smith & Cooper WESTTEXAS REGIONAL LANDFILL 1-folly Holder CELL 1-13 4222 85"' Street 20?01 550,620 sq. 11. 60 mil III) Smooth Lubbock. Texas 79423 189.000 sq. ft. 60 mil 2-Sided I ID Textured 806!'473-2200 701,008 sq. fl. 2-Sided Composite 8 oz. 189,000 sq. ft. Bentomat S"r 549.000 sq. ft. Clayman 200R 2003 CELL 2 887.616 sq. 11. 60 mil 1 ID Smooth 427,262 sq. ft. 60 mil I-IDT Textured 890,688 sq. It. Non-ReinIbreed GCI. 427,422 sq. ft. Reinforced GCL 1,315.658 sq. ft. Geocomposite Brown. McKee, Inc. 2001 CITY OF LUBBOCK AIRPORT J. L. McKee POND LINER FOR TRAINING FACILITY 11.0. Box 3279 47.250 sq. ft. 111) CON I)UCI'IVE Lubbock. Texas 79452 21,000 sq. It. I lyperNet Geonet 8061745-451 1 45.063 sq. ft. Geotextile 10 oz. CITY OF MIDLAND, TEXAS Kay Snyder LINE RAW WATER POND Midland. Texas 79701 901,000 sq. 11. 60 & 40 mil 1-IDPE: 432/685-7262 1999 LANDFILL LINER 581,000 sq. ft. 60 iniI 1-1DP1 6 CITY OF SAN ANGELO, TEXAS Attn: Operations 72 W. College Ave, 2"d 17loor San Angelo, 'Texas 76903 325/657-4205 Higgs & Mathews David Clark 817I223-5784 27.000 sq. It. 60 mil I-IDT 581.000 sq. ft. 15 mil Smooth GUNDSEAL 27,000 sq. ft. 30 mil 'Textured GUNDSEAL 610,000 sq. ft. Geocomposite LAGOON 997,500 sq. 11, 30 trail HDPE 168,000 sq. Et. 40 mil I-IDPE 217,500 sq. Ct. 8 oz. Geotextile Ballasting System 2(H)1 LANDFILL PIT 3, PHASE 2 463.680 sq. ft. 60 mil I-IDPE 217,305 sq. ft. 60 mil HD Textured 641,200 sq, 11. 8 oz. 2-Sided Composite 181,125 sq. ft. 30 mil 'Textured GUNDSEAL 448,245 sq. ft. 15 mil Smooth GUNDSEAL 2(X)9 LANDFILL PIT 2 549,800 sq. ft. 60 aril I-IDPE Smooth 69,604 sq. ft. HD Textured 615,239 sq. ft. GCL 615.239 sq. It. 2-Sd. Geocomposite CONTRACT 1 EFFLUENT RESERVOIRS 6.991.129 sq. ft. 60 mil I IDPE LANDFILL CELL I IA 2014 289,800 sq. It. 60 mil 1-1DPE Smooth 23.400 sq. ft. 60 mil I IDPE Textured 287,625 sq. ft. S-Sd. Geocomposite 20.700 sq. ft. Dbl.-Sd. Geocomposite 317.775 sq. ft. GCL 27,000 sq. Et. 16 oz. Geotextile CITY OF SNYDER, TEXAS Freese Nichols LANDFILL CELL I Fort Worth,'Tcxas 76109-4895 250.000 sq. ft. 60 mil GUNDSEAL 7 817J735-7492 250,000 sq. 11. Geocomposite Biggs & Mathews 2013 LANDFILL CELL 2 David Clark 411.810 sq. 11. 60 mil GUNDSEAL Smooth 817/223-5784 96,510 sq. ft. 60 mil GUNDSEAL Textured 41 1,810 sq. rt. S-Sd. Geocomposite: 96.510 sq. fit. Db1A& Geocomposite CUNNINGIIAM CONSTRUCTORS & ASSOC., INC. Mike Cunningham 2001 CITY OF CRANE WWTP 11.0. Box 2237 646,370 sq. f't. 60 mil IIDPE Georgetomm, "Texas 78627 646,370 sq. ft. Geotextile 10 oz. Kenny Purcell COLORADO RIVER MUNICIPAL WATER P.O. Box 3344 DISTRICTTERMINAL STORAGE Borger,1'exas 79008 RESERVOIR FOR 0.1-1. IVIE PUMP 806/274-7187 619.000 sq. ft. 60 mil HDPE Smooth 332,000 sq. 11. 60 mil III) Textured CITY OF LUBBOCK, TEXAS LANDFII,.L 1998 398,087 sq. It. 60 mil I IDPE Smooth 347.342 sq. 111. FID Textured 681,546 sq. 11. CETCO GCL 717,528 sq. Pt. Geocomposite CITY OF WICt 1ITA PALLS. TEXAS Inspectors: 2000 LANDFILL CELL CAP #12. CELL #14 LandTec Engineers CELL: 5450 E. Loop 820 South 291,519 sq. ft. 60 mil I-IDPE Smooth Ft. Worth. 'Texas 76119 15,420 sq. fit. 60 mil I ID Textured Ray Campbell 306.939 sq. It. Geocomposite 817/572-3627 CAI3: Mobile: 817f313-0923 542,142 sq. f1. 40 mil VFPE 468,729 sq. f1. Geotextile 6 oz. 86.022 sq. ft. Geocomposite 2000 SANTA FE LAKE CAP CLOVIS. NM 289,800 sq. rt. 60 m i I III) Smooth 299,040 sq. ft. 10 oz.I -Sided FabriNet 2004 CITY OF DUMAS. TX WWTP 912.870 sq. it. 60 mil HD Smoodi 8 . 27.000 sq. ft. Geotextile 10 oz. 2005 CONOCO/PIIILLIPS PHILTEX PLANT 85,926 sq. ft. 100 mil I -ID Smooth 2006 XCEL CUNNINGHAM STATION 478,327 sq. ft. 60 mil UID Smooth 130.227 sq. It. 16 oz. Geotextile 2008 CITY OF ROSWELL LANDFILL CAP 805,000 sq. ft. CETCO Reinforced GCL 2013 CITY Of- LAMI:SA LANDFILL CELL 4 149,708 sq. ft. 60 mil FIDPE Smooth 36.619 sq. It 60 mil I-IDPE TextUred 186,327 sq. ft. GCL _ 186,327 sq. ft. 8 oz. 2-Sd. Geocomposite 2017 PHILLIPS 66 WRB REFINING, LP 2.444,000 sq. ft. 60 mil FIDPE Smooth Blaek/Whitc Conductive 1.222.000 sq. ft. 8 oz. I -Sided Geocomposite _z 1,222,000 sw. ft. Geonet ELECTRICIDAD i'ARA EL PROGESO CFI✓ Aldolfa Rodriguez L-I & L-2 LAGOON Torreon, Mexico 2,184,472 sq. ft. 60 & 30 mil FIDPE: 00 I /52-5545-2478 ENVIRONMENTAL SPECIALTIES INTERNATIONAL, INC. 7949 PeCUe Lane, Suite A 2015 Baton Rouge, LA 70809 Biggs & Mathews David Clark 817/223-5784 FORNEY POWER PLANT Richard Drake Construction Co. Reggie Horton 2002 6290 1 iwy. 271 N. Powderly. I eras 75473 9 FRLDERICKSBURG LANDFILL CELL 7 220,500 sq. ft. 60 mil I-IDPE Smooth 45,800 sq. ft. 60 mil FIDPE Textured 268.000 sq. rt. GCL 268.000 sq. rt. Geocomposite POND LINER AND WATER CONTAINMENT CURTAIN 521,640 sq. rt. 60 mil I - ID Smooth 201.600 sq. ft. Nom I ID Smooth 972/564-9910 CSC CONSTRUCTION Curtis Davee P.O. Box 190829 2014 Dallas.'I'X 75219 469/576-1205 HAMMETT EXCAVATION, INC. Galen I lammett 1545 CR 2917 Dodd City. *I'X 75438 2013 903/271-3906 518,292 sq, 11. Geotextile 16 oz. DI LWORTH LANDFILL CELL 4A BLACK WELL. OK 190,908 sq. ft. 60 mil I IDPE Textured 185.395 sq. ft. 8 oz. Geotextile CITY Ol° DALLAS rvIcCOMMAS BLUFF CELL 6D 1 667.121 sq. 11. 60 mil 1,1131"LTextured 630.896 sq. ft. Dbl-Scl 8 oz. Geocomposite 72,000 sq, It. 8 oz. Geotextile 2016 CELL 6B I & 6132 1.345,650 -sq. It. 60 mil 1-1 131IFTextured 1,352,835 sq. ft. Geocomposite 153.000 sq. It. Geotextile HUGHES CONSTRUCTION COMPANIES Russ Larson SALT LAKF. CITY INTERNATIONAL 900 N. Redwood Road AIRPORT SURPLUS CANAL LINER North Salt Lake City. Utah 84054 466,785 sq, ft. 100 mil I I DPE 801 /292-141 1 HUNTSMAN POLYMERS CORPORATION Tom I loggard BRINE PONDS P.O. Box 3986 1998 1,237,756 sq. It. 40 mil I iDPE Odessa,'I'exas 79760 1,220.506 sq. It. 60 mil I-IDPE 432/640-8916 1,302.404 sq. It. Geotextile 16 oz, 614,859 sq. 11. 60 mil HDC 2000-2002 322,200 sq. ft. 60 mil f I D WHITE CONDUCTIVE 322,200 sq. It. Geotextile 16 oz. .TAMES INDUSTRIAL CONSTRUCTORS Keith Coleman P.O. Box 77760 2000 Baton Rouge, I.OLlisiana 70879-7760 225/753-5715 ODESSA POWER PLANT POND LINERS 565.110 sq. ft. 60 mil I ID Smooth 299.880 sq. It. 30 mil HD Smooth 565,110 sq. (I. Geotextile 16 oz. L.A. FULLER & SONS CONSTRUCTION, LTD. XCEL ENLRGY-NICHOLS STATION 2006 POND 18 376,740 sq. ft. 60 mil IID Smooth 97,875 sq. 11. 40 mil I -ID Smooth 270.000 sq. It. 8 oz. Geotcxtile 76,500 sq. ft. Gconet L.D. KEMP EXCAVATING, INC. Mike Brackney 5409 Denton I levy. 2002 Ft. Worth. Texas 79031 817/281-4470 CITY OF DENTON LANDFILL PHASE 11 491,625 sq. ft. 60 mil LID Smooth 135,240 sq. It. 60 mil UID Textured 529.105 sq. It. I -Sided Gcocomoosite 8 oz. 97,875 sq. ft. 8 oz. 2-Sd. Gcocompositc 2006 CITY OF EL PASO -- CLINT LANDFILL PHASE I, CELLS 3-6 1.479,517 sq. ft. 60 mil HD Smooth 237,425 sq. It. 60 ►ni1 1-IDT Textured 1,479,517 sq. It. Non -Reinforced GCL 244,077 sq. It. Reinforced GCL 1,479.517 sq. 11. 8 oz. 1-Sd. Gcocompositc 237,425 sq. it. 8 oz. 2-Sd. Gcocompositc 2013 CITY OF PLAINVII-W LANDFILL SECTOR 2 CELL, C 364,600 sq. 11. 6{1 mil I IDPE Smooth 364,600 sq. ft. GCL 2014 CITY OF GARLAND, TX- I IINTON LANDFILL CELL 6 705,000 sq. It. 60 mil LIDPE Smooth 52,000 sq. ft. 60 mil FIDPE Textured 706,300 sq. ft. S-Sd. Composite 50,800 sq. ft. DbI. Sd. Composite 12.000 sq. 11. Geotextiie 2016 CITY OF GARLAND- HINTON LANDFILL CELL 7 714,090 sq. ft. 60 mil I•IDPE Smooth 47,850 sq. 11. 60 mil HDPF Textured 701,400 sq. ft. I-Sd. Gcocomoosite 98,250 sq. It. 2-Sd. Gcocomoosite LAGUNA CONSTRUCTION CO., INC. Bob Wells P.O. Box 206 2001 Laguna. New Mexico 87026 505/552-6003 LOCO MILLS GSI+ M itehel Johnson 1231 Old Annetta Road Aledo. Texas 76008 BLACK ROCK DAM RENOVATION 246,330 sq. 11. 60 mil FID Smooth BRINE POND LINER 2006 202.000 sq. it. 60 mil FID Smooth 202,000 sq. ft. 40 mil FED Smooth 202,000 sq. ft. Gcocomposite LONGHORN EXCAVATORS, INC. Jack Parker 8653 f'm 2759 2008 Richmond, TX 77449 CITY OF CORPUS CHRISTI CEFE 17. VALEN7UELA LANDFILL SECTOR 4A 327.600 sq. ft. 60 mil HD Smooth 567,065 sq. 11. 6 oz. FabriNet XL4 2-Sd. 64,152 sq. ft. 12 oz. Geotextile 105,300 sq. ft. 60 mil I•ID Textured 2-Sd. Jimmy McClelland CITY OF KINGSVIL.LE. TX LANDFILL P.O. Box 60547 2(it)l 478.170 sq. 11. 60 mil 1-11) Smooth Midland, Texas 79711 280.800 sq. ft. 2-Sided FID Textured 432/381-2360 277.676 sq. ft. 2-Sided Composite 8 oz. 442.288 sq. ft. I -Sided Composite 8 oz. 263,250 sq. ft. Bentomat ST GCL 459.000 sq. ft. Claymax 20OR GCL 2014 UEP ENERGY MABEE C FRAC PIT 324.000 sq. ft. 40 mil FIDPE Smooth 324,000 sq. 11. 40 mil S-Sd. I-IDPE Textured 648,000 sq. ft. 10 oz. Geotextile (2-layers) PRATER EQUIPMENT Mark Pirtle CITY 01: AMARILLO. TX LANDFIL.I_ P.O. Box 746 I9g9 CELL AREA 4 — PHASE 3 Comanche, Texas 76442 440,000 sq. ft. 60 mil I IDPE 254/842-5878 440,000 sq. It. CETCO GCL 440,000 sq. ft. Geocomposite RANGER EXCAVATING, LP Will Lyons WACO LANDFILL N IASL VI 12 5222 Thunder Creek It& B-I 329,570 sq. A. 60 mil I-IDPE Smooth Austin. TX 78759 2015 78,780 sq. tt. 60 mil UIDPE Textured 512/331-5551 329,570 sq. 11. S-Sd. 8 oz. Geocomposite 73,830 sq. ft. Dbl.-Sd. 8 oz. Geocomposite 403,400 sq. ft. Reinforced GCL 24.000 sq. ft. 12 oz. Geotextile REMEDIAL CONSTRUCTION SERVICES, INC. Steve Birdwell NORIT AMERICAS, INC. 9720 Dcrrington MINE TREATMENT SETTLING PONDS I louston. Texas 77064 2000 3.251,625 sq. ft. 40 mil I-IDPE Smooth 281/955-2442 324,000 sq. ft. I -Sided Composite 6 oz, REPUBLIC WASTE Ed Rhodes 1 150 Estate Dr., Suite F Abilene. 'Texas 76602 325/676-4901 REYNOLDS, INC. (Mike Benter 6451 Germantown Rd. Middleton. 01145042 812/865-3232 RODMAN, LLC Curtis Davee 11.O. Box 957 2002-2003 CHEVRON REFINERY EL PASO, TX 347,760 sq. tt. 60 mil I-IDPE Smooth 315,900 sq. ft. 60 mil FID Textured 969,850 sq. It. 60 mil Smooth GUNDSEAL 273,980 sq. ft. 60 mil Textured GUNDSEAL 850.425 sq, ft. 2-Sided Composite 6 oz. 985.500 sq. tt. Geotextile 8 oz. C & T LANDFILL CAP, LINN, TEXAS 1998 1,446,000 sq. It. 40 mil LLDPE 1,446.000 sq. ft. CETCO GCL 1.040.000 sq. It. Geotextile 421,200 sq. ft. Composite SUBTITLE: D CELL 3 193,808 sq. 11. 60 mil I-IDPE 58,800 sq. ft. 60 mil 1.0Textured 245,492 sq. ft. Composite 248,152 sq. ft. CETCO GCL SANDY CREEK ENERGY STATION 2010 365,200 sq. ft. 60 mil I-IDPE Textured 365.200 sq. 11. 8 oz. Geocomposite I -Sd. r , 13 CITY OF WACO. TEXAS LANDFILL PHASE IV-B Frisco, TX 75034 2005 403,200 sq. ft. 60 mil I-IDPE Smooth 469t576-1205 222,300 sq. ft. 60 mil I.113`l'extured 2-Scl. 581.450 sq. ft. Geocomposite 8 oz. 22,500 sq. ft. Gcotextile 12 oz. CITY OF DALLAS, TEXAS 2007 McCOMMAS BLUFF L.F. CELL 6-A 1.473.750 sq. ft. 60 mil I-iDT Textured 2-Sd 1.422,291 sq. 1t. 8 oz. Geocomposite 2-Sd. 108,000 sq. 11t. 8 oz. Geotcxtile 2008 CITY OF WACO, TEXAS LANDFILL 327,600 sq. t't. 60 mil I -ID Smooth 152.100 sq. it. 60 mil I-113T Textured 2-Sd 315.375 sq. ft. 8 oz. Geocomposite I -Sd. 135,039 sq. ft. 8 oz. Geocomposite 2-Sd. 27,027 sq. 11. 12 oz. Geotcxtile SOUTHWEST DISPOSAL SERVICE Chad Williams 3300 N. A Street Bldg. 1. Suite 232 Midland.TX 79705 432--685-0700 TASWA David Clark 25090 I lwy. 56 Whitesboro, -fX 76273 817-223-5784 POND LINERS- 3 PONDS 493.832 sq. ft. 40 mil I-IDPE Smooth 2010- 493,832 sq. ft. 60 mil I-IDPE Smooth 2011 493.832 sq. ft. 2-Sd. Geocomposite 229,554 sq. 11. Geotcxtile -rASWA LANDFILL 2008 491,400 sq. ft. 60 mil FID Smooth 117,000 sq. ft. 60 mil HD Textured 2-Sd. 518,375 sq. ft. 8 oz. FabriNct XI-4 I-Sd. 168,300 sq. ft. 8 oz. FabriNct XL7 2-Sd. 126.000 sq. 11. 8 oz. Geotcxtile TERVITA LLC (US) Lee Guthrie 10613 W. Sam Houston Pkwy. Suite 300 2013 Houston. 'rX 77064-4657 TEXAS WATER & SOIL CO., INC. Todd NOT 3022 West FM 2105 2013 San Angelo. TX 76901 3251056-9816 M1 LOS ANGELES, TX LANDFILL PIT 2 1,979,694 sq. ft. 60 mil I-IDPETextured 2.026,184 sq. ft. Geocomposite 9,000 sq. ft. 16 oz. Geotexti le W II..SON W WTI' POND 93,456 sq. ft. 60 mil I-IDPE Smooth 88.809 sq. ft. Gcotextile T.J. LAM13RECI-IT COMPANY Bob Nash 2603 W. Euless Blvd. 1998 Euless. 'Texas 76040 817/540-1700 1998 TRASHAWAY SERVICE, INC. Bobby Pilkington San Angelo, Texas 325/653-6957 2000 2003 2004 XCCL ENERGY SERVICES, INC Chris Burrier Attn. A/P 414 Nicollet Mall, IVII'07 2002 Minneapolis, MN 55401 806/378-2182 2004-2005 15 ARLINGTON LANDFILL SECfOR? 983.700 sq. I't. 60 mil FIDPE 983,700 sq. ft. Geocomposite CITY OF FARMERS BRANCH, TX CAME'LOT LANDFILL CELL #I 530.372 sq. It. 60 mil I-IDPE 530,372 sq. It. Geocomposite LANDFILL SUBTITLE D 630.392 sq. ft. 60 mil HD Smooth 629,493 sq. It. Geotextile 6 oz. 38.000 sq. It. Geotextile 16 oz. LANDFILL SUBTITLE D 246,330 sq. ft. 60 mil FID Smooth 126.000 sq. ft. 2-sided FabriNet 8 oz. 103.040 sq. 11. 2-Sided FabriNet 6 oz. I03.750 sq. ft. Claymax 200R GCI, LANDFILL SUBTITLE D 362,250 sq. ft. 60 mil HD Smooth 175,500 sq. 11. I-iD `textured 2-Side. 356,845 sq. ft. 2-sided FabriNet 6 oz. 360,846 sq. ft. GCL LANDFILL SUBTITLE D 203,770 sq. It. 60 mil HD Smooth 57.561 sq. ft. HD Textured 2-Side 261,362 sq. ft. 2-sided FabriNet 6 oz. 203,770 sq. ft. CETCO 200R GCL 57.561 sq. ft. CEICO ST GCL TOLK STATION POND #1 1 MULESHOE. TEXAS 565.110 sq. ft. 60 mil HD Smooth 94,500 sq.11 16 oi. Geotextile TOLK STATION PONDS # 14 & 98 MULESHOL;, TEXAS 1.154.633 sq. It. 60 mil I IDPL Smooth 252,000 sq. ft. Geotextile 16 oz. 2007 TOLK STATION POND #12 579,600 sq. ft. 60 mil I -ID Smooth 126,000 sq. ft. 16 oz. Geotextile 2008 TOLK STATION POND # 10 579,600 sq. Ct. 60 mil FID Smooth 126,585 sq. ft, 16 oz. Geotextile 2012 TOLK STATION NEW POND 1.362,060 sq. ft. 60 mil I @PE Smooth 607,500 sq. tt. 16 oz. Geotextile 2015 TOLK STATION POND 415 579.600 sq. 11. 60 mil FIDPE Smooth 126,000 sq. ft. 16 oz. Geotextile Chris Burrier SPS NICHOLS STATION LIME SLUDGE P.O. Box 1261 POND Amarillo, `I :X 79105 2006 536,130 sq. It. 60 iniI I ID Smooth 806-378-2182 265,500 sq. ft. 16 oz. Geotextile 280,000 sq. ft. iGUNDSEAU 2007 I IARRINGTON STATION POND 49 246.330 sq. ft. 60 mil I ID Smooth 97,875 sq. ft. 40 unit 1-11) Smooth 144.000 sq. ft. 16 oz. Geotextile 99.225 sq. ft. FlyperNet Geonet 2008 HARRINGTON STATION POND #8 277,200 sq. It. 60 mil FID Smooth 117,450 sq. ft. 40 mi1 FID Smooth 159,228 sq. ft. 16 oz. Geotextile 107.550 sq. ft. FlyperNet Geonet 2009 MADDOX STATION PONDS I IOBBS, NM 138.600 sq. ft. 60 mil 1 ID Smooth 90,000 set. ft. 16 oz. Geotextile IZ UVALDE NATIONAL FISH HATCHERY Manuel 308,477 sq. ft. 40 mil HD Textured Uvalde. Texas 210/278-2419 FALCON ENVIRONMENTAL LINING SYSTEMS. INC. I IAS BEEN LINING PONDS WITI I I IIGI I DENSITY POLYETHYLENE SINCE JANUARY, 1981. FALCON ENVIRONMENTAL LINING SYSTEMS. INC. HAS 13EEN IN BUSINESS FOR 52 YEARS. nw Hij Page Intentionally Left Blank .1 City of Lubbock Bid ITS 18-13633-TF City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. George S. Wehner Co or (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: R.E. Monks Construction Company, i_[.0 (Print or Type) CONTRACTOR'S FIRM ADDRESS: 8355 Vollmer Road Black Forest CO 80908 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility 11/10/2017 2:51 PM p. 36 I Paae Intentionally Left Blank f',I I I I I I I .1 I City of Lubbock Bid ITB 18-13833 TF City of Lubbock, TX Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: ally pla Y'Ci]Z[i]�1 Has the bidder, or the fain, corporation, partnership, or institution represented by the bidder, or anyone acting for such fine, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Bidder's Initials 1 -' 11/10/2017 2:51 PM p. 37 City of Lubbock Bid ITS 18-13633-T QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, F-J" indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: 11 Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from serious bodily injury or death? YES NO X P, If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. ill j George S. Wehner Vice President Title 2 11/10/2017 2:51 PM �11 City of Lubbock Bid ITS 18-13633-TF City of Lubbock, TX Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: R.E. Monks Construction Company, LLC FEDERAL TAX ID or SOCIAL SECURITY No. Signature of Company Printed name of company official signing above: George S. Wehner Date Signed: December, 14, 2017 � s 11/10/2017 2:51 PM p. 39 Page Intentionally Left Blank I I I I I I I I City of Lubbock Bid ITB 16.13633•TF City of Lubbock, TX Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel House Bill 89, adopted by the 851 Legislature, created §2270.001, Texas Government Code, Section Subtitle F, Title 10, requires a company entering to a contract with a governmental entity or state agency to verify that the company: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (Effective September 1, 2017) I, the undersigned agent for the company named below, certify that the Company does not boycott Israel and will not boycott Israel during the term of the contract. COMPANY NAME. R.E. Monks Construction Company, LLC Signature of Company Date Signed: December 14, 2017 Printed name of company official signing above: George S. Wehner 1_ 4 , 11/10/2017 2:61 PM p. 40 I Page Intentionally Left Blank Fill I I I m I I u LIST OF SUB -CONTRACTORS Paae Intentionally Left Blank I I I 11 CRY Of LUbOOCIC Bid ITB 18-13633-TF ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. n 0 obue_lsa x _� 1 i�yt�:,v�' S t Sig is ❑ 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ R.E. Monks Construction Company, LLC Company 8355 Vollmer Road Address Black Forest El Paso City, County Colorado 80908 State Zip Code Telephone: 719 - 495-3621 Fax: 719 - 495-0467 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 11/10/2017 2.51 PM P• 42 Page Intentionally Left Blank I I I iN 11 Ii I City of Lubbock Bid ITB 18-13633-TF ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Falcon Environmental Lining Systems, Inc Odessa, TX Geosynthetics IN 0 2. Net Connection Birmingham, AL Litter Fence ❑ D9 3. C2R Humble, TX -EPG Pumping System 11 4. ISCO Abernathy, TX HDPE Welding 11 5• San -Diego's Concrete Lubbock, TX Concrete Paving 6. 7, ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. 0 ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ R.E. Monks Construction Company, LLC Company 8355 Vollmer Road Address Black Forest El Paso City, County -Colorado 80908 State Zip Code Telephone: 719 - 495-3621 Fax: 719 -495-0467 THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. 3 11/10/2017 2:51 PM p. 43 I Pate Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank Bond No.106856222 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that R.E. Monks Construction Company, LLC (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Company of America (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Sixty Thousand Nine Hundred Thirty -Four Dollars ($3,060,934) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11'" day of January, 2018. to ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility 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 fiilly and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faitlifiilly perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instillment this 12thday of January , 2018. =Travelers'eqsualty and S �arety �- s% f �j ipt� �� $ t 3boIJ91 J. Company of America R. E. Monks Construction Company, LLC (Company Name) / Ttt, GEORGE t'S'. WEFNERBy: intedNone) " _ VICE PRESIDENT (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Travelers Casualty and Surety Company of America Sure *By Approved as to Form City of Lubbock e By: jAtt ey * Note: If signed by an Office of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. No Text Bond No.106856222 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that R.E. Monks Construction Company. LLC (hereinafter called the Principal(s), as Principal(s), and Travelers Casualty and Surety Company of America (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Sixty Thousand Nine Hundred Thirty Four Dollars $3 060 934) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11th day of January, 2018, to ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. r IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed slid pealed this instrument this 12th day of January , 2018. 6 Travelers Casualty and Surety Company of America R. E. Monks Chi `struction-tonlpany, �t_C 'Surely (Compai y:Nani 4 - t' 4 GEORGE S. CdEINER, ng By: , (Title) Dougla J: oth , Att ney-in-Fact (Printed Name 4 Niy�g lure) VICE PRESIDENT (Title) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Travelers Casualty and Surety Company of America Surety By: l it . ou P�Jo—th Approved as to form: Cit, Note: wed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 No Text ' Travelers Casualty and Surety Company of America iAk Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Douglas J. Rothey, of Littleton, Colorado, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2011,7*°"" rOWN) yro 2 ►uRtnoeDOWMAR CaNH. ,Statg ofConneb4t City of Hartford`s. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. p TET My Commission expires the 30th day of June, 2021 * *�o * Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Compq(,,anq,St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of At#ottiey e4ecut d,§ysaid Companies, which remains in full force and effect. r , e¢4ttis �iidt . 7'' day of January Zola 'A `no _3 00NK 040"4)N;� f Kevin E. Hughes, Assi tant Secretary ? 4 1 r Y To verify the authenticity of this Power ofAttorney, please callus at 1-800-421 3880. ,,ttYS ""'please refer to the above=named Attomey-in-Fact and the details of the bond to which the power is attached No Text STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that R.E. Monks Construction Company, LLC (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Sixty Thousand Nine Hundred Thirty -Four Dollars ($3,060,934) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the llth day of January, 2018, to ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2018. Surety (Company Name) *By: By: (Title) (Printed Name) (Signature) (Title) �} 1 Page Intentionally Left Blank I F I I I I t The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Page Intentionally Left Blank I I I I I PERFORMANCE BOND ■ Page Intentionally Left Blank I it I I I m I I STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE LL' (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that R.E. Monks Construction Company, LLC (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Sixty Thousand Nine Hundred Thirty -Four Dollars ($3,060,934) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11th day of January, 2018, to ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of , 2018. Surety I_ * By: $ (Title) (Company Name) By: (Printed Name) (Signature) (Title) Pate Intentionally Left Blank I I I I I_ I—, The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signedn by a Office of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 l Page Intentionally Left Blank I I I I I I I CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY 0 Commercial General Liability General Aggregate $ 0 Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ u Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY 0 Any Auto Combined Single Limit $ u All Owned Autos Bodily Injury (Per Person) $ n Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ G Non -Owned Autos E, GARAGE LIABILITY 0 Any Auto Auto Only - Each Accident $ 0 Other than Auto Only: Each Accident $ Aggregate $ 0 BUILDER'S RISK 0 100% of the Total Contract Price $ 11 INSTALLATION FLOATER $ EXCESS LIABILITY i , Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ 0 Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER 9 The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE_j ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. L3 CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE h "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; Pi (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they 1 are providing services. CONTRACT Page Intentionally Left Blank Contract 13633 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 11' day of January, 2018, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and R.E. Monks Construction Company, LLC of the City of Black Forest, County of El Paso and the State of Colorado hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and A 3 performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the i- CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: 4 Y ITB 18-13633-TF Development of Final Phase of Cell VI at Caliche Canyon & Development of Cell 5 at West Texas Region Disposal Facility and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. R.E. Monks Construction Company, LLC's bid dated December 14, 2017 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, -� Texas in the year and day first above written. CONTRACTOR: CITY OF LUBBOCK, EXAS (OWNER): R.E. Monks Construction Company, LLC By: Daniel M. Pope, Mayor By: AT ST: PR 4 1 TITLE: ebe t Garza, City Secret y COMPLETE ADDRESS: APP�AAS TO CON E R.E. Monks Construction Company, LJ4 8355 Vollmer Road Ca nnia William Solid Waste Manager -Disposal Black Forest, Co 80908 ATTEST: t7 is AL Woo r in, E., ivisi hector of Public Works Icy'! APPROVED AS TO FORM - teem Corporaetary rIf fff.i\R<< f Ke li L ity P, rney Pate Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIR CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY IThis questionnaire reflects changes made to law by H.B. 23, 841h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the ' Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departinental- websites/departments/purchasing/vendor-information i Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with j the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: httl)s://www.etliics.state.tx.us/whatsnew/elf info fortn1295.1itm GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank r, a yGENERAL CONDITIONS OF THE AGREEMENT [� 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR l . Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit R.E. Monks Construction Company, LLC who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Catrennia Williamson, Solid Waste Manager - Disposal, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not _ directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," k "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 shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. . m f 3.. 1 La 10 11. 12 13. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and s Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY - The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed` work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's _ Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's_, Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is 4' furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given -, to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the g - terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the ` work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's CE Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. i 1, If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and y approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy 3 such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQMMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE -- ; The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. ' The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. I F PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF LA A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE rl OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION ril COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary. Additional Insured and Waiver of Subrogation n required) 1A The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: F, Products & Completed Operations Hazard Contractual Liability ' With Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. ri D. Builder's Risk Insurance/histallation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for t the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has ) ( _i Ll undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without "T limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; i _, G. r'll (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; tj and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 1 notify the governmental entity m writing b certified mail or personal delivery, within 10 (� fY g Y� g Y P rY� A days after the person knew or should have known, of any change that materially affects the of coverage of any services on the and El provision person providing project; (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. s (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; g �' (b) provide a certificate of coverage showing workers' compensation coverage to the .. governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE (h) "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and H (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that LI materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. i_ 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances -- within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, r1l IN 34 35. state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or rill subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial JJ completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor H shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this LJ contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. IJ The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which ` the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnif y, fy, save and hold harmless the Owner, and any of its Offices, agents and employees, .e tAIM 42. 43. against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. U Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) t working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's__ Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding t wthe issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of Yfinal completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two (2) years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence withhold or nullify p Y� q Y � the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of. (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. ' (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's _ Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinaeove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, �s shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it b law, equity, contract or otherwise including but not limited to, liquidated damages, as provided Y g q g in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually € performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may -suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the --> Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. x 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 1 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES 53 54. 55. t`t Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne b the Contractor at his own cost and expense. p Yl INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and ' condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. hi the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT ' At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. t. 59. HOUSE BILL 2015 House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: htip: //www. ci. hibbock.tx. us/departmental-websites/departments/purchasing/vendor-information 61. The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code _ by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. 62. SB252 prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. Page Intentionally Left Blank I I I m I I Ii I I DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A General Decision Number: TX170007 01/06/2017 TX7 Superseded General Decision Number: TX20160007 State: Texas Construction Types: Heavy and Highway }Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ............... $ 12.36 Structures .................. $ 13.52 Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less..$ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ......... $ 12.28 LoaderBackhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine ............. $ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ............... $ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer ......................... $ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 I0IkA : \/ Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health - related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION C EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Paie Intentionally Left Blank Project Manual City of Lubbock, Texas West Texas Region Disposal Facility TCEQ MSW Permit No. 2252 Cell 5 Construction and Leachate Pond September 2017 PSC Project # 01447214 u PARKHILLSMITH&COOPER Project Manual City of Lubbock, Texas West Texas Region Disposal Facility TCEQ MSW Permit No. 2252 Cell 5 Construction and Leachate Pond September 2017 PSC Project # 01447214 E i Tnnn F CTI!_f'-iMQ 09/21/17 PARKHILLSMITH&COOPER TABLE OF CONTENTS DIVISION 00 — BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00800 Supplementary General Conditions........................................................................................... 4 DIVISION 01— GENERAL REQUIREMENTS 01010 Summary of Work.....................................................................................................................1 01019 Contract Considerations.............................................................................................................1 01025 Measurement and Payment........................................................................................................ 5 01039 Coordination and Meetings........................................................................................................ 2 01090 Reference Standards.................................................................................................................. 2 01300 Submittals..................................................................................................................................3 01400 Quality Control.......................................................................................................................... 1 01500 Construction Facilities and Temporary Controls....................................................................... 2 01600 Material and Equipment............................................................................................................ 2 01700 Contract Closeout...................................................................................................................... 3 DIVISION 02 — SITE WORK 02200 Excavation and Earthwork......................................................................................................... 6 02240 Geosynthetic Clay Liner............................................................................................................ 7 02245 Geomembrane Liner................................................................................................................ 13 02246 Geotextile Fabrics...................................................................................................................... 3 02247 Geocomposite Drainage Layer................................................................................................... 4 02248 Gravel Drainage Material.......................................................................................................... 2 02250 Leachate Collection Systems..................................................................................................... 3 02260 Protective Soil Cover................................................................................................................. 3 02500 Roadway Construction............................................................................................................... 5 02665 Piping, Valves and Miscellaneous Items ................................................................................... 6 02824 Litter Fence................................................................................................................................ 3 02900 Seeding...................................................................................................................................... 5 DIVISIONS 03 — CONCRETE 03300 Cast -In -Place Concrete............................................................................................................ I I DIVISIONS 04 —14 (Not Used) DIVISION 15 — MECHANICAL 15130 Wheeled Sump Pumps............................................................................................................... 3 01447214 TABLE OF CONTENTS PAGE - 1 09/17 DIVISION 16 — ELECTRICAL 16000 Basic Electrical Methods........................................................................................................... 5 16111 Conduit...................................................................................................................................... 4 16123 Building Wire and Cable........................................................................................................... 4 16130 Boxes.........................................................................................................................................2 16140 Wiring Devices.......................................................................................................................... 3 16170 Grounding and Bonding............................................................................................................ 3 16190 Supporting Devices.................................................................................................................... 2 16195 Electrical Identification..............................................................................................................2 APPENDICES APPENDIX A SOIL AND LINER QUALITY CONTROL PLAN APPENDIX B GEOTECHNICAL INFORMATION 01447214 TABLE OF CONTENTS PAGE - 2 09/17 P a DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Building Wire and Cable 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16190 Supporting Devices 16195 Electrical Identification 5��-\� of �iR ,, � c �•,,.......,,�s � tip, , � � n % ISAAC N. AGUILAR ��;;• 117619 , 7w- •; N' 09/21/17 l 01447214 DESIGN PROFESSIONAL RESPONSIBILITY INA - 1 09/17 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and regulations. SECTION 00700 - STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by Issued and Published Jointly by ACEC A,-,mRIC;AN COUNCIL OF ENGIN t: ONG (:OM1 ASMs National Society of Professional Engineers® EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. These General Conditions have been prepared for use with Agreement between Owner and Contractor for Construction Contract. Provisions are interrelated and change in one may necessitate change in the other. To prepare supplementary conditions coordinated with General Conditions, use EJCDC's Guide to the Preparation of Supplementary Conditions. Full EJCDC Construction series of documents is discussed in Commentary on 2013 EJCDC Construction Documents. Copyright © 2013: National Society of Professional Engineers y 1420 King Street, Alexandria, VA 22314-2794 703.684.2882 www.nspe.org American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 202.347.7474 www.acec.org American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 800.548.2723 www.asce.org Copyright for this document is owned jointly by the three sponsoring organizations listed. The National E Society of Professional Engineers is Copyright Administrator for EJCDC documents; please direct all inquiries regarding EJCDC copyrights to NSPE. NOTE: EJCDC publications may be purchased at www.eicdc.org, or from any of the sponsoring organizations. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page ARTICLE 1— Definitions and Terminology....................................................................................... 1 1.01 Defined Terms........................................................................................................................1 1.02 Terminology...........................................................................................................................4 ARTICLE 2 — Preliminary Matters.................................................................................................... 6 2.01 Delivery of Bonds and Evidence of Insurance........................................................................6 2.02 Copies of Documents............................................................................................................. 6 2.03 Before Starting Construction.................................................................................................6 2.04 Preconstruction Conference; Designation of Authorized Representatives ........................... 6 2.05 Initial Acceptance of Schedules.............................................................................................7 2.06 Electronic Transmitta Is ...........................................................................................................7 ARTICLE 3 — Documents: Intent, Requirements, Reuse.................................................................. 7 3.01 Intent...................................................................................................................................... 7 3.02 Reference Standards..............................................................................................................8 3.03 Reporting and Resolving Discrepancies.................................................................................8 3.04 Requirements of Contract Documents..................................................................................9 3.05 Reuse of Documents..............................................................................................................9 ARTICLE 4 — Commencement and Progress of Work.................................................................... 10 4.01 Commencement of Contract Times; Notice to Proceed......................................................10 4.02 Starting Work.......................................................................................................................10 4.03 Reference Points..................................................................................................................10 4.04 Progress Schedule................................................................................................................10 4.05 Delays in Contractor's Progress...........................................................................................10 ARTICLE 5 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions..................................................................................................................................... 11 5.01 Availability of Lands.............................................................................................................11 5.02 Use of Site and Other Areas.................................................................................................12 5.03 Subsurface and Physical Conditions.....................................................................................13 5.04 Differing Subsurface or Physical Conditions........................................................................13 5.05 Underground Facilities.........................................................................................................15 5.06 Hazardous Environmental Conditions at Site......................................................................16 ARTICLE 6 — Bonds and Insurance................................................................................................. 18 EJCDC® 00700, Standard General Conditions of the Construction Contract. - Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 i_, r 6.01 Performance, Payment, and Other Bonds...........................................................................18 6.02 Insurance -General Provisions............................................................................................19 6.03 Contractor's Insurance.........................................................................................................20 6.04 Owner's Liability Insurance..................................................................................................22 6.05 Property Insurance...............................................................................................................22 6.06 Waiver of Rights...................................................................................................................24 6.07 Receipt and Application of Property Insurance Proceeds...................................................25 ARTICLE 7 - Contractor's Responsibilities.................................................................................... 25 7.01 Supervision and Superintendence....................................................................................... 25 7.02 Labor; Working Hours..........................................................................................................25 7.03 Services, Materials, and Equipment.....................................................................................26 7.04 "Or Equals"...........................................................................................................................26 7.05 Substitutes...........................................................................................................................27 7.06 Concerning Subcontractors, Suppliers, and Others.............................................................28 7.07 Patent Fees and Royalties....................................................................................................30 7.08 Permits................................................................................................................................. 30 7.09 Taxes....................................................................................................................................30 7.10 Laws and Regulations...........................................................................................................31 7.11 Record Documents...............................................................................................................31 7.12 Safety and Protection...........................................................................................................31 7.13 Safety Representative..........................................................................................................32 7.14 Hazard Communication Programs.......................................................................................32 7.15 Emergencies.........................................................................................................................32 7.16 Shop Drawings, Samples, and Other Submittals..................................................................33 7.17 Contractor's General Warranty and Guarantee...................................................................35 7.18 Indemnification....................................................................................................................35 7.19 Delegation of Professional Design Services.........................................................................36 ARTICLE 8 - Other Work at Site.................................................................................................... 37 8.01 Other Work..........................................................................................................................37 8.02 Coordination........................................................................................................................37 8.03 Legal Relationships...............................................................................................................37 ARTICLE 9 - Owner's Responsibilities........................................................................................... 38 9.01 Communications to Contractor............................................................................................38 9.02 Replacement of Engineer.....................................................................................................39 EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page ii 9.03 Furnish Data.........................................................................................................................39 9.04 Pay When Due......................................................................................................................39 9.05 Lands and Easements; Reports, Tests, and Drawings..........................................................39 9.06 Insurance.............................................................................................................................. 39 9.07 Change Orders......................................................................................................................39 9.08 Inspections, Tests, and Approvals........................................................................................39 9.09 Limitations on Owner's Responsibilities..............................................................................39 9.10 Undisclosed Hazardous Environmental Condition...............................................................39 9.11 Evidence of Financial Arrangements....................................................................................39 9.12 Safety Programs...................................................................................................................40 ARTICLE 10 — Engineer's Status During Construction................................................................... 40 10.01 Owner's Representative.......................................................................................................40 10.02 Visits to Site..........................................................................................................................40 10.03 Project Representative.........................................................................................................40 10.04 Rejecting Defective Work.....................................................................................................40 10.05 Shop Drawings, Change Orders and Payments....................................................................40 10.06 Determinations for Unit Price Work....................................................................................41 10.07 Decisions on Requirements of Contract Documents and Acceptability of Work ................41 10.08 Limitations on Engineer's Authority and Responsibilities....................................................41 10.09 Compliance with Safety Program.........................................................................................41 AK I ICLL 11—Amending Contract Documents; Changes in' 11.01 Amending and Supplementing Contract Documel 11.02 Owner -Authorized Changes in Work .................... 11.03 Unauthorized Changes in Work ............................ 11.04 Change of Contract Price ...................................... 11.05 Change of Contract Times ..................................... 11.06 Change Proposals .................................................. 11.07 Execution of Change Orders .................................. 11.08 Notification to Surety ............................................ ARTICLE 12 —Claims ............................................................. 12.01 Claims.................................................................... ARTICLE 13 — Cost of Work; Allowances; Unit Price Work.. 13.01 Cost of Work.......................................................... 13.02 Allowances............................................................ irk................................................ 42 .......................................................... 42 ........................................................... 42 ........................................................... 43 ........................................................... 43 ........................................................... 44 ........................................................... 44 ........................................................... 45 ........................................................... 45 ..................................................... 45 ........................................................... 45 ..................................................... 46 ........................................................... 46 ........................................................... 49 EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page iii ' L_ 13.03 Unit Price Work....................................................................................................................49 ARTICLE 14 —Tests and Inspections; Correction, Removal or Acceptance of Defective Work.... 50 14.01 Access to Work..................................................................................................................... 50 14.02 Tests, Inspections, and Approvals........................................................................................50 14.03 Defective Work.....................................................................................................................51 14.04 Acceptance of Defective Work.............................................................................................51 14.05 Uncovering Work.................................................................................................................52 14.06 Owner May Stop Work.........................................................................................................52 14.07 Owner May Correct Defective Work....................................................................................52 ARTICLE 15 — Payments to Contractor; Set -Offs; Completion; Correction Period ....................... 53 15.01 Progress Payments...............................................................................................................53 15.02 Contractor's Warranty of Title.............................................................................................56 15.03 Substantial Completion........................................................................................................56 15.04 Partial Use or Occupancy.....................................................................................................57 15.05 Final Inspection....................................................................................................................57 15.06 Final Payment.......................................................................................................................58 15.07 Waiver of Claims..................................................................................................................59 15.08 Correction Period.................................................................................................................59 ARTICLE 16 — Suspension of Work and Termination.................................................................... 60 16.01 Owner May Suspend Work..................................................................................................60 16.02 Owner May Terminate for Cause.........................................................................................60 16.03 Owner May Terminate For Convenience.............................................................................61 16.04 Contractor May Stop Work or Terminate............................................................................ 61 ARTICLE 17 — Final Resolution of Disputes................................................................................... 62 17.01 Methods and Procedures.....................................................................................................62 ARTICLE 18 — Miscellaneous......................................................................................................... 62 18.01 Giving Notice........................................................................................................................62 18.02 Computation of Times.......................................................................................................... 62 18.03 Cumulative Remedies..........................................................................................................62 18.04 Limitation of Damages.........................................................................................................62 18.05 No Waiver............................................................................................................................63 18.06 Survival of Obligations.........................................................................................................63 18.07 Controlling Law.................................................................................................................... 63 18.08 Headings...............................................................................................................................63 EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright 0 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page iv ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents, a term printed with initial capital letters, including the term's singular and plural forms, will have the meaning indicated in definitions. In addition to terms specifically defined, terms with initial capital letters in Contract Documents include references to identified articles and Articles, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —Written instrument, executed by Owner and Contractor, that sets forth Contract Price and Contract Times, identifies the parties and the Engineer, and designates the specific items that are Contract Documents. 3. Application for Payment —Form acceptable to Engineer which is to be used by Contractor during the course of Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by Contract Documents. 4. Bid —Offer of a Bidder submitted on the prescribed form setting forth the prices for Work to be performed. 5. Bidder —Individual or entity that submits a Bid to Owner. 6. Bidding Documents —Bidding Requirements, proposed Contract Documents, and all Addenda. 7. Bidding Requirements —Advertisement or invitation to bid, Instructions to Bidders, Bid Bond or other Bid security, if any, Bid Form, and Bid with any attachments. 8. Change Order —Document which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in Work or an adjustment in Contract Price or Contract Times, or other revision to Contract, issued on or after Effective Date of Contract. 9. Change Proposal —Written request by Contractor, duly submitted in compliance with the procedural requirements set forth herein, seeking an adjustment in Contract Price or Contract Times, or both; contesting an initial decision by Engineer concerning the requirements of Contract Documents or the acceptability of Work under Contract Documents; challenging a set-off against payments due; or seeking other relief with respect to the terms of Contract. 10. Claim —(a) Demand or assertion by Owner directly to Contractor, duly submitted in compliance with the procedural requirements set forth herein: seeking an adjustment of Contract Price or Contract Times, or both; contesting an initial decision by Engineer concerning the requirements of Contract Documents or the acceptability of Work under Contract Documents; contesting Engineer's decision regarding a Change Proposal; seeking resolution of a contractual issue that Engineer has declined to address; or seeking other relief with respect to the terms of Contract; or (b) a demand or assertion by Contractor directly to Owner, duly submitted in compliance with the procedural requirements set forth herein, contesting Engineer's decision regarding a Change EJCDC® 00700, Standard General Conditions of the Construction Contract. - Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 63 i t_- � I Proposal; or seeking resolution of a contractual issue that Engineer has declined to ..' address. A demand for money or services by a third party is not a Claim. 11. Constituent of Concern —Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous waste, and any substance, product, waste, or other material of any nature whatsoever that is or becomes listed, regulated, or addressed pursuant to (a) the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); (b) the Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; (c) the Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); (d) the Toxic Substances Control Act, 15 U.S.C. 02601 et seq.; (e) the Clean Water Act, 33 U.S.C. §§1251 et seq.; (f) the Clean Air Act, 42 U.S.C. §§7401 et seq.; or (g) any other federal, state, or local statute, law, rule, regulation, ordinance, resolution, code, order, or decree regulating, relating to, or imposing liability or standards of conduct concerning, any hazardous, toxic, or dangerous waste, substance, or material. 12. Contract —Entire and integrated written contract between Owner and Contractor concerning Work. 13. Contract Documents —Items so designated in Agreement, and which together comprise Contract. 14. Contract Price —Money Owner agreed to pay Contractor for completion of Work in accordance with Contract Documents. . 15. Contract Times —Number of days or the dates by which Contractor shall: (a) achieve Milestones, if any; (b) achieve Substantial Completion; and (c) complete Work. 16. Contractor —I ndividuaI or entity who Owner contracted for performance of Work. 17. Cost of Work —See Article 13.01 for definition. 18. Drawings —Part of Contract that graphically shows the scope, extent, and character of Work to be performed by Contractor. 19. Effective Date of Contract —Date, indicated in Agreement, on which Contract becomes effective. 20. Engineer —Individual or entity named as such in Agreement. 21. Field Order —Written order issued by Engineer which requires minor changes in Work but does not change Contract Price or Contract Times. 22. Hazardous Environmental Condition —Presence at Site of Constituents of Concern in such quantities or circumstances that may present a danger to persons or property exposed thereto. Presence at Site of materials necessary for execution of Work, or incorporated in Work, and controlled and contained pursuant to industry practices, laws and regulations, and Contract requirements, does not establish a Hazardous Environmental Condition. 23. Laws and regulations; Laws or regulations —Any and all applicable laws, statutes, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 24. Liens —Charges, security interests, or encumbrances upon Contract -related funds, real property, or personal property. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 63 25. Milestone —A principal event in the performance of Work that Contract requires Contractor to achieve by an intermediate completion date or by a time prior to Substantial Completion of all Work. 26. Notice of Award —Written notice by Owner to a Bidder of Owner's acceptance of Bid. 27. Notice to Proceed —Written notice by Owner to Contractor fixing the date on which Contract Times will commence to run and on which Contractor shall start to perform Work. 28. Owner —Individual or entity with which Contractor has contracted regarding Work, and which has agreed to pay Contractor for the performance of Work, pursuant to the terms of Contract. 29. Progress Schedule —Schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising Contractor's plan to accomplish Work within Contract Times. 30. Project —Total undertaking to be accomplished for Owner by engineers, contractors, and others, including planning, study, design, construction, testing, commissioning, and start-up, and of which Work to be performed under Contract Documents is a part. 31. Project Manual —Written documents prepared, or made available for, procuring and constructing Work, including but not limited to Bidding Documents or other construction procurement documents, geotechnical and existing conditions information, Agreement, bond forms, General Conditions, Supplementary Conditions, and Specifications. Contents of Project Manual may be bound in one or more volumes. 32. Resident Project Representative —Authorized representative of Engineer assigned to assist Engineer at Site. As used herein, "Resident Project Representative" ("RPR") includes any assistants or field staff of Resident Project Representative. 33. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of Work and that establish the standards by which such portion of Work will be judged. 34. Schedule of Submittals —Schedule, prepared and maintained by Contractor, of required submittals and the time requirements for Engineer's review of the submittals and the performance of related construction activities. 35. Schedule of Values —Schedule, prepared and maintained by Contractor, allocating portions of Contract Price to various portions of Work and used as the basis for reviewing Contractor's Applications for Payment. 36. Shop Drawings —All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 37. Site —Lands or areas indicated in Contract Documents as being furnished by Owner upon which Work is to be performed, including rights -of -way and easements, and such other lands furnished by Owner which are designated for the use of Contractor. 38. Specifications —Part of Contract that consists of written requirements for materials, equipment, systems, standards, and workmanship as applied to Work, and certain administrative requirements and procedural matters applicable to Work. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright ® 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of civil Engineers. All rights reserved. Page 3 of 63 - , 39. Subcontractor —Individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of Work. 40. Substantial Completion —Time at which Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, Work (or a specified part thereof) is sufficiently complete, in accordance with Contract Documents, so that Work (or a specified part thereof) can be utilized for the purposes for which it is intended. "Substantially complete" and "substantially completed" as applied to all or part of Work refer to Substantial Completion thereof. 41. Successful Bidder —Bidder whose Bid the Owner accepts, and to which Owner makes an award of contract, subject to stated conditions. 42. Supplementary Conditions —Part of Contract that amends or supplements these General Conditions. 43. Supplier —Manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any subcontractor to furnish materials or equipment to be incorporated in Work by Contractor or a subcontractor. 44. Technical Data —Those items expressly identified as Technical Data in the Supplementary Conditions, with respect to either (a) subsurface conditions at Site, or physical conditions relating to existing surface or subsurface structures at Site (except Underground Facilities) or (b) Hazardous Environmental Conditions at Site. If no such express identifications of Technical Data have been made with respect to conditions at Site, then the data contained in boring logs, recorded measurements of subsurface water levels, laboratory test results, and other factual, objective information regarding conditions at Site that are set forth in any geotechnical or environmental report prepared for the Project and made available to Contractor are hereby defined as Technical Data with respect to conditions at Site under Articles 5.03, 5.04, and 5.06. 45. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 46. Unit Price Work —Work to be paid for on the basis of unit prices. 47. Work —Entire construction or the various separately identifiable parts thereof required to be provided under Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction; furnishing, installing, and incorporating all materials and equipment into such construction; and may include related services such as testing, start-up, and commissioning, all as required by Contract Documents. 48. Work Change Directive —Written directive to Contractor issued on or after Effective Date of Contract, signed by Owner and recommended by Engineer, ordering an addition, deletion, or revision in Work. 1.02 Terminology A. Words and terms discussed in the following Articles are not defined but, when used in Bidding Requirements or Contract Documents, have indicated meaning. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4 of 63 C. Intent of Certain Terms or Adjectives: 1. Contract Documents include "as allowed," "as approved," "as ordered," "as directed," or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, Work for compliance with the information in Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of Work, or any duty or authority to undertake responsibility contrary to the provisions of Article 10 or any other provision of Contract Documents. Day: 1. Calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. "Defective," when modifying "Work," refers to unsatisfactory, faulty, or deficient Work in that it: a. does not conform to Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in Contract Documents; or c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Article 15.03 or 15.04). E. Furnish, Install, Perform, Provide: 1. "Furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. "Install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. "Perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. If Contract Documents establish an obligation of Contractor with respect to specific services, materials, or equipment, but do not expressly use "furnish," "install," "perform," or "provide," then Contractor shall furnish and install said services, materials, or equipment complete and ready for intended use. F. Unless stated otherwise in Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in Contract Documents in accordance with such recognized meaning. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 of 63 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Bonds: When Contractor delivers the executed counterparts of Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Contractor's Insurance: When Contractor delivers the executed counterparts of Agreement to Owner, Contractor shall also deliver to Owner, with copies to each named insured and additional insured (as identified in the Supplementary Conditions or elsewhere in Contract), the certificates and other evidence of insurance required to be provided by Contractor in accordance with Article 6. C. Evidence of Owner's Insurance: After receipt of the executed counterparts of Agreement and all required bonds and insurance documentation, Owner shall promptly deliver to Contractor, with copies to each named insured and additional insured (as identified in the Supplementary Conditions or otherwise), the certificates and other evidence of insurance required to be provided by Owner under Article 6. 2.02 Copies of Documents A. Owner shall furnish to Contractor four printed copies of Contract (including one fully executed counterpart of Agreement), and one copy in electronic portable document format (PDF). Additional printed copies will be furnished upon request at the cost of reproduction. B. Owner shall maintain and safeguard at least one original printed record version of Contract, t.: including Drawings and Specifications signed and sealed by Engineer and other design professionals. Owner shall make such original printed record version of Contract available to Contractor for review. Owner may delegate responsibilities under this provision to Engineer. 2.03 Before Starting Construction A. Preliminary Schedules: Within 10 days after Effective Date of Contract (or as otherwise specifically required by Contract Documents), Contractor shall submit to Engineer for timely review, a preliminary: 1. Progress Schedule indicating times (numbers of days or dates) for starting and completing the various stages of Work, including any Milestones specified in Contract; 2. Schedule of Submittals; and -< 3. Schedule of Values for all of Work which includes quantities and prices of items which when added together equal Contract Price and subdivides Work into component parts .5 in sufficient detail to serve as the basis for progress payments during performance of 1, Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to Work and to discuss the schedules referred to in Article 2.03.A, procedures for handling Shop Drawings, Samples, and other submittals, processing Applications for Payment, electronic or digital transmittals, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as his authorized representative with respect to the services and responsibilities under EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, € and American Society of Civil Engineers. All rights reserved. Page 6 of 63 Contract. Such individuals shall have the authority to transmit and receive information, render decisions relative to Contract, and otherwise act on behalf of each respective party. 2.05 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference, attended by Contractor, Engineer, and others as appropriate, will be held to review for acceptability to Engineer as provided, the schedules submitted in accordance with Article 2.03.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. Progress Schedule will be acceptable to Engineer if it provides an orderly progression of Work to completion within Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of Contract Price to the component parts of Work. 2.06 Electronic Transmittals A. Except as otherwise stated elsewhere in Contract, the Owner, Engineer, and Contractor may transmit, and shall accept, Project -related correspondence, text, data, documents, drawings, information, and graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format, either directly, or through access to a secure Project website. B. If Contract does not establish protocols for electronic or digital transmittals, then Owner, Engineer, and Contractor shall jointly develop such protocols. C. When transmitting items in electronic media or digital format, the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the recipient's use of software application packages, operating systems, or computer hardware differing from those used in the drafting or transmittal of the items, or from those established in applicable transmittal protocols. ARTICLE 3 — DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with Contract Documents. C. Unless otherwise stated in Contract Documents, if there is a discrepancy between the electronic or digital versions of Contract Documents (including any printed copies derived from such electronic or digital versions) and the printed record version, the printed record version shall govern. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Fill Page 7 of 63 D. Contract supersedes prior negotiations, representations, and agreements, whether written or oral. E. Engineer will issue clarifications and interpretations of Contract Documents as provided herein. 3.02 Reference Standards A. Standards Specifications, Codes, Laws and regulations 1. Reference in Contract Documents to standard specifications, manuals, reference standards, or codes of any technical society, organization, or association, or to Laws or regulations, whether such reference be specific or by implication, shall mean the standard specification, manual, reference standard, code, or Laws or regulations in effect at the time of opening of Bids (or on the Effective Date of Contract if there were no Bids), except as may be otherwise specifically stated in Contract Documents. 2. No provision of any such standard specification, manual, reference standard, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the part of Contract Documents prepared by or for Engineer. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of Work or any duty or authority to undertake responsibility inconsistent with the provisions of the part of Contract Documents prepared by or for Engineer. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Verification of Figures and Field Measurements: Before undertaking each part of Work, Contractor shall carefully study Contract Documents, and check and verify pertinent figures and dimensions therein, particularly with respect to applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy that Contractor discovers, or has actual knowledge of, and shall not proceed with any Work affected thereby until the conflict, error, ambiguity, or discrepancy is resolved, by a clarification or interpretation by Engineer, or by an amendment or supplement to Contract Documents issued pursuant to Article 11.01. 2. Contractor's Review of Contract Documents: If, before or during the performance of Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within Contract Documents, or between Contract Documents and (a) any applicable Law or regulation, (b) actual field conditions, (c) any standard specification, manual, reference standard, or code, or (d) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with Work affected thereby (except in an emergency as required by Article 7.15) until the conflict, error, ambiguity, or discrepancy is resolved, by a clarification or interpretation by Engineer, or by an amendment or supplement to Contract Documents issued pursuant to Article 11.01. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in Contract Documents unless Contractor had actual knowledge thereof. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 8 of 63 3.04 3.05 B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in Contract Documents, the provisions of the part of Contract Documents prepared by or for Engineer shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between such provisions of Contract Documents and provisions of any: a. standard specification, manual, reference standard, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference as a Contract Document); or b. laws or regulations applicable to the performance of Work (unless such an interpretation of the provisions of Contract Documents would result in violation of such law or regulation). Requirements of Contract Documents A. During the performance of Work and until final payment, Contractor and Owner shall submit to the Engineer all matters in question concerning the requirements of Contract Documents (sometimes referred to as requests for information or interpretation—RFIs), or relating to the acceptability of Work under Contract Documents, as soon as possible after such matters arise. Engineer will be the initial interpreter of the requirements of Contract Documents, and judge of the acceptability of Work thereunder. B. Engineer will, with reasonable promptness, render a written clarification, interpretation, or decision on the issue submitted, or initiate an amendment or supplement to Contract Documents. Engineer's written clarification, interpretation, or decision will be final and binding on Contractor, unless it appeals by submitting a Change Proposal, and on Owner, unless it appeals by filing a Claim. C. If a submitted matter in question concerns terms and conditions of Contract Documents that do not involve (1) the performance or acceptability of Work under Contract Documents, (2) the design (as set forth in the Drawings, Specifications, or otherwise), or (3) other engineering or technical matters, then Engineer will promptly give written notice to Owner and Contractor that Engineer is unable to provide a decision or interpretation. If Owner and Contractor are unable to agree on resolution of such a matter in question, either party may pursue resolution as provided in Article 12. Reuse of Documents A. Contractor and his Subcontractors and Suppliers shall not have or acquire any title: 1. to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or his consultants, including electronic media editions, or reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer; or 2. or ownership rights in any other Contract Documents, reuse any such Contract Documents for any purpose without Owner's express written consent, or violate any copyrights pertaining to such Contract Documents. B. Prohibitions of this Article 3.05 will survive final payment, or termination of Contract. Nothing herein shall preclude Contractor from retaining copies of Contract Documents for record purposes. EJCDC® 00700, Standard General Conditions of the Construction Contract. LJ Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. , y Page 9 of 63 i ARTICLE 4 — COMMENCEMENT AND PROGRESS OF WORK ' 4.01 Commencement of Contract Times; Notice to Proceed A. Contract Times will commence to run on the 30t' day after the Effective Date of Contract or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of Contract. In no event will Contract Times commence to run later than the 601h day after the day of Bid opening or the 30`h day after the Effective Date of Contract, whichever date is earlier. 4.02 Starting Work A. Contractor shall start to perform Work on the date when Contract Times commence to run. No Work shall be done at Site prior to such date. 4.03 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction, which in Engineer's judgment, are necessary to enable Contractor to proceed with Work. Contractor shall be responsible for laying out Work, protect and preserve established reference points and property monuments, and make no changes or relocations without prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Article 2.05 as it may be adjusted from time to time as provided: 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Article 2.05) proposed adjustments in the Progress Schedule that will not result in �._ changing Contract Times. 2. Proposed adjustments in the Progress Schedule that will change Contract Times shall be submitted in accordance with the requirements of Article 11. B. Contractor shall carry on Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of y any disputes or disagreements, or during any appeal process, except as permitted by Article 16.04, or as Owner and Contractor may otherwise agree in writing. 4.05 Delays in Contractor's Progress A. If Owner, Engineer, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of Work, then Contractor shall be entitled to an equitable adjustment in Contract Times and Contract Price. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times. B. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of Contractor. Delay, disruption, and interference attributable to and within the control of a Subcontractor or Supplier shall be deemed to be within the control of Contractor. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 10 of 63 C. If Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of Owner, Contractor, and those for which they are responsible, then Contractor shall be entitled to an equitable adjustment in Contract Times. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this Article. Causes of delay, disruption, or interference that may give rise to an adjustment in Contract Times under this Article include but are not limited to: 1. severe and unavoidable natural catastrophes such as fires, floods, epidemics, and earthquakes; 2. abnormal weather conditions; 3. acts or failures to act of utility owners (other than those performing other work at or adjacent to Site by arrangement with the Owner, as contemplated in Article 8); and 4. acts of war or terrorism. D. Delays, disruption, and interference to the performance or progress of Work resulting from the existence of a differing subsurface or physical condition, an Underground Facility that was not shown or indicated by Contract Documents, or not shown or indicated with reasonable accuracy, and those resulting from Hazardous Environmental Conditions, are governed by Article 5. E. Article 8.03 governs delays, disruption, and interference to the performance or progress of Work resulting from the performance of certain other work at or adjacent to Site. F. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for any delay, disruption, or interference if such delay is concurrent with a delay, disruption, or interference caused by or within the control of Contractor. G. Contractor must submit any Change Proposal seeking an adjustment in Contract Price or Contract Times under this Article within 30 days of the commencement of the delaying, disrupting, or interfering event. ARTICLES —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner shall furnish Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of Site with which Contractor must comply in performing Work. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which permanent improvements are to be made and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 11 of 63 5.02 Use of Site and Other Areas s A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to Site, adjacent areas that Contractor has arranged to use through construction easements or otherwise, and other adjacent areas permitted by Laws and regulations, and shall not unreasonably encumber Site and such other adjacent areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for (a) damage to Site; (b) damage to any such other adjacent areas used for Contractor's operations; (c) damage to any other adjacent land or areas; and (d) for injuries and losses sustained by the owners or occupants of any such land or areas; provided that such damage or injuries result from the performance of Work or from other actions or conduct of Contractor or those for which Contractor is responsible. 2. If a damage or injury claim is made by the owner or occupant of any such land or area because of the performance of Work, or because of other actions or conduct of Contractor or those for which Contractor is responsible, Contractor shall (a) take immediate corrective or remedial action as required by Article 7.12, or otherwise; (b) promptly attempt to settle the claim as to all parties through negotiations with such owner or occupant, or otherwise resolve the claim by arbitration or other dispute resolution proceeding, or at law; and (c) to the fullest extent permitted by Laws and regulations, indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against any such claim, and against all costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused directly or indirectly, in whole or in part by, or based upon, Contractor's performance of Work, or because of other actions or conduct of Contractor or those for which Contractor is responsible. - B. Removal of Debris during Performance of Work: During progress of Work, Contractor shall keep Site and other adjacent areas free from accumulations of waste materials, rubbish, and A other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and regulations. C. Cleaning: Prior to Substantial Completion of Work Contractor shall clean Site and Work and make it ready for utilization by Owner. At completion of Work, Contractor shall remove from Site and adjacent areas all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by Contract Documents. D. Loading of Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part_a of Work or adjacent structures or land to stresses or pressures that will endanger them. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 12 of 63 5.03 5.04 Subsurface and Physical Conditions A. Reports and Drawings: Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or adjacent to Site; 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at Site (except Underground Facilities); and 3. Technical Data contained in such reports and drawings. B. Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the Technical Data expressly identified in the Supplementary Conditions with respect to such reports and drawings, but such reports and drawings are not Contract Documents. If no such express identification has been made, then Contractor may rely upon the accuracy of the Technical Data (as defined in Article 1) contained in any geotechnical or environmental report prepared for the Project and made available to Contractor. Except for such reliance on Technical Data, Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, with respect to: 1. completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any Technical Data or any such other data, interpretations, opinions, or information. Differing Subsurface or Physical Conditions A. Notice by Contractor: If Contractor believes that any subsurface or physical condition that is uncovered or revealed at Site either: 1. is of such a nature as to establish that any Technical Data on which Contractor is entitled to rely as provided in Article 5.03 is materially inaccurate; or 2. is of such a nature as to require a change in the Drawings or Specifications; or 3. differs materially from that shown or indicated in Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Article 7.15), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except with respect to an emergency) until receipt of a written statement permitting Contractor to do so. B. Engineer's Review: After receipt of written notice as required by the preceding Article, Engineer will promptly review the subsurface or physical condition in question; determine EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 13 of 63 the necessity of Owner's obtaining additional exploration or tests with respect to the condition; conclude whether the condition falls within any one or more of the differing site condition categories in Article 5.04.A; obtain any pertinent cost or schedule information from Contractor; prepare recommendations to Owner regarding Contractor's resumption of Work in connection with the subsurface or physical condition in question and the need for any change in the Drawings or Specifications; and advise Owner in writing of Engineer's findings, r conclusions, and recommendations. C. Owner's Statement to Contractor Regarding Site Condition: After receipt of Engineer's written findings, conclusions, and recommendations, Owner shall issue a written statement to Contractor (with a copy to Engineer) regarding the subsurface or physical condition in question, addressing the resumption of Work in connection with such condition, indicating whether any change in the Drawings or Specifications will be made, and adopting or rejecting Engineer's written findings, conclusions, and recommendations, in whole or in part. D. Possible Price and Times Adjustments: 1. Contractor shall be entitled to an equitable adjustment in Contract Price or Contract Times, or both, to the extent that the existence of a differing subsurface or physical condition, or any related delay, disruption, or interference, causes an increase or decrease in Contractor's cost of, or time required for, performance of Work; subject, however, to the following: a. such condition must fall within any one or more of the categories described in Article 5.04.A; b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Article 13.03; and, c. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times. 2. Contractor shall not be entitled to any adjustment in Contract Price or Contract Times with respect to a subsurface or physical condition if: . ; a. Contractor knew the existence of such condition at time Contractor made a commitment to Owner with respect to Contract Price and Contract Times by submission of Bid or becoming bound under negotiated contract, or otherwise; or b. the existence of such condition reasonably could have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such commitment; or j c. Contractor failed to give the written notice as required by Article 5.04.A. 3. If Owner and Contractor agree regarding Contractor's entitlement to and the amount or extent of any adjustment in Contract Price or Contract Times, or both, then any such adjustment shall be set forth in a Change Order. 4. Contractor may submit a Change Proposal regarding his entitlement to or the amount or extent of any adjustment in Contract Price or Contract Times, or both, no later than 30 days after Owner's issuance of the Owner's written statement to Contractor regarding the subsurface or physical condition in question. EJCOC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 14 of 63 5.05 Underground Facilities A. Contractor's Responsibilities: Information and data shown or indicated in Contract Documents with respect to existing Underground Facilities at or adjacent to Site is based on information and data furnished to Owner or Engineer by owners of such Underground Facilities, including Owner, or by others. Unless otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer do not warrant or guarantee the accuracy or completeness of any such information or data provided by others; and 2. cost of all of the following will be included in Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all information and data regarding existing Underground Facilities at Site; b. locating all Underground Facilities shown or indicated in Contract Documents as being at Site; c. coordination of Work with the owners (including Owner) of such Underground Facilities, during construction; and d. safety and protection of all existing Underground Facilities at Site, and repairing any damage thereto resulting from Work. B. Notice by Contractor: If Contractor believes an Underground Facility uncovered or revealed at Site was not shown or indicated in Contract Documents, or was not shown or indicated with reasonable accuracy, then Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Article 7.15), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. C. Engineer's Review: Engineer will promptly review Underground Facility and conclude whether such Underground Facility was not shown or indicated in Contract Documents, or was not shown or indicated with reasonable accuracy; obtain any pertinent cost or schedule information from Contractor; prepare recommendations to Owner regarding Contractor's resumption of Work in connection with Underground Facility in question; determine extent, if any, to which a change is required in the Drawings or Specifications to reflect and document the consequences of the existence or location of the Underground Facility; and advise Owner in writing of Engineer's findings, conclusions, and recommendations. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. D. Owner's Statement to Contractor Regarding Underground Facility: After receipt of Engineer's written findings, conclusions, and recommendations, Owner shall issue a written statement to Contractor (with a copy to Engineer) regarding the Underground Facility in question, addressing the resumption of Work in connection with such Underground Facility, indicating whether any change in the Drawings or Specifications will be made, and adopting or rejecting Engineer's written findings, conclusions, and recommendations in whole or in part. E. Possible Price and Times Adjustments: 1. Contractor shall be entitled to an equitable adjustment in Contract Price or Contract Times, or both, to the extent that any existing Underground Facility at Site that was not shown or indicated in Contract Documents, or was not shown or indicated with reasonable accuracy, or any related delay, disruption, or interference, causes an EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 15 of 63 increase or decrease in Contractor's cost of, or time required for, performance of Work; subject, however, to the following: a. Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated the existence or actual location of the Underground Facility in question; (, b. With respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Article 13.03; c. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times; and d. Contractor gave the notice required in Article 5.05.13. 2. If Owner and Contractor agree regarding Contractor's entitlement to and the amount or extent of any adjustment in Contract Price or Contract Times, or both, then any such adjustment shall be set forth in a Change Order. 3. Contractor may submit a Change Proposal regarding his entitlement to or the amount or extent of any adjustment in Contract Price or Contract Times, or both, no later than 30 days after Owner's issuance of the Owner's written statement to Contractor regarding the Underground Facility in question. 5.06 Hazardous Environmental Conditions at Site A. Reports and Drawings: Supplementary Conditions identify: 1. those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at or adjacent to Site; and 2. Technical Data contained in such reports and drawings. is B. Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the Technical Data expressly identified in the Supplementary Conditions with respect to such reports and drawings, but such reports and drawings are not Contract Documents. If no such express identification has been made, then Contractor may rely on the accuracy of the Technical Data (as defined in Article 1) contained in any geotechnical or environmental report prepared for the Project and made available to Contractor. Except for such reliance on Technical Data, Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any Technical Data or any such other data, interpretations, opinions or information. =1 C. Contractor shall not be responsible for removing or remediating any Hazardous Environmental Condition encountered, uncovered, or revealed at Site unless such removal or remediation is expressly identified in Contract Documents to be within the scope of Work. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, - and American Society of Civil Engineers. All rights reserved. Page 16 of 63 t_.a J D. Contractor shall be responsible for controlling, containing, and duly removing all Constituents of Concern brought to Site by Contractor, Subcontractors, Suppliers, or anyone L__, else for whom Contractor is responsible, and for any associated costs; and for the costs of removing and remediating any Hazardous Environmental Condition created by the presence of any such Constituents of Concern. F1 E. If Contractor encounters, uncovers, or reveals a Hazardous Environmental Condition whose removal or remediation is not expressly identified in Contract Documents as being within the scope of Work, or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, then Contractor shall immediately: (1) secure or otherwise isolate such condition; (2) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Article 7.15); and (3) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Article 5.06.F. If Contractor or anyone whom Contractor is responsible created Hazardous Environmental Condition in question, then Owner may remove and remediate the Hazardous Environmental Condition, and impose a set-off against payments to account for associated costs. Contractor shall not resume Work in connection with such Hazardous Environmental Condition or in any affected area until after Owner has obtained any required permits related thereto, and delivered written notice to Contractor either (1) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (2) specifying any special conditions under which such Work may be resumed safely. G. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, then within 30 days of Owner's written notice regarding the resumption of Work, Contractor may submit a Change Proposal, or Owner may impose a set-off. H. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of Work that is in the area affected by such condition to be deleted from Work, following Contractual change procedures in Article 11. Owner may have such deleted portion of Work performed by Owner's own forces or others in accordance with Article 8. To the fullest extent permitted by laws and regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition (1) was not shown or indicated in the Drawings, Specifications, or other Contract Documents, identified as Technical Data entitled to limited reliance pursuant to Article 5.06.13, or identified in Contract Documents to be included within the scope of Work, and (2) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this E1CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. F 1 Page 17 of 63 I i� Article 5.06.H shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. J. To the fullest extent permitted by Laws and regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the failure to control, contain, or remove a Constituent of Concern brought to Site by Contractor or by anyone for whom Contractor is responsible, or to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Article 5.06.J shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. K. Provisions of Articles 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or to a Hazardous Environmental Condition uncovered or revealed at Site. ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Contractor shall furnish a performance bond and a payment bond, each in an amount at least equal to Contract Price, as security for the faithful performance and payment of all of Contractor's obligations under Contract. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Article 15.08, whichever is later, except as provided otherwise by Laws or regulations, the Supplementary Conditions, or other specific provisions of Contract. Contractor shall also furnish such other bonds as are required by the Supplementary Conditions or other specific provisions of Contract. All bonds shall be in the form prescribed by Contract except as provided otherwise by Laws or regulations, and shall be executed by such sureties as are named in "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (as amended and supplemented) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. A bond signed by an agent or attorney -in -fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show effective on the date the agent or attorney -in -fact signed the accompanying bond. C. Contractor shall obtain required bonds from duly licensed or authorized surety companies in jurisdiction in which the Project is located to issue bonds in the required amounts. D. If the surety on a bond furnished by Contractor is declared bankrupt or becomes insolvent, or his right to do business is terminated in any state or jurisdiction where any part of the Project is located, or the surety ceases to meet the requirements, then Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the bond and surety requirements. E. If Contractor has failed to obtain a required bond, Owner may exclude Contractor from Site and exercise Owner's termination rights under Article 16. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. L_ Page 18 of 63 F. Upon request, Owner shall provide a copy of the payment bond to any subcontractor, supplier, or other person or entity claiming to have furnished labor or materials used in the performance of Work. 6.02 Insurance —General Provisions A. Owner and Contractor shall obtain and maintain insurance as required in this Article and in Supplementary Conditions. B. All insurance required by Contract to be purchased and maintained by Owner or Contractor shall be obtained from insurance companies that are duly licensed or authorized, in the state or jurisdiction in which the Project is located, to issue insurance policies for the required limits and coverages. Unless a different standard is indicated in the Supplementary Conditions, all companies that provide insurance policies required under this Contract shall have an A.M. Best rating of A-VII or better. C. Contractor shall deliver to Owner, with copies to each named insured and additional insured (as identified in this Article, in the Supplementary Conditions, or elsewhere in Contract), certificates of insurance establishing that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by Contract. Upon request by Owner or any other insured, Contractor shall also furnish other evidence of such required insurance, including but not limited to copies of policies and endorsements, and documentation of applicable self -insured retentions and deductibles. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this provision. D. Owner shall deliver to Contractor, with copies to each named insured and additional insured (as identified in this Article, the Supplementary Conditions, or elsewhere in Contract), certificates of insurance establishing that Owner has obtained and is maintaining the policies, coverages, and endorsements required of Owner by Contract (if any). Upon request by Contractor or any other insured, Owner shall also provide other evidence of such required insurance (if any), including but not limited to copies of policies and endorsements, and documentation of applicable self -insured retentions and deductibles. Owner may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this provision. E. Failure of Owner or Contractor to demand such certificates or other evidence of the other party's full compliance with these insurance requirements, or failure of Owner or Contractor to identify a deficiency in compliance from the evidence provided, shall not be construed as a waiver of the other party's obligation to obtain and maintain such insurance. F. If either party does not purchase or maintain all of the insurance required of such party by Contract, such party shall notify the other party in writing of such failure to purchase prior to the start of Work, or of such failure to maintain prior to any change in the required coverage. G. If Contractor has failed to obtain and maintain required insurance, Owner may exclude Contractor from Site, impose an appropriate set-off against payment, and exercise Owner's termination rights under Article 16. H. Without prejudice to any other right or remedy, if a party has failed to obtain required insurance, the other party may elect to obtain equivalent insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and Contract Price shall be adjusted accordingly. EJCDC® 00700, Standard General Conditions of the Construction Contract. L J Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 7 Page 19 of 63 r I . Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor or Contractor's interests. J. Insurance and insurance limits required herein are not deemed as a limitation on Contractor's liability under indemnities granted to Owner and other individuals and entities in Contract. 6.03 Contractor's Insurance A. Workers' Compensation: Contractor shall purchase and maintain workers' compensation and employer's liability insurance for: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts. 2. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act ( coverage (if applicable). 3. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees (by stop -gap endorsement in monopolist worker's compensation states). 4. Foreign voluntary worker compensation (if applicable). -w B. Commercial General Liability —Claims Covered: Contractor shall purchase and maintain commercial general liability insurance, covering all operations by or on behalf of Contractor, on an occurrence basis, against claims for damages: 1. because of bodily injury, sickness or disease, or death of any person other than Contractor's employees. 2. insured by reasonably available personal injury liability coverage. I._. 3. other than to Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom. C. Commercial General Liability —Form and Content: Contractor's commercial liability policy (` shall be written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage: a. Such insurance shall be maintained for three years after final payment. b. Contractor shall furnish Owner and each other additional insured (as identified in the Supplementary Conditions or elsewhere in Contract) evidence of continuation of such insurance at final payment and three years thereafter. 2. Blanket contractual liability coverage, to the extent permitted by law, including but not y limited to coverage of Contractor's contractual indemnity obligations in Article 7.18. 3. Broad form property damage coverage. y 4. Severability of interest. 5. Underground, explosion, and collapse coverage. 6. Personal injury coverage. 7. Additional insured endorsements that include both ongoing operations and products and completed operations coverage through ISO Endorsements CG 20 10 10 01 and EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 20 of 63 CG 20 37 10 01 (together); or CG 20 10 07 04 and CG 20 37 07 04 (together); or their equivalent. 8. For design professional additional insureds, ISO Endorsement CG 20 32 07 04, "Additional Insured —Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Automobile liability: Contractor shall purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The automobile liability policy shall be written on an occurrence basis. E. Umbrella or excess liability: Contractor shall purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the Articles. Subject to industry -standard exclusions, the coverage afforded shall follow form as to each and every one of the underlying policies. F. Contractor's pollution liability insurance: Contractor shall purchase and maintain a policy covering third -party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from Contractor's operations and completed operations. This insurance shall be maintained for no less than three years after final completion. G. Additional insureds: Contractor's commercial general liability, automobile liability, umbrella or excess, and pollution liability policies shall include and list as additional insureds Owner and Engineer, and any individuals or entities identified in the Supplementary Conditions; include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds; and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby (including as applicable those arising from both ongoing and completed operations) on a non-contributory basis. Contractor shall obtain all necessary endorsements to support these requirements. H. Contractor's professional liability insurance: If Contractor will provide or furnish professional services under this Contract, through a delegation of professional design services or otherwise, then Contractor shall be responsible for purchasing and maintaining applicable professional liability insurance. This insurance shall provide protection against claims arising out of performance of professional design or related services, and caused by a negligent error, omission, or act for which the insured party is legally liable. It shall be maintained throughout the duration of Contract and for a minimum of two years after Substantial Completion. If such professional design services are performed by a Subcontractor, and not by Contractor himself, then the requirements of this Article may be satisfied through the purchasing and maintenance of such insurance by such subcontractor. I. General provisions: The policies of insurance required by this Article 6.03 shall: 1. include at least the specific coverages provided in this Article. 2. be written for not less than the limits of liability provided in this Article and in the Supplementary Conditions, or required by Laws or regulations, whichever is greater. 3. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least 10 days prior written notice has been given to Contractor. Within three days of receipt of any such written notice, EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 21 of 63 Contractor shall provide a copy of the notice to Owner, Engineer, and each other insured under the policy. 4. remain in effect at least until final payment (and longer if expressly required in this Article) and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work as a warranty or correction obligation, or otherwise, or returning to Site to conduct other tasks arising from Contract Documents. 5. be appropriate for Work being performed and provide protection from claims that may arise out of or result from Contractor's performance of Work and Contractor's other obligations under Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of Work, or by anyone for whose acts any of them may be liable. J. Coverage requirements for specific policies of insurance must be met by such policies, and not by reference to excess or umbrella insurance provided in other policies. 6.04 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Article 6.03, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under Contract Documents. B. Owner's liability policies, if any, operate separately and independently from policies required to be provided by Contractor, and Contractor cannot rely upon Owner's liability policies for any of Contractor's obligations to the Owner, Engineer, or third parties. 6.05 Property Insurance A. Builder's Risk: Unless otherwise provided in the Supplementary Conditions, Contractor shall purchase and maintain builder's risk insurance upon Work on a completed value basis, in the amount of the full insurable replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and regulations). This insurance shall: 1. include Owner and Contractor as named insureds, and all subcontractors, and any individuals or entities required by the Supplementary Conditions insured under such builder's risk policy, as insureds or named insureds. For purposes of remainder of Articles 6.05, 6.06, and 6.07, and any corresponding Supplementary Conditions, the parties required to be insured shall collectively be referred to as "insureds." (' 2. be written on a builder's risk "all risk" policy form that shall at least include insurance for physical loss or damage to Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of ' loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; _3 smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk L EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 22 of 63 policies, by endorsement or otherwise, such insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. cover, as insured property, at least the following: (a) Work and all materials, supplies, machinery, apparatus, equipment, fixtures, and other property of a similar nature that are to be incorporated into or used in the preparation, fabrication, construction, erection, or completion of Work, including Owner -furnished or assigned property; (b) spare parts inventory required within the scope of Contract; and (c) temporary works which are not intended to form part of the permanent constructed Work but which are intended to provide working access to Site, or to Work under construction, or which are intended to provide temporary support for Work under construction, including scaffolding, form work, fences, shoring, falsework, and temporary structures. 4. cover expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects). 5. extend to cover damage or loss to insured property while in temporary storage at Site or in a storage location outside Site (but not including property stored at the premises of a manufacturer or Supplier). 6. extend to cover damage or loss to insured property while in transit. 7. allow partial occupation or use of Work by Owner, so those portions of Work not yet occupied or used by Owner shall remain covered by the builder's risk insurance. 8. allow for the waiver of the insurer's subrogation rights, as set forth. 9. provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 10. not include a co-insurance clause. 11. include an exception for ensuing losses from physical damage or loss with respect to any defective workmanship, design, or materials exclusions. 12. include performance/hot testing and start-up. 13. be maintained in effect, subject to the provisions herein regarding Substantial Completion and partial occupancy or use of Work by Owner, until Work is complete. B. Notice of Cancellation or Change: All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Article 6.05 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until, at least 10 days prior written notice has been given to the purchasing policyholder. Within three days of receipt of any such written notice, the purchasing policyholder shall provide a copy of the notice to each other insured. C. Deductibles: The purchaser of any required builder's risk or property insurance shall pay for costs not covered because of the application of a policy deductible. D. Partial Occupancy or Use by Owner: If Owner will occupy or use a portion or portions of Work prior to Substantial Completion of all Work as provided in Article 15.04, then Owner (directly, if it is the purchaser of the builder's risk policy, or through Contractor) will provide notice of such occupancy or use to the builder's risk insurer. The builder's risk insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy; rather, those portions of Work that are occupied or used by Owner may come off the builder's risk policy, EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright 0 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 23 of 63 while those portions of Work not yet occupied or used by Owner shall remain covered by the µ' builder's risk insurance. E. Additional Insurance: If Contractor elects to obtain other special insurance to be included in or supplement the builder's risk or property insurance policies provided under this Article 6.05, it may do so at Contractor's expense. F. Insurance of Other Property: If the express insurance provisions of Contract do not require or address the insurance of a property item or interest, such as tools, construction equipment, or other personal property owned by Contractor, a subcontractor, or an employee of Contractor or a subcontractor, then the entity or individual owning such property item will be responsible for deciding whether to insure it, and if so in what amount. 6.06 Waiver of Rights A. All policies purchased in accordance with Article 6.05, expressly including the builder's risk policy, shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any insureds thereunder, or against Engineer or its consultants, or their officers, directors, members, partners, employees, agents, consultants, or subcontractors. Owner and Contractor waive all rights against each other and the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to Work; and, in addition, waive all such rights against Engineer, its consultants, all Subcontractors, all individuals or entities identified in the Supplementary Conditions as insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, under such policies for losses and damages so caused. No waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner or Contractor as trustee or fiduciary, or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them, for loss: 1. due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial occupancy or use pursuant to Article 15.04, after Substantial Completion pursuant to Article 15.03, or after final payment pursuant to Article 15.06. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Article 6.06.13 shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, or the officers, directors, members, partners, employees, agents, consultants, or subcontractors of each and any of them. D. Contractor shall be responsible for assuring that Agreement under which a Subcontractor performs a portion of Work contains provisions whereby the Subcontractor waives all rights against Owner, Contractor, all individuals or entities identified in the Supplementary EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 24 of 63 Conditions as insureds, the Engineer and its consultants, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by builder's risk insurance and any other property insurance applicable to Work. Receipt and Application of Property Insurance Proceeds A. Any insured loss under the builder's risk and other policies of insurance required by Article 6.05 will be adjusted and settled with the named insured that purchased the policy. Such named insured shall act as fiduciary for the other insureds, and give notice to such other insureds that adjustment and settlement of a claim is in progress. Any other insured may state its position regarding a claim for insured loss in writing within 15 days after notice of such claim. B. Proceeds for such insured losses may be made payable by the insurer either jointly to multiple insureds, or to the named insured that purchased the policy in its own right and as fiduciary for other insureds, subject to the requirements of any applicable mortgage clause. A named insured receiving insurance proceeds under the builder's risk and other policies of insurance required by Article 6.05 shall distribute such proceeds in accordance with such agreement as the parties in interest may reach, or as otherwise required under the dispute resolution provisions of this Contract or applicable Laws and regulations. C. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the money so received applied on account thereof, and Work and the cost thereof covered by Change Order, if needed. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 7.02 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform Work in accordance with Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out Work and perform construction as required by Contract Documents. Contractor shall at all times maintain good discipline and order at Site. B. Except as otherwise required for the safety or protection of persons or Work or property at Site or adjacent thereto, and except as otherwise stated in Contract Documents, all Work at Site shall be performed during regular working hours, Monday through Friday. Contractor will not perform Work on a Saturday, Sunday, or any legal holiday. Contractor may perform Work outside regular working hours or on Saturdays, Sundays, or legal holidays only with Owner's written consent, which will not be unreasonably withheld. EJCDC® 00700, Standard General Conditions of the Construction Contract. U Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. , Page 25 of 63 [ 7.03 Services, Materials, and Equipment A. Unless otherwise specified in Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start up, and completion of Work, whether or not such items are specifically called for in Contract Documents. B. All materials and equipment incorporated into Work shall be of good quality and new, except as otherwise provided in Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in Contract Documents. 7.04 "Or Equals" A. Whenever an item of material or equipment is specified or described in Contract Documents by using the name of a proprietary item or the name of a particular Supplier, Contract Price has been based upon Contractor furnishing such item as specified. The specification or description of such an item is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or equal" item is permitted, Contractor may request that Engineer authorize the use of other items of material or equipment, or items from other proposed suppliers under the circumstances described. 1. If Engineer, in his sole discretion, determines an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, Engineer shall deem it an "or equal" item. For the purposes of this Article, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines it: 1) is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; 3) has a proven record of performance and availability of responsive service; and 4) is not objectionable to Owner. b. Contractor certifies that, if approved and incorporated into Work: 1) there will be no increase in cost to Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named t in Contract Documents. B. Contractor's Expense: Contractor shall provide all data in support of any proposed "or equal" item at Contractor's expense. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, - and American Society of Civil Engineers. All rights reserved. Page 26 of 63 C. Engineer's Evaluation and Determination: Engineer will be allowed a reasonable time to evaluate each "or -equal" request. Engineer may require Contractor to furnish additional data about the proposed "or -equal" item. Engineer will be the sole judge of acceptability. No "or - equal" item will be ordered, furnished, installed, or utilized until Engineer's review is complete and Engineer determines that the proposed item is an "or -equal", which will be evidenced by an approved Shop Drawing or other written communication. Engineer will advise Contractor in writing of any negative determination. D. Effect of Engineer's Determination: Neither approval nor denial of an "or -equal" request shall result in any change in Contract Price. Engineer's denial of an "or -equal" request shall be final and binding, and may not be reversed through an appeal under any provision of Contract Documents. E. Treatment as a Substitution Request: If Engineer determines that an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item, Contractor may request that Engineer considered the proposed item as a substitute pursuant to Article 7.05. 7.05 Substitutes A. Unless the specification or description of an item of material or equipment required to be furnished under Contract Documents contains or is followed by words reading that no substitution is permitted, Contractor may request that Engineer authorize the use of other items of material or equipment under the circumstances described. To the extent possible such requests shall be made before commencement of related construction at Site. 1. Contractor shall submit sufficient information as provided to allow Engineer to determine if the item of material or equipment proposed is functionally equivalent to that named and an acceptable substitute therefor. Engineer will not accept requests for review of proposed substitute items of material or equipment from anyone other than Contractor. 2. Requirements for review by Engineer will be as set forth in Article 7.05.B, as supplemented by Specifications, and as Engineer may decide is appropriate under the circumstances. 3. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: a. shall certify the proposed substitute item will: 1) perform adequately the functions and achieve the results called for by the general design, 2) be similar in substance to that specified, and 3) be suited to the same use as that specified. b. will state: 1) the extent, if any, to which the use of the proposed substitute item will necessitate a change in Contract Times, 2) whether use of the proposed substitute item in Work will require a change in any of Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 27 of 63 3) whether incorporation or use of the proposed substitute item in connection with Work is subject to payment of any license fee or royalty. c. will identify: 1) all variations of the proposed substitute item from that specified, and 2) available engineering, sales, maintenance, repair, and replacement services. d. shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including but not limited to changes in Contract Price, shared savings, costs of redesign, and claims of other contractors affected by any resulting change. B. Engineer's Evaluation and Determination: Engineer will be allowed a reasonable time to evaluate each substitute request, and to obtain comments and direction from Owner. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No substitute will be ordered, furnished, installed, or utilized until Engineer's review is complete and Engineer determines that the proposed item is an acceptable substitute. Engineer's determination will be evidenced by a Field Order or a proposed Change Order accounting for the substitution itself and all related impacts, including changes in Contract Price or Contract Times. Engineer will advise Contractor in writing of any negative determination. C. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. D. Reimbursement of Engineer's Cost: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. E. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute at Contractor's expense. Effect of Engineer's Determination: If Engineer approves substitution request, Contractor shall execute proposed Change Order and proceed with substitution. Engineer's denial of a substitution request shall be final and binding and not reversed through an appeal under any provision of Contract Documents. Contractor may challenge the scope of reimbursement costs imposed under Article 7.05.1), by timely submittal of a Change Proposal. 7.06 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of Work. Such Subcontractors and Suppliers must be acceptable to Owner. B. Contractor shall retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of Work if required by Contract to do so. C. Subsequent to the submittal of Contractor's Bid or final negotiation of the terms of Contract, Owner may not require Contractor to retain any Subcontractor, Supplier, or other individual or entity to furnish or perform any of Work against which Contractor has reasonable objection. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 28 of 63 D. Prior to entry into any binding subcontract or purchase order, Contractor shall submit to Owner the identity of the proposed Subcontractor or Supplier (unless Owner has already deemed such proposed Subcontractor or Supplier acceptable, during the bidding process or otherwise). Such proposed Subcontractor or Supplier shall be deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within five days. Owner may require replacement of any subcontractor, supplier, or other individual or entity retained by Contractor to perform any part of Work. Owner also may require Contractor to retain specific replacements; provided, however, that Owner may not require a replacement to which Contractor has a reasonable objection. If Contractor has submitted the identity of certain subcontractors, Suppliers, or other individuals or entities for acceptance by Owner, and Owner has accepted it (either in writing or by failing to make written objection thereto), then Owner may subsequently revoke the acceptance of any such Subcontractor, Supplier, or other individual or entity so identified solely on the basis of substantive, reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected subcontractor, supplier, or other individual or entity. F. If Owner requires the replacement of any Subcontractor, Supplier, or other individual or entity retained by Contractor to perform any part of Work, then Contractor shall be entitled to an adjustment in Contract Price or Contract Times, or both, with respect to the replacement; and Contractor shall initiate a Change Proposal for such adjustment within 30 days of Owner's requirement of replacement. G. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of the right of Owner to the completion of Work in accordance with Contract Documents. H. Contractor shall monthly submit to Engineer a complete list of all Subcontractors and Suppliers having a direct contract with Contractor, and of all other Subcontractors and Suppliers known to Contractor at the time of submittal. I. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of Work just as Contractor is responsible for Contractor's own acts and omissions. J. Contractor is solely responsible for scheduling and coordinating Work of subcontractors, suppliers, and all other individuals or entities performing or furnishing any of Work. K. Contractor shall restrict all subcontractors, suppliers, and such other individuals or entities performing or furnishing any of Work from communicating with Engineer or Owner, except through Contractor or in case of an emergency, or as otherwise expressly allowed herein. L. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing Work among Subcontractors or Suppliers or delineating Work to be performed by any specific trade. M. All Work performed for Contractor by a subcontractor or supplier shall be pursuant to an appropriate contractual agreement that specifically binds the subcontractor or supplier to applicable terms and conditions of Contract Documents for benefit of Owner and Engineer. N. Owner may furnish to any subcontractor or supplier, to the extent practicable, information about amounts paid to Contractor on account of Work performed for Contractor by the particular subcontractor or supplier. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 29 of 63 O. Nothing in Contract Documents shall create: 1. for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier, or other individual or entity; nor 2. any obligation on the part of Owner or Engineer to pay or to see to the payment of any money due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and regulations. 7.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of Work or the incorporation in Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in Contract Documents for use in the performance of Work and if, to the actual knowledge of Owner or Engineer, his use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in Contract Documents. B. To fullest extent permitted by laws and regulations, Owner shall indemnify and hold harmless Contractor, and his officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of Work or resulting from the incorporation in Work of any invention, design, process, product, or device specified in Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of Work or resulting from the incorporation in Work of any invention, design, process, product, or device not specified in Contract Documents. 7.08 Permits A. Unless otherwise provided in Contract Documents, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary forthe prosecution of Work which are applicable at the time of the submission of Contractor's Bid (or when Contractor became bound under a negotiated contract). Owner shall pay all charges of utility owners for connections for providing permanent service to Work 7.09 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and regulations of the place of the Project which are applicable during the performance of Work. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 30 of 63 7.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all laws and regulations applicable to the performance of Work. Except where otherwise expressly required by applicable laws and regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or regulations. B. If Contractor performs any Work or takes any other action knowing or having reason to know that it is contrary to laws or regulations, Contractor shall bear all resulting costs and losses, and shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work or other action. It shall not be Contractor's responsibility to make certain that Work described in Contract Documents is in accordance with Laws and regulations, but this shall not relieve Contractor of Contractor's obligations under Article 3.03. C. Owner or Contractor may give the other party notice of any changes after submission of Contractor's Bid (or after Contractor became bound under a negotiated contract) in Laws or regulations having an effect on the cost or time of performance of Work, including but not limited to changes in Laws or regulations having an effect on procuring permits and on sales, use, value-added, consumption, and other similar taxes. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times resulting from such changes, then within 30 days of such notice Contractor may submit a Change Proposal, or Owner may initiate a Claim. 7.11 Record Documents A. Contractor shall maintain in a safe place at Site one printed record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, written interpretations and clarifications, and approved Shop Drawings. Contractor shall keep such record documents in good order and annotate them to show changes made during construction. These record documents, together with all approved Samples, will be available to Engineer for reference. Upon completion of Work, Contractor shall deliver these record documents to Engineer. 7.12 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. all persons on Site or who may be affected by Work; 2. all Work and materials and equipment to be incorporated therein, whether in storage on or off Site; and 3. other property at Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 31 of 63 B. Contractor shall comply with all applicable Laws and regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify Owner; the owners of adjacent property, Underground Facilities, and e other utilities; and other contractors and utility owners performing work at or adjacent to Site, when prosecution of Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. Supplementary Conditions identify any Owner's safety programs that are applicable to Work. v D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at Site. ( E. All damage, injury, or loss to any property referred to in Articles 7.12.A.2 or 7.12.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any subcontractor, supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of j Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor at his expense (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and protection shall continue until such time as all Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Article 15.06.8 that Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). G. Contractor's duties and responsibilities for safety and protection shall resume whenever Contractor or any Subcontractor or Supplier returns to Site to fulfill warranty or correction obligations, or to conduct other tasks arising from Contract Documents. 7.13 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 7.14 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at Site in accordance with Laws or regulations. 7.15 Emergencies A. In emergencies affecting the safety or protection of persons or Work or property at Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in Work or variations from Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in Contract - Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. -= EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 32 of 63 7.16 Shop Drawings, Samples, and Other Submittals A. Shop Drawing and Sample Submittal Requirements: 1. Before submitting a Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of Work and Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under Contract Documents with respect to Contractor's review of that submittal, and that Contractor approves the submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of Contract Documents. This notice shall be set forth in a written communication separate from the Shop Drawings or Sample submittal; and, in addition, in the case of Shop Drawings by a specific notation made on each Shop Drawing submitted to Engineer for review and approval of each such variation. B. Submittal Procedures forShop Drawings and Samples: Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals. Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Contractor shall submit the number of copies required in the Specifications. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Article 7.16.D. 2. Samples: a. Contractor shall submit the number of Samples required in the Specifications. b. Contractor shall clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Article 7.16.D. 3. Where a Shop Drawing or Sample is required by Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 33 of 63 -, C. Other Submittals: Contractor shall submit other submittals to Engineer in accordance with the accepted Schedule of Submittals, and pursuant to the applicable terms of the Specifications. D. Engineer's Review: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in Work, conform to the information given in Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Engineer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 4. Engineer's review and approval of Shop Drawing or Sample shall not relieve Contractor from responsibility for any variation from Contract Document requirements unless Contractor complied with requirements of Article 7.16.A.3 and Engineer gave written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer will document any such approved variation from the requirements of Contract Documents in a Field Order. 5. Engineer's review and approval of a Shop Drawing or Sample shall not relieve Contractor from responsibility for complying with the requirements of Articles 7.16.A and B. 6. Engineer's review and approval of a Shop Drawing or Sample, or of a variation from the requirements of Contract Documents, shall not, under any circumstances, change Contract Times or Contract Price, unless such changes are included in a Change Order. 7. Neither Engineer's receipt, review, acceptance nor approval of a Shop Drawing, Sample, or other submittal shall result in such item becoming a Contract Document. 8. Contractor shall perform Work in compliance with the requirements and commitments set forth in approved Shop Drawings and Samples, subject to the provisions of Article 7.16.D.4. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and return required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 2. Contractor shall furnish required submittals with sufficient information and accuracy to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing a fourth or subsequent submittal of a Shop Drawings, sample, or other item requiring approval, and Contractor shall be responsible for Engineer's charges to Owner for such time. Owner may impose a set-off against payments due to Contractor to secure reimbursement for such charges. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 34 of 63 7.17 7.18 3. If Contractor requests a change of a previously approved submittal item, Contractor shall be responsible for Engineer's charges to Owner for his review time, and Owner may impose a set-off against payments due to Contractor to secure reimbursement for such charges, unless the need for such change is beyond the control of Contractor. Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with Contract Documents and will not be defective. Engineer and his officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with Contract Documents or a release of Contractor's obligation to perform Work in accordance with Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal; 6. issuance of a notice of acceptability by Engineer; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by Owner. D. If Contract requires Contractor to accept the assignment of a contract entered into by Owner, then the specific warranties, guarantees, and correction obligations contained in the assigned contract shall govern with respect to Contractor's performance obligations to Owner for Work described in the assigned contract. Indemnification A. To the fullest extent permitted by laws and regulations, and in addition to any other obligations of Contractor under Contract or otherwise, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 35 of 63 Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of Work or anyone for whose acts any of them may be liable. B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any subcontractor, any supplier, or any individual or entity directly or indirectly employed by any of them to perform any of Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Article 7.18.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such subcontractor, supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. Indemnification obligations of Contractor under Article 7.18.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. preparation or approval of, or failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 7.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by Contract Documents for a portion of Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable Laws and regulations. B. If professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor by Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and other submittals prepared by such professional. Shop Drawings and other submittals related to Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Article, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Article 7.16.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria ' specified by Owner or Engineer. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, -- and American Society of Civil Engineers. All rights reserved. Page 36 of 63 ARTICLE 8 — OTHER WORK AT SITE 8.01 Other Work A. In addition to and apart from Work under Contract Documents, the Owner may perform other work at or adjacent to Site. Such other work may be performed by Owner's employees, or through contracts between the Owner and third parties. Owner may also arrange to have third -party utility owners perform work on their utilities and facilities at or adjacent to Site. B. If Owner performs other work at or adjacent to Site with Owner's employees, or through contracts for such other work, then Owner shall give Contractor written notice thereof prior to starting any such other work. If Owner has advance information regarding the start of any utility work at or adjacent to Site, Owner shall provide such information to Contractor. C. Contractor shall afford each other contractor that performs such other work, each utility owner performing other work, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to Site, and provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work. Contractor shall do all cutting, fitting, and patching of Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be affected. D. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 8, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 8.02 Coordination A. If Owner intends to contract with others for performance of other work at or adjacent to Site, perform other work at or adjacent to Site with Owner's employees, or arrange to have utility owners perform work at or adjacent to Site, the following will be set forth in Supplementary Conditions or provided to Contractor prior to start of any such other work: identity of the individual or entity that will have authority and responsibility for coordination of the activities among the various contractors; 2. an itemization of the specific matters to be covered by such authority and responsibility; and 3. extent of such authority and responsibilities. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 8.03 Legal Relationships A. If, in the course of performing other work at or adjacent to Site for Owner, the Owner's employees, any other contractor working for Owner, or any utility owner causes damage to Work or to the property of Contractor or his Subcontractors, or delays, disrupts, interferes with, or increases the scope or cost of the performance of Work, through actions or inaction, E1CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 37 of 63 then Contractor shall be entitled to an equitable adjustment in Contract Price or Contract Times, or both. Contractor must submit any Change Proposal seeking an equitable adjustment in Contract Price or Contract Times under this Article within 30 days of the damaging, delaying, disrupting, or interfering event. The entitlement to, and extent of, any such equitable adjustment shall take into account information (if any) regarding such other work that was provided to Contractor in Contract Documents prior to the submittal of the Bid or the final negotiation of the terms of Contract. When applicable, any such equitable z adjustment in Contract Price shall be conditioned on Contractor assigning to Owner all Contractor's rights against such other contractor or utility owner with respect to the damage, --, delay, disruption, or interference that is the subject of the adjustment. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times. B. Contractor shall take reasonable and customary measures to avoid damaging, delaying, disrupting, or interfering with Work of Owner, any other contractor, or any utility owner performing other work at or adjacent to Site. If Contractor fails to take such measures and as a result damages, delays, disrupts, or interferes with Work of any such other contractor or utility owner, then Owner may impose a set-off against payments due to Contractor, and assign to such other contractor or utility owner the Owner's contractual rights against Contractor with respect to the breach of the obligations set forth in this Article. C. When Owner is performing other work at or adjacent to Site with Owner's employees, Contractor shall be liable to Owner for damage to such other work, and for the reasonable direct delay, disruption, and interference costs incurred by Owner as a result of Contractor's failure to take reasonable and customary measures with respect to Owner's other work. In response to such damage, delay, disruption, or interference, Owner may impose a set-off against payments due to Contractor. D. If Contractor damages, delays, disrupts, or interferes with Work of any other contractor, or any utility owner performing other work at or adjacent to Site, through Contractor's failure to take reasonable and customary measures to avoid such impacts, or if any claim arising out of Contractor's actions, inactions, or negligence in performance of Work at or adjacent to Site is made by any such other contractor or utility owner against Contractor, Owner, or Engineer, then Contractor shall (1) promptly attempt to settle the claim as to all parties through negotiations with such other contractor or utility owner, or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law, and (2) indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against any such claims, and against all costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such damage, delay, disruption, or interference. ARTICLE 9 — OWNER'S RESPONSIBILITIES 9.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 38 of 63 9.02 Replacement of Engineer A. Owner may at his discretion appoint an engineer to replace Engineer, provided Contractor makes no reasonable objection to the replacement engineer. The replacement engineer's status under Contract Documents shall be that of the former Engineer. 9.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under Contract Documents. 9.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Agreement. 9.05 Lands and Easements; Reports, Tests, and Drawings A. Owner's duties with respect to providing lands and easements are set forth in Article 5.01. B. Owner's duties with respect to providing engineering surveys to establish reference points are set forth in Article 4.03. C. Article 5 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of conditions at Site, and drawings of physical conditions relating to existing surface or subsurface structures at Site. 9.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 6. 9.07 Change Orders A. Owner's responsibilities with respect to Change Orders are set forth in Article 11. 9.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Article 14.02.13. 9.09 Limitations on Owner's Responsibilities A. Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and regulations applicable to performance of Work. Owner will not be responsible for Contractor's failure to perform Work in accordance with Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Article 5.06. 9.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under Contract Documents (including obligations under proposed changes in Work). EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright m 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American society of Civil Engineers. All rights reserved. Page 39 of 63 9.12 Safety Programs A. While at Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed. B. Owner shall furnish copies of any applicable Owner safety programs to Contractor. ARTICLE 10 — ENGINEER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in Contract. 10.02 Visits to Site A. Engineer will make visits to Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if Work is proceeding in accordance with Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on Site to check the quality or quantity of Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Article 10.08. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and regulations applicable to the performance of Work. 10.03 Project Representative A. If Owner and Engineer agree that Engineer will furnish a Resident Project Representative to represent Engineer at Site and assist Engineer in observing the progress and quality of Work, then the authority and responsibilities of any such Resident Project Representative will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Article 10.08. If Owner designates another representative or agent to represent Owner at Site who is not Engineer's consultant, agent, or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 10.04 Rejecting Defective Work A. Engineer has the authority to reject Work in accordance with Article 14. 10.05 Shop Drawings, Change Orders and Payments A. Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, are set forth 8i in Article 7.16. -= EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. i Page 40 of 63 B. Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, are set forth in , Article 7.19. C. Engineer's authority as to Change Orders is set forth in Article 11. D. Engineer's authority as to Applications for Payment is set forth in Article 15. 10.06 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor as set forth in Article 13.03. 10.07 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will render decisions regarding the requirements of Contract Documents, and judge the acceptability of Work, pursuant to the specific procedures set forth herein for initial interpretations, Change Proposals, and acceptance of Work. In rendering such decisions and judgments, Engineer will not show partiality to Owner or Contractor, and will not be liable to Owner, Contractor, or others in connection with any proceedings, interpretations, decisions, or judgments conducted or rendered in good faith. 10.08 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 10 or under any other provision of Contract, nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer, shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs incident thereto, or for any failure of Contractor to comply with laws and regulations applicable to performance of Work. Engineer not responsible for Contractor's failure to perform Work in accordance with Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Article 15.06.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals, that the results certified indicate compliance with Contract Documents. E. Limitations upon authority and responsibility set forth in this Article 10.08 shall also apply to the Resident Project Representative, if any. 10.09 Compliance with Safety Program A. While at Site, Engineer's employees and representatives will comply with the specific applicable requirements of Owner's and Contractor's safety programs (if any) of which Engineer has been informed. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 41 of 63 ^' ARTICLE 11— AMENDING CONTRACT DOCUMENTS; CHANGES IN WORK , 11.01 Amending and Supplementing Contract Documents A. Contract Documents maybe amended or supplemented by a Change Order, a Work Change Directive, or a Field Order. 1. Change Orders: a. If an amendment or supplement to Contract Documents includes a change in Contract Price or Contract Times, such amendment or supplement must be set forth in a Change Order. A Change Order also may be used to establish amendments and supplements of Contract Documents that do not affect Contract Price or Contract Times. b. Owner and Contractor may amend those terms and conditions of Contract Documents that do not involve (1) performance or acceptability of Work, (2) design (as set forth in the Drawings, Specifications, or otherwise), or (3) other engineering or technical matters, without Engineer recommendation. Such an amendment shall �- be set forth in a Change Order. 2. Work Change Directives: A Work Change Directive will not change Contract Price or Contract Times but is evidence that the parties expect that the modification ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order, following negotiations by the parties as to Work Change Directive's effect, if any, on Contract Price and Contract Times; or, if negotiations are unsuccessful, by a determination under the terms of Contract Documents governing adjustments, expressly including Article 11.04 regarding change of Contract Price. Contractor must submit any Change Proposal seeking an adjustment of Contract Price or Contract Times, or both, no later than 30 days after the completion of Work set out in Work Change Directive. Owner must submit any Claim seeking an adjustment of Contract Price or Contract Times, or both, no later than 60 days after issuance of Work Change Directive. 3. Field Orders: Engineer may authorize minor changes in Work if the changes do not involve an adjustment in Contract Price or Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by Contract Documents. Such changes will be accomplished by a Field Order and will be binding on Owner and also on Contractor, which shall perform Work involved promptly. If Contractor believes a Field Order justifies an adjustment in Contract Price or Contract Times, or both, then before proceeding with Work at issue, Contractor shall submit a Change Proposal as provided herein. 11.02 Owner -Authorized Changes in Work A. Without invalidating Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in Work. Such changes shall be supported by Engineer's recommendation, to the extent the change involves the design (as set forth in the Drawings, Specifications, or otherwise), or other engineering or technical matters. Such changes may be accomplished by a Change Order, if Owner and Contractor have agreed as to the effect, if any, of the changes on Contract Times or Contract Price; or by a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with Work involved; or, in the case of a deletion in Work, promptly cease construction activities with respect to such deleted Work. Added or revised Work shall be performed under the applicable conditions of Contract Documents. Nothing in this Article EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 42 of 63 shall obligate Contractor to undertake work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under Contract i Documents or Laws and regulations. 11.03 Unauthorized Changes in Work A. Contractor shall not be entitled to an increase in Contract Price or an extension of Contract Times with respect to any work performed that is not required by Contract Documents, as amended, modified, or supplemented, except in the case of an emergency as provided in rJ Article 7.15 or in the case of uncovering Work as provided in Article 14.05. 11.04 Change of Contract Price A. Contract Price may only be changed by a Change Order. Any Change Proposal for an adjustment in Contract Price shall comply with the provisions of Article 11.06. Any Claim for an adjustment of Contract Price shall comply with the provisions of Article 12. B. An adjustment in Contract Price will be determined where Work involved is: 1. covered by unit prices contained in Contract Documents, then by application of such unit prices to quantities of items involved (subject to the provisions of Article 13.03); or fJ 2. not covered by unit prices contained in Contract Documents, then by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Article 11.04.C.2); or 3. not covered by unit prices contained in Contract Documents and the parties do not reach mutual agreement to a lump sum, then on the basis of the Cost of Work (determined as provided in Article 13.01) plus a Contractor's fee for overhead and profit (determined as provided in Article 11.04.C). C. Contractor's Fee: When applicable, Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of Work: a. for costs incurred under Articles 13.01.B.1 and 13.01.13.2, Contractor's fee shall be 15 percent; b. for costs incurred under Article 13.01.13.3, Contractor's fee shall be 5 percent; c. where one or more tiers of subcontracts are on the basis of Cost of Work plus a fee and no fixed fee is agreed upon, the intent of Articles 11.01.C.2.a and 11.01.C.2.b is that Contractor's fee shall be based on: (1) a fee of 15 percent of the costs incurred under Articles 13.01.A.1 and 13.01.A.2 by the Subcontractor that actually performs Work, at whatever tier, and (2) with respect to Contractor itself and to any Subcontractors of a tier higher than that of the Subcontractor that actually performs Work, a fee of five percent of the amount (fee plus underlying costs incurred) attributable to the next lower tier Subcontractor; provided, however, that for any such subcontracted work the maximum total fee to be paid by Owner shall be no greater than 27 percent of the costs incurred by the Subcontractor that actually performs Work; Cl. no fee shall be payable on the basis of costs itemized under Articles 13.01.13.4, 13.01.B.5, and 13.01.C; EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright ® 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 43 of 63 e. amount of credit allowed by Contractor to Owner for any change which results in �n a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to 5 percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Articles 11.04.C.2.a through 11.04.C.2.e, inclusive. 11.05 f o Change Contract Times A. Contract Times may only be changed by a Change Order. Any Change Proposal for an d adjustment in Contract Times shall comply with the provisions of Article 11.06. Any Claim for an adjustment in Contract Times shall comply with the provisions of Article 12. B. An adjustment of Contract Times shall be subject to the limitations set forth in Article 4.05, concerning delays in Contractor's progress. U, 11.06 Change Proposals % A. Contractor shall submit a Change Proposal to Engineer to request an adjustment in Contract Times or Contract Price; appeal an initial decision by Engineer concerning the requirements of Contract Documents or relating to the acceptability of Work under Contract Documents; contest a set-off against payment due; or seek other relief under Contract. Change Proposal shall specify any proposed change in Contract Times or Contract Price, or both, or other proposed relief, and explain the reason for the proposed change, with citations to any governing or applicable provisions of Contract Documents. 1. Procedures: Contractor shall submit each Change Proposal to Engineer promptly (but in no event later than 30 days) after the start of the event giving rise thereto, or after such initial decision. Contractor shall submit supporting data, including the proposed change in Contract Price or Contract Time (if any), to the Engineer and Owner within 15 days after the submittal of the Change Proposal. The supporting data shall be accompanied by a written statement that the supporting data are accurate and complete, and that any requested time or price adjustment is the entire adjustment to which Contractor believes it is entitled as a result of said event. Engineer will advise Owner regarding the Change Proposal, and consider any comments or response from Owner regarding the Change Proposal. 2. Engineer's Action: Engineer will review each Change Proposal and, within 30 days after receipt of Contractor's supporting data, either deny the Change Proposal in whole, approve it in whole, or deny it in part and approve it in part. Such actions shall be in writing, with a copy provided to Owner and Contractor. If Engineer does not take action on the Change Proposal within 30 days, then either Owner or Contractor may at any time thereafter submit a letter to the other party indicating that as a result of Engineer's inaction the Change Proposal is deemed denied, thereby commencing the time for appeal of the denial under Article 12. 3. Binding Decision: Engineer's decision will be final and binding upon Owner and Contractor, unless Owner or Contractor appeals the decision by filing a Claim under Article 12. B. Resolution of Certain Change Proposals: if the Change Proposal does not involve the design (as set forth in the Drawings, Specifications, or otherwise), the acceptability of Work, or other engineering or technical matters, then Engineer will notify the parties that the Engineer is EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 44 of 63 unable to resolve the Change Proposal. For purposes of further resolution of such a Change Proposal, such notice shall be deemed a denial, and Contractor may choose to seek resolution under the terms of Article 12. 11.07 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders covering: changes in Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; 2. changes in Contract Price resulting from an Owner set-off, unless Contractor has duly contested such set-off; 3. changes in Work which are: (a) ordered by Owner pursuant to Article 11.02, (b) required because of Owner's acceptance of defective Work under Article 14.04 or Owner's correction of defective Work under Article 14.07, or (c) agreed to by the parties, subject to the need for Engineer's recommendation if the change in Work involves the design (as set forth in the Drawings, Specifications, or otherwise), or other engineering or technical matters; and 4. changes in Contract Price or Contract Times, or other changes, which embody the substance of any final and binding results under Article 11.06, or Article 12. B. If Owner or Contractor refuses to execute a Change Order that is required to be executed under the terms of this Article 11.07, it shall be deemed to be of full force and effect, as if fully executed. 11.08 Notification to Surety A. If provisions of any bond require notice to be given to a surety of any change affecting general scope of Work or provisions of Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. ARTICLE 12 — CLAIMS 12.01 Claims A. Claims Process: The following disputes between Owner and Contractor shall be submitted to the Claims process set forth in this Article: 1. Appeals by Owner or Contractor of Engineer's decisions regarding Change Proposals; 2. Owner demands for adjustments in Contract Price or Contract Times, or other relief under Contract Documents; and 3. Disputes that Engineer has been unable to address because they do not involve the design (as set forth in the Drawings, Specifications, or otherwise), the acceptability of Work, or other engineering or technical matters. B. Submittal of Claim: The party submitting a Claim shall deliver it directly to the other party to Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto; in the case of appeals regarding Change Proposals within 30 days of the decision under appeal. The party submitting the Claim shall also furnish a copy to the Engineer, for its information only. The responsibility to substantiate a Claim shall rest with the party making EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright m 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 45 of 63 ? the Claim. In the case of a Claim by Contractor seeking an increase in Contract Times or Contract Price, or both, Contractor shall certify that the Claim is made in good faith, that the supporting data are accurate and complete, and that to the best of Contractor's knowledge and belief the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. C. Review and Resolution: The party receiving a Claim shall review it thoroughly, giving full consideration to its merits. The two parties shall seek to resolve the Claim through the exchange of information and direct negotiations. The parties may extend the time for resolving the Claim by mutual agreement. All actions taken on a Claim shall be stated in writing and submitted to the other party, with a copy to Engineer. D. Mediation: 1. At any time after initiation of a Claim, Owner and Contractor may mutually agree to mediation of the underlying dispute. Agreement to mediate shall stay the Claim submittal and response process. 2. If Owner and Contractor agree to mediation, then after 60 days from such agreement, either Owner or Contractor may unilaterally terminate the mediation process, and the Claim submittal and decision process shall resume as of the date of the termination. If the mediation proceeds but is unsuccessful in resolving the dispute, the Claim submittal and decision process shall resume as of the date of the conclusion of the mediation, as determined by the mediator. 3. Owner and Contractor shall each pay one-half of the mediator's fees and costs. E. Partial Approval: If party receiving a Claim approves the Claim in part and denies it in part, such action shall be final and binding unless within 30 days of such action the other party invokes the procedure set forth in Article 17 for final resolution of disputes. F. Denial of Claim: If efforts to resolve a Claim are not successful, the party receiving the Claim may deny it by giving written notice of denial to the other party. If the receiving party does not take action on the Claim within 90 days, then either Owner or Contractor may at any time thereafter submit a letter to the other party indicating that as a result of the inaction, the Claim is deemed denied, thereby commencing the time for appeal of the denial. A denial of the Claim shall be final and binding unless within 30 days of the denial the other party invokes the procedure set forth in Article 17 for the final resolution of disputes. G. Final and Binding Results: If parties reach a mutual agreement regarding a Claim, whether through Claim approval, direct negotiations, mediation, or otherwise; or if Claim is approved in part and denied in part, or denied in full, and such actions become final and binding; then the results of Agreement or action on the Claim shall be incorporated in a Change Order to the extent they affect Contract, including Work, Contract Times, or Contract Price. ARTICLE 13 — COST OF WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of Work A. Purposes for Determination of Cost of Work: "Cost of Work" means the sum of all costs necessary for the proper performance of Work at issue, as further defined. The provisions of this Article 13.01 are used for two distinct purposes: 1. To determine Cost of Work when Cost of Work is a component of Contract Price, under cost -plus -fee, time -and -materials, or other cost -based terms; or EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright m 2013 National society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 46 of 63 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. When the value of any such adjustment is determined on the basis of Cost of Work, Contractor is entitled only to those additional or incremental costs required because of the change in Work or because of the event giving rise to the adjustment. B. Costs Included: Except as otherwise may be agreed to in writing by Owner, costs included in the Cost of Work shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Article 13.01.C, and shall include only the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on Work. Payroll costs for employees not employed full time on Work shall be apportioned on the basis of their time spent on Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, and vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates, and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and deliver such bids to Owner, who will determine, with Engineer advice, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of Work plus a fee, the Subcontractor's Cost of Work and fee shall be determined in the same manner as Contractor's Cost of Work and fee as provided in this Article 13.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to Work. 5. Supplemental costs including: a. Proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at Site, and hand tools not owned by Workers, which are consumed in the performance of Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 47 of 63 r c. Rentals of all construction equipment and machinery, and the parts thereof, whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for Work. d. Sales, consumer, use, and other similar taxes related to Work, and for which Contractor is liable, as imposed by Laws and regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of Work (except losses and damages within the deductible amounts of property insurance established in accordance with Article 6.05), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of Work for the purpose of determining Contractor's fee. g. Cost of utilities, fuel, and sanitary facilities at Site. h. Minor expenses such as communication service at Site, express and courier services, and similar petty cash items in connection with Work. L Costs of premiums for all bonds and insurance that Contractor is required by Contract Documents to purchase and maintain. C. Costs Excluded: The term Cost of Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at Site or in Contractor's principal or branch office for general administration of Work and not specifically included in the agreed upon schedule of job classifications referred to in Article 13.01.6.1 or specifically covered by Article 13.01.13.4. The payroll costs and other compensation excluded here are to be considered administrative costs covered by Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's Site office. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, I Page 48 of 63 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Article 13.01.13. D. Contractor's Fee: When Work as a whole is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in Agreement. When the value of any Work covered by a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price is determined on the basis of Cost of Work, Contractor's fee shall be determined as set forth in Article 11.04.C. E. Documentation: Whenever the Cost of Work for any purpose is to be determined pursuant to this Article 13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 13.02 Allowances A. It is understood that Contractor has included in Contract Price all allowances so named in Contract Documents and shall cause Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: Contractor agrees that: 1. cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at Site, and all applicable taxes; and 2. Contractor's costs for unloading and handling on Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and Contract Price shall be correspondingly adjusted. 13.03 Unit Price Work A. Where Contract Documents provide that all or part of Work is to be Unit Price Work, initially Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in Agreement. B. Estimated quantities of items of Unit Price Work are not guaranteed and are solely to compare Bids and determine an initial Contract Price. Payments to Contractor for Unit Price Work will be based on actual quantities. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 49 of 63 C. Pi r i conditions or more accurate data) upon Owner and Contractor, subject to the provisions of the following Article. E. Within 30 days of Engineer's written decision under preceding Article, Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in Contract Price if: 1. quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in Agreement; 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that it is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price, and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Owner, Engineer, consultants and other representatives and personnel of Owner, independent testing laboratories, and authorities having jurisdiction will have access to Site and Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 14.02 Tests, Inspections, and Approvals A. Contractor shall give Engineer timely notice of readiness of Work (or specific parts thereof) for all required inspections and tests, and shall Cooperate with inspection and testing personnel to facilitate required inspections and tests. B. Owner shall retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform all inspections and tests expressly required by Contract Documents to be furnished and paid for by Owner, except that costs incurred in connection with tests or inspections of covered Work shall be governed by the provisions of Article 14.05. C. If laws or regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging, obtaining, and paying for all inspections and tests required: 1. by Contract Documents, unless Contract Documents expressly allocate responsibility for a specific inspection or test to Owner; 1 2. to attain Owner's and Engineer's acceptance of materials or equipment to be incorporated in Work; 3. by manufacturers of equipment furnished under Contract Documents; 4. for testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into Work; and . , EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 50 of 63 14.03 5. for acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in Work. Such inspections and tests shall be performed by independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to Owner and Engineer. E. If Contract Documents require Work (or part thereof) to be approved by Owner, Engineer, or another designated individual or entity, then Contractor shall assume full responsibility for arranging and obtaining such approvals. If any Work (or Work of others) to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. Such uncovering shall be at Contractor's expense unless Contractor had given Engineer timely notice of Contractor's intention to cover the same and Engineer had not acted with reasonable promptness in response to such notice. Defective Work A. Contractor's Obligation: It is Contractor's obligation to assure that Work is not defective B. Engineer's Authority: Engineer has the authority to determine whether Work is defective, and to reject defective Work. C. Notice of Defects: Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. D. Correction, or Removal and Replacement: Promptly after receipt of written notice of defective Work, Contractor shall correct all such defective Work, whether or not fabricated, installed, or completed, or, if Engineer has rejected the defective Work, remove it from the Project and replace it with Work that is not defective. E. Preservation of Warranties: When correcting defective Work, Contractor shall take no action to void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. F. Costs and Damages: In addition to its correction, removal, and replacement obligations with respect to defective Work, Contractor shall pay all claims, costs, losses, and damages arising out of or relating to defective Work, including but not limited to the cost of the inspection, testing, correction, removal, replacement, or reconstruction of such defective Work, fines levied against Owner by governmental authorities because Work is defective, and the costs of repair or replacement of work of others resulting from defective Work. Prior to final payment, if Owner and Contractor are unable to agree as to the measure of such claims, costs, losses, and damages resulting from defective Work, then Owner may impose a reasonable set-off against payments due under Article 15. 14.04 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner prefers to accept it, Owner may do so (subject, if such acceptance occurs prior to final payment, to Engineer's confirmation that such acceptance is in general accord with the design intent and applicable engineering principles, and will not endanger public safety). Contractor shall pay all claims, costs, losses, and damages attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness), and for the diminished value of Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to final payment, the necessary revisions in Contract Documents with respect to Work shall be incorporated in a Change Order. If the parties are unable to agree as to the decrease in Contract Price, reflecting the diminished EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. --i Page 51 of 63 i.,i value of Work so accepted, then Owner may impose a reasonable set-off against payments due under Article 15. If the acceptance of defective Work occurs after final payment, Contractor shall pay an appropriate amount to Owner. 14.05 Uncovering Work A. Engineer has the authority to require special inspection or testing of Work whether or not Work is fabricated, installed, or completed. B. If any Work is covered contrary to the written request of Engineer, then Contractor shall, if requested by Engineer, uncover such Work for Engineer's observation, and then replace the covering, all at Contractor's expense. C. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, then Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of Work in question, and provide all necessary labor, material, and equipment. 1. If found the uncovered Work is defective, Contractor shall be responsible for all claims, costs, losses, and damages arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and pending Contractor's full discharge of this responsibility the Owner shall be entitled to impose a reasonable set-off against payments due under Article 15. 2. If uncovered Work is not found defective, Contractor shall be allowed an increase in Contract Price or an extension of Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, then Contractor may submit a Change Proposal within 30 days of the determination that Work is not defective. 14.06 Owner May Stop Work A. If Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform Work in such a way that the completed Work will conform to Contract Documents, then Owner may order Contractor to stop Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 14.07 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer, or if Contractor fails to perform Work in accordance with Contract Documents, or if Contractor fails to comply with any other provision of Contract Documents, then Owner may, after seven days written notice to Contractor, correct or remedy any such deficiency. B. In exercising rights and remedies under this Article 14.07, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of Site, take possession of all or part of Work and suspend Contractor's services related thereto, and incorporate in Work all materials and equipment stored at Site or for EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. �' Page 52 of 63 which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to Site to enable Owner to exercise the rights and remedies under this Article. C. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Article 14.07 will be charged against Contractor as set -offs against payments due under Article 15. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of Contract Times because of any delay in the performance of Work attributable to the exercise by Owner of Owner's rights and remedies under this Article 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Basis for Progress Payments: Schedule of Values established as provided in Article 2 will serve as the basis for progress payments and will be incorporated into a form of Application for Ul Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be I based on the number of units completed during the pay period, as determined under the provisions of Article 13.03. Progress payments for cost -based Work will be based on Cost of Work completed by Contractor during the pay period. B. Applications for Payments: 1. At least 20 days before the date established in Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering Work completed as of the date of the Application and accompanied by such supporting documentation as is required by Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in Work but delivered and suitably stored at Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens, and evidence that the materials and equipment are covered by appropriate property insurance, a warehouse bond, or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. Retainage amount with respect to progress payments is as stipulated in Agreement. C. Review of Applications: 1. Engineer will, within 10 days after receipt of each Application for Payment, including each resubmittal, either indicate in writing a recommendation of payment and present the Application to Owner, or return the Application to Contractor indicating in writing EJCDC® 00700, Standard General Conditions of the Construction Contract.-! Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 53 of 63 �_J Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations of the executed Work as an experienced and qualified design professional, and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. Work has progressed to the point indicated; b. quality of Work is generally in accordance with Contract Documents (subject to an evaluation of Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in Contract Documents, a final determination of quantities and classifications for Unit Price Work under Article 13.03, and any other qualifications stated in the recommendation); and c. conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe Work. 3. By recommending any such payment Engineer not thereby deemed to represent that: a. inspections made to check the quality or the quantity of Work as it has been performed have been exhaustive, extended to every aspect of Work in progress, or involved detailed inspections of Work beyond the responsibilities specifically assigned to Engineer in Contract; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will - impose responsibility on Engineer: a. to supervise, direct, or control Work, or b. for means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and regulations applicable to Contractor's performance of Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the money paid on account of Contract Price, or e. to determine that title to any of Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Article 15.01.C.2. 6. Engineer will recommend reductions in payment (set -offs) necessary in Engineer's opinion to protect Owner from loss because: a. Work is defective, requiring correction or replacement; b. Contract Price has been reduced by Change Orders; EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 54 of 63 c. Owner has been required to correct defective Work in accordance with Article 14.07, or has accepted defective Work pursuant to Article 14.04; d. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; or e. Engineer has actual knowledge of the occurrence of any of the events that would constitute a default by Contractor and therefore justify termination for cause under Contract Documents. EIJI D. Payment Becomes Due: 1. 10 days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended (subject to any Owner set -offs) will become due, and when due will be paid by Owner to Contractor. E. Reductions in Payment by Owner: 1. In addition to any reductions in payment (set -offs) recommended by Engineer, Owner is entitled to impose a set-off against payment based on any of the following: a. claims have been made against Owner on account of Contractor's conduct in the performance or furnishing of Work, or Owner has incurred costs, losses, or damages on account of Contractor's conduct in the performance or furnishing of Work, including but not limited to claims, costs, losses, or damages from workplace injuries, adjacent property damage, non-compliance with Laws and regulations, and patent infringement; b. Contractor fails to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to Site; c. Contractor fails to provide and maintain required bonds or insurance; d. Owner is required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; e. Owner incurred extra charges or engineering costs related to submittal reviews, evaluations of proposed substitutes, tests and inspections, or return visits to manufacturing or assembly facilities; f. Work is defective, requiring correction or replacement; g. Owner is required to correct defective Work in accordance with Article 14.07, or has accepted defective Work pursuant to Article 14.04; h. Contract Price was reduced by Change Orders; i. an event that would constitute a default by Contractor and therefore justify a termination for cause has occurred; j. liquidated damages accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or final completion of Work; k. Liens were filed in connection with Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure satisfaction and discharge of such Liens; I. other items entitling Owner to a set off against the amount recommended. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright ® 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. # I Page 55 of 63 (A 2. If Owner imposes any set-off against payment, whether based on his own knowledge or on the written recommendations of Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and the specific amount of the reduction, and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, if Contractor remedies the reasons for such action. The reduction imposed shall be binding on Contractor unless it duly submits a Change Proposal contesting the reduction. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Article 15.01.C.1 and subject to interest as provided in Agreement. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment furnished under Contract will pass to Owner free and clear of (1) all Liens and other title ;5. defects, and (2) all patent, licensing, copyright, or royalty obligations, no later than seven days after the time of payment by Owner. 15.03 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete and request that Engineer issue a certificate of Substantial Completion. Contractor shall at the same time submit to Owner and Engineer an initial draft of punch list items to be completed or corrected before final payment. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of Work to determine the status of completion. If Engineer does not consider Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers Work substantially complete, Engineer will deliver to Owner a preliminary certificate of Substantial Completion which shall fix the date of Substantial Completion. Engineer shall attach to the certificate a punch list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the preliminary certificate during which to make written objection to Engineer as to any provisions of the certificate or attached punch list. If, after considering the objections to the provisions of the preliminary certificate, Engineer concludes that Work is not substantially complete, Engineer will, within 14 days after submission of the preliminary certificate to Owner, notify Contractor in writing that Work is not substantially complete, stating the reasons therefor. If Owner does not object to the provisions of the certificate, or if despite consideration of Owner's objections Engineer concludes that Work is substantially complete, then Engineer will, within said 14 days, execute and deliver to Owner and Contractor a final certificate of Substantial Completion (with a revised punch list of items to be completed or corrected) reflecting such changes from the preliminary certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of receipt of the preliminary certificate of Substantial Completion, Owner and Contractor will confer regarding Owner's use or occupancy of Work following Substantial Completion, review the builder's risk insurance policy with respect to the end of the builder's risk coverage, and confirm the transition to coverage of Work under a permanent property -.- EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of civil Engineers. All rights reserved. Page 56 of 63 insurance policy held by Owner. Unless Owner and Contractor agree otherwise in writing, Owner shall bear responsibility for security, operation, protection of Work, property insurance, maintenance, heat, and utilities upon Owner's use or occupancy of Work. E. After Substantial Completion Contractor shall promptly begin work on the punch list of items to be completed or corrected prior to final payment. In appropriate cases Contractor may submit monthly Applications for Payment for completed punch list items, following the progress payment procedures set forth. F. Owner shall have the right to exclude Contractor from Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove his property and complete or correct items on the punch list. 15.04 Partial Use or Occupancy A. Prior to Substantial Completion of all Work, Owner may use or occupy any substantially completed part of Work which has specifically been identified in Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of Work, subject to the following conditions: , 8 1. At any time Owner may request in writing that Contractor permit Owner to use or occupy any such part of Work that Owner believes to be substantially complete. If and when Contractor agrees that such part of Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Article 15.03.A through E for that part of Work. 2. At any time Contractor may notify Owner and Engineer in writing that Contractor considers any such part of Work substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of Work to determine its status of completion. If Engineer does not considerthat part of Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of Work to be substantially complete, the provisions of Article 15.03 will apply with respect to certification of Substantial Completion of that part of Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of Work may occur prior to compliance with the requirements of Article 6.05 regarding builder's risk or other property insurance. 15.05 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that Work, or agreed portion thereof, is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright m 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 57 of 63 i_ 15.06 Final Payment A. Application for Payment: 1. After Contractor has, in Engineer opinion, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, annotated record documents (as provided in Article 7.11), and other documents, Contractor may make application for final payment. 2. Final Application for Payment shall be accompanied (except as previously delivered) by: all documentation called for in Contract Documents; b. consent of the surety, if any, to final payment; satisfactory evidence that all title issues have been resolved such that title to all Work, materials, and equipment has passed to Owner free and clear of any Liens or other title defects, or will so pass upon final payment. Cl. a list of all disputes that Contractor believes are unsettled; and e. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of Work, and of Liens filed in connection with Work. In lieu of the releases or waivers of Liens specified in Article 15.06.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (a) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (b) all payrolls, material and equipment bills, and other indebtedness connected with Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien, or Owner at his option may issue joint checks payable to Contractor and specified Subcontractors and Suppliers. B. Engineer's Review of Application and Acceptance: 1. If, on the basis of Engineer's observation of Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by Contract Documents, Engineer is satisfied that Work has been completed and Contractor's other obligations under Contract have been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of final payment and present the Application for Payment to Owner for payment. Such recommendation shall account for any set -offs against payment that are necessary in Engineer's opinion to protect Owner from loss for the reasons stated with respect to progress payments. At the same time Engineer will also give written notice to Owner and Contractor that Work is acceptable, subject to the provisions of Article 15.07. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Completion of Work: Work is complete (subject to surviving obligations) when it is ready for final payment as established by the Engineer's written recommendation of final payment. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 58 of 63 D. Payment Becomes Due: 30 days after the presentation to Owner of the final Application for Payment and accompanying documentation, the amount recommended by Engineer (less any further sum Owner is entitled to set off against Engineer's recommendation, including but not limited to set -offs for liquidated damages and set -offs allowed under the provisions with respect to progress payments) will become due and paid by Owner to Contractor. 15.07 Waiver of Claims A. Making final payment will not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Article 15.05, from Contractor's failure to comply with Contract Documents or the terms of any special guarantees specified therein, from outstanding Claims by Owner, or from Contractor's continuing obligations under Contract Documents. B. Acceptance of final payment by Contractor will constitute a waiver by Contractor of all claims and rights against Owner other than those pending matters that have been duly submitted or appealed under the provisions of Article 17. 15.08 Correction Period A. If within one year after date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by Contract Documents, or by any specific provision of Contract Documents), any Work is found defective, or if the repair of any damages to Site, adjacent areas that Contractor has arranged to use through construction easements or otherwise, and other adjacent areas used by Contractor as permitted by Laws and regulations, is found to be defective, then Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. correct the defective repairs to Site or such other adjacent areas; 2. correct such defective Work; 3. if defective Work is rejected by Owner, remove from Project and replace with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to Work of others, or to other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the I defective Work corrected or repaired or may have the rejected Work removed and replaced. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others). C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all Work, the correction period for that item may start to r� run from an earlier date if so provided in the Specifications.' D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Article, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. i EJCDC® 00700, Standard General Conditions of the Construction Contract. t } Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. ; Page 59 of 63 i _i E. Contractor's obligations under this Article are in addition to all other obligations and warranties. The provisions of this Article shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. At anytime and without cause, Owner may suspend Work or any portion thereof for a period of not more than 90 consecutive days by written notice to Contractor and Engineer. Such notice will fix the date on which Work will be resumed. Contractor shall resume Work on the date so fixed. Contractor shall be entitled to an adjustment in Contract Price or an extension of Contract Times, or both, directly attributable to any such suspension. Any Change Proposal seeking such adjustments shall be submitted no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. Occurrence of any one or more of the following events will constitute a default by Contractor and justify termination for cause: 1. Contractor's persistent failure to perform Work in accordance with Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule); 2. Failure of Contractorto perform or otherwise to comply with a materialterm of Contract Documents; 3. Contractor's disregard of Laws or regulations of any public body having jurisdiction; or 4. Contractor's repeated disregard of the authority of Owner or Engineer. B. If one or more of the events identified in Article 16.02.A occurs, then after giving Contractor _ a (and any surety) ten days written notice that Owner is considering a declaration that Contractor is in default and termination of Contract, Owner may proceed to: 1. declare Contractor to be in default, and give Contractor (and any surety) notice that Contract is terminated; and i 2. enforce the rights available to Owner under any applicable performance bond. C. Subject to terms and operation of any applicable performance bond, if Owner has terminated Contract for cause, Owner may exclude Contractor from Site, take possession of Work, incorporate in Work all materials and equipment stored at Site or for which Owner paid Contractor but are stored elsewhere, and complete Work as Owner may deem expedient. D. Owner may not proceed with termination of Contract under Article 16.02.13 if Contractor within seven days of receipt of notice of intent to terminate begins to correct its failure to perform and proceeds diligently to cure such failure. E. If Owner proceeds as provided in Article 16.02.13, Contractor shall not be entitled to receive any further payment until Work is completed. If the unpaid balance of Contract Price exceeds the cost to complete Work, including all related claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals) sustained by Owner, such excess will be paid to Contractor. If the cost to complete Work including such related claims, costs, losses, and damages exceeds such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 60 of 63 damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Article, Owner shall not be required to obtain the lowest price for Work performed. F. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue, or any rights or remedies of Owner against Contractor or any surety under any payment bond or performance bond. Any retention or payment of money due Contractor by Owner will not release Contractor from liability. G. If and to the extent that Contractor has provided a performance bond under the provisions of Article 6.01.A, the provisions of that bond shall govern over any inconsistent provisions of Articles 16.02.13 and 16.02.D. 16.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. other reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. Contractor shall not be paid on account of loss of anticipated overhead, profits, or revenue, or other economic loss arising out of or resulting from such termination. 16.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (1) Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (2) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (3) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not f remedy such suspension or failure within that time, terminate Contract and recover from Owner payment on the same terms as provided in Article 16.03. B. In lieu of terminating Contract and without prejudiceto any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Article are not intended to preclude Contractor from submitting a Change Proposal for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping Work as permitted by this Article. EJCDC® 00700, Standard General Conditions of the Construction Contract. t_ Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 61 of 63 i ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. Disputes Subject to Final Resolution: The following disputed matters are subject to final resolution under the provisions of this Article: 1. Timely appeal of approval in part and denial in part of a Claim, or of a denial in full; and 2. Disputes between Owner and Contractor concerning Work or obligations under Contract Documents, and arising after final payment has been made. B. Final Resolution of Disputes: For any dispute subject to resolution under this Article, Owner or Contractor may: 1. elect in writing to invoke the dispute resolution process provided for in the Supplementary Conditions; or 2. agree with other party to submit the dispute to another dispute resolution process; or 3. if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to, give written notice to the other party of the intent to submit the dispute to a court of competent jurisdiction. ARTICLE 18 — MISCELLANEOUS 18.01 Giving Notice A. Whenever any provision of Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person, by a commercial courier service or otherwise, to the individual or to a member of the firm or to an officer of the corporation for which it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the sender of the notice. 18.02 Computation of Times A. When any period of time is referred to in Contract by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 18.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or regulations, by special warranty or guarantee, or by other provisions of Contract. The provisions of this Article will be as effective as if repeated specifically in Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.04 Limitation of Damages A. With respect to any and all Change Proposals, Claims, disputes subject to final resolution, and other matters at issue, neither Owner nor Engineer, nor any of their officers, directors, EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, - and American Society of Civil Engineers. All rights reserved. Page 62 of 63 i ff i . ? members, partners, employees, agents, consultants, or subcontractors, shall be liable to Contractor for any claims, costs, losses, or damages sustained by Contractor on or in connection with any other project or anticipated project. 18.05 No Waiver A. A party's non -enforcement of any provision shall not constitute a waiver of that provision, nor shall it affect the enforceability of that provision or of the remainder of this Contract. 18.06 Survival Obligations of A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with Contract, as well as all continuing obligations indicated in Contract, will survive final payment, completion, and acceptance of Work ortermination or completion of Contract or termination of the services of Contractor. 18.07 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 18.08 Headings Eli A. Article and Article headings are inserted for convenience only and do not constitute parts of these General Conditions. _j EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright ® 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 63 of 63 f_1 (Modified version of EJCDC 00522, 2016) SECTION 00800 - SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement Section 00700 - Standard General Conditions of the Construction Contract. All provisions not so amended or supplemented, remain in full force and effect. Terms used in these Supplementary Conditions have meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have meanings stated here, applicable to both the singular and plural thereof. The address system used in these Supplementary Conditions is the same address system used in the General Conditions, with the prefix "SC" added thereto. ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms SC-1.01. Add to the list of defmitions in Article 1.0LA by inserting the following as numbered items in proper alphabetical positions: A. Geotechnical Baseline Report (GBR): Interpretive report prepared by or for Owner regarding subsurface conditions at the Site, and containing specific baseline geotechnical conditions anticipated or relied upon for bidding and contract administration purposes, subject to controlling provisions of Contract, including GBR's own terms. GBR is a Contract Document. B. Geotechnical Data Report (GDR): Factual report that collects and presents data regarding actual subsurface conditions at or adjacent to the Site, including Technical Data and other geotechnical data, prepared by or for Owner, in support of the Geotechnical Baseline Report. GDR content may include boring logs, trenches, and other site investigations, recorded subsurface water level measurements, field and laboratory testing results, and investigative and testing program descriptions. The GDR does not include interpretation of data. If opinions, interpretive or speculative non-factual comments, or statements appear in a document labeled GDR, such opinions, comments, or statements are not operative parts of the GDR and do not have contractual standing. Subject to that exception, GDR is a Contract Document. ARTICLE 2 — PRELIMINARY MATTERS 2.02 Copies of Documents SC-2.02.A. Amend the first sentence of Article 2.02.A. to read: Owner shall furnish Contractor up to three printed copies of Contract Documents (including one fully -executed counterpart of Agreement), and one copy in electronic portable document format (PDF). 01447214 SUPPLEMENTARY CONDITIONS 00800 - 1 08/17 f i (Modified version of EJCDC 00522, 2016) -3 ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.03 Subsurface and Physical Conditions 5.03.0 Subsurface and Physical Conditions C. The following reports of explorations and tests of subsurface conditions at or contiguous to the Site are known to Owner: 1. Report dated December 1995, prepared by HDR, entitled: West Texas Region Disposal Facility Subsurface Investigation, consisting of 130 pages. Technical Data contained in such report, upon whose accuracy Contractor may rely, are none. 5.06 Hazardous Environmental Conditions SC-5.06 Delete Articles 5.06.A and 5.06.13 in their entirety and insert: A. No reports or drawings related to Hazardous Environmental Conditions at the Site are known to Owner. B. Not Used. ARTICLE 6 — BONDS AND INSURANCE SC-6.03.A Add the following new Article immediately after Article 6.03.A.4: Workers' Compensation Insurance Coverage. A. Definitions: Certificate of Coverage (Certificate): Copy of certificate of insurance, certificate of authority to self -insure issued by commission, or coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for person's/entity's employees providing services on a project, for Project duration. Project Duration: Time from beginning of Work on Project until Contractor's/person's work on Project is complete and accepted by the governmental entity. Person(s) Providing Services on Project (Subcontractor in §406.096): Person(s) or entity(ies) performing all or part of the services Contractor has undertaken to perform on Project, regardless if person contracted directly with Contractor or has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, ,- motor carriers, owner -operators, employees of any such entity, or employees of any entity who furnishes persons to provide services on Project. Services: Providing, hauling, or delivering equipment/materials, or providing labor, transportation, or other service related to Project. Services does not include activities unrelated to Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. Contractor shall provide coverage, based on proper reporting of classification codes, payroll amounts, and any coverage agreement filing, which meets statutory requirements 01447214 SUPPLEMENTARY CONDITIONS 00800 - 2 UA 08/17 (Modified version of EJCDC 00522, 2016) of Texas Labor Code, Section 401.011(44) for all Contractor employees providing services on Project, for duration of Project. C. Contractor must provide a certificate of coverage to the governmental entity before awarded Contract. D. If coverage period shown on Contractor's current Certificate of Coverage ends during duration of Project, Contractor must, prior to end of coverage period, file a new Certificate of Coverage with the governmental entity showing coverage has been extended. E. Contractor shall obtain the following from each person providing services on a project, and provide to the governmental entity: 1. A Certificate of Coverage, before person begins work on Project, so the governmental entity will have Certificates of Coverage on file showing coverage for ,. all persons providing services on Project; and 2 No later than seven days after Contractor receives, a new Certificate of Coverage showing extension of coverage, if coverage period shown on current Certificate of Coverage ends during duration of Project. F. Contractor shall retain all required Certificates of Coverage for duration of Project and one year thereafter. G. Contractor shall notify the governmental entity, in writing, certified mail, or personal delivery, within 10 days after Contractor knew (or should have known), of any change that materially affects provision of coverage of any person(s) providing services on Project. H. Contractor shall post a notice on each Project site, in text, form, and manner prescribed by Texas Workers' Compensation Commission, informing all persons providing services on Project, they are required to be covered, and state how to verify coverage and report lack of coverage. 1. Contractor shall contractually require each person with whom he contracts to provide services on a Project, to: 1. Provide coverage, based on proper reporting of classification codes, payroll amounts, and filing of any coverage agreements, which meets statutory requirements of Texas Labor Code, Section 401.011(44) for all employees providing services on Project, for duration of Project; 2. Provide Contractor, before person begins Work on Project, a Certificate of Coverage showing coverage is provided for all employees of person providing services on i . Project, for duration of Project; 3. Provide Contractor, before end of coverage period, a new Certificate of Coverage showing extension of coverage, if coverage period shown on current Certificate of Coverage ends during duration of Project; 4. Obtain from each person(s) with whom he contracts, and provide Contractor: (a) A Certificate of Coverage, prior to other person beginning work on Project; and (b) A new Certificate of Coverage showing extension of coverage, prior to end of coverage period, if coverage period shown on current Certificate of Coverage ends during duration of Project; 01447214 SUPPLEMENTARY CONDITIONS 00800 - 3 08/17 (Modified version of EJCDC 00522, 2016) 5. Retain all required certificates of coverage on file for duration of Project and one year thereafter. 6. Notify the governmental entity, in writing, certified mail, or personal delivery, within 10 days after person knew (or should have known), of any change that materially affects provision of coverage of any person(s) providing services on Project; and 7. Contractually require each person with whom he contracts, to perform as required by Articles SC-6.03.I.1 - 7, with Certificates of Coverage provided to the person(s) for whom they are providing services. J. By signing this Contract or providing/causing to be provided a Certificate of Coverage, Contractor represents to the governmental entity that all Contractor employees who will provide services on Project, will be covered by workers' compensation coverage for duration of Project, coverage will be based on proper reporting of classification codes and payroll amounts, and all coverage agreements will be filed with appropriate insurance carrier(s) or, in the case of a self -insured, with Commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. Contractor failure to comply with any provision is a Contractor breach of Contract which entitles the governmental entity to declare Contract void if Contractor does not remedy the breach within 10 days after receipt of notice of breach from the governmental entity. SC 6.03 Add the following new paragraph immediately after Article 6.03.J: K. Limits of liability for insurance required by Article 6.03 of the General Conditions, shall provide coverage for not less than the following amounts or greater where required by laws and regulations: 1. Workers' Compensation, and related coverages under Articles 6.03.A.1 and A.2 of the General Conditions: STATE STATUTORY Employer's Liability: Each accident $100,000.00 Disease, each employee $100,000.00 Disease, policy limit $500,000.00 2. Contractor's Commercial General Liability under Articles 6.03.B and C of the General Conditions: Each Occurrence (bodily injury and property damage) $1,000,000.00 Personal and Advertising Injury $1,000,000.00 General Aggregate $2,000,000.00 Products: Completed Operations Aggregate $2,000,000.00 01447214 SUPPLEMENTARY CONDITIONS 00800 - 4 08/17 8 L_ (Modified version of EJCDC 00522, 2016) 3. Automobile Liability under Article 6.03.D. of the General Conditions: Bodily Injury: Each person $1,000,000.00 Each accident $1,000,000.00 Property damage: Each accident $1,000,000.00 —0R— Combined single limit of $1,000,000.00 4. Excess or Umbrella Liability: Per occurrence $3,000,000.00 General aggregate $3,000,000.00 5. Additional Insureds - in addition to Owner and Engineer, include the following as additional insureds: ARTICLE 10 — ENGINEER'S STATUS DURING CONSTRUCTION 10.03 Project Representative SC-10.03 Add the following new paragraphs immediately after Article 10.03.A: B. Resident Project Representative (RPR) will be the Engineer's representative at the Site, act as directed by and under Engineer supervision, and confer with Engineer regarding RPR actions. 1. General: RPR dealings in matters pertaining to Work in general shall be with Engineer and Contractor. RPR dealings with subcontractors shall only be through or with Contractor's full knowledge and approval. RPR shall generally communicate with Owner only with Engineer's knowledge and direction. 2. Schedules: Review progress schedule, schedule of Shop Drawing and Sample submittals, and Schedule of Values prepared by Contractor and consult with Engineer concerning acceptability. 3. Conferences and Meetings: Attend meetings with Contractor, (preconstruction conferences, progress meetings, job conferences, and other Project -related meetings). Prepare and circulate copies of minutes thereof. 4. Liaison: a. Serve as Engineer's liaison with Contractor. Working principally through Contractor's authorized representative or designee, assist in providing information regarding provisions and intent of Contract Documents. b. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's onsite operations. c. Assist in obtaining additional details or information from Owner when required for proper execution of Work. 01447214 SUPPLEMENTARY CONDITIONS 00800 - 5 08/17 (Modified version of EJCDC 00522, 2016)- 5. Interpretation of Contract Documents: Report to Engineer when Contract Document clarifications and interpretations are needed. Transmit to Contractor, clarifications and interpretations as issued by Engineer. 6. Shop Drawings and Samples: a. Record received date of samples and Contractor -approved Shop Drawings. b. Receive samples, furnished at the Site by Contractor, and notify Engineer of availability of samples for examination. c. Advise Engineer and Contractor of commencement on any portion of Work requiring Shop Drawing or sample submittal which RPR believes is not Engineer approved. 7. Modifications: Consider and evaluate Contractor's modification suggestions in Drawings or Specifications and report suggestions, together with RPR V-1 recommendations, if any, to Engineer. Transmit to Contractor in writing decisions as issued by Engineer. 8. Review of Work and Rejection of Defective Work: a. Conduct onsite observations of Contractor's Work in progress to assist Engineer in determining if Work is generally proceeding in accordance with Contract Documents. b. Report to Engineer whenever RPR believes any part of Contractor's work in progress is defective, will not produce a completed Project generally conforming to Contract Documents, or will risk design concept integrity of the completed Project as a functioning whole and indicated in Contract Documents, damaged, or does not meet requirements of any inspection, test, or approval required; and advise Engineer of that part of work in progress RPR believes should be corrected, rejected, uncovered for observation, or requires special testing, inspection, or approval. 9. Inspections, Tests, and System Start-ups: a. Verify tests, equipment, and system start-ups and operating and maintenance training are conducted in appropriate Owner's personnel presence, and Contractor maintains adequate records thereof. b. Observe, record, and report to Engineer appropriate details relative to test procedures and systems start-ups. 10. Records: a. Prepare a daily report, diary, or log book, recording Contractor hours onsite, subcontractors present at the Site, weather conditions, data/questions relative to Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, delivery of equipment or materials, daily activities, decisions, and general and specific observations in more detail observing test procedures. Send copies to Engineer. 01447214 SUPPLEMENTARY CONDITIONS 00800 - 6 08/17 (Modified version of EJCDC 00522, 2016) b. Record names, addresses, fax numbers, email addresses, web site locations, and phone numbers of all contractors, subcontractors, and major suppliers of materials and equipment. c. Maintain records for use in preparing Project documentation. 11. Reports: a. Furnish to Engineer periodic reports as required for progress of Work and Contractor compliance with Progress Schedule and schedules of Shop Drawing and sample submittals. b. Draft and recommend to Engineer proposed Change Orders, Work Change Directives, and Field Orders. Obtain backup material from Contractor. c. Immediately notify Engineer of any Site accidents, emergencies, Acts of God endangering Work, force majeure or delay events, damage to property by fire or other causes, or discovery of any Constituent of Concern or Hazardous Environmental Condition. 12. Payment Requests: Review applications for payment with Contractor for compliance with the established procedure for submission and forward with recommendations to Engineer, noting the particular relationships of payment requested to Schedule of Values, Work completed, and materials and equipment delivered at the Site but not incorporated in Work. 13. Certificates, Operation and Maintenance Manuals: During course of Work, verify material and equipment certificates, operation and maintenance manuals, and other data required by Contract Documents to be assembled and furnished by Contractor, are applicable to items actually installed and in accordance with Contract Documents, and deliver documents to Engineer for review, forwarding to Owner prior to payment for that part of Work. .. 14. Completion: a. Participate in Engineer's Site visits to determine Substantial Completion. Assist in determination of Substantial Completion and preparation of punch list of items to be completed or corrected. b. Participate in Engineer's final Site visit to determine completion of Work, with Owner and Contractor, and prepare a final punch list of items to be completed and deficiencies to be remedied. c. Observe if all items on final list have been completed/corrected and make recommendations to Engineer concerning acceptance and issuance of notice of acceptability of Work. C. RPR shall not: 1. authorize any deviation from Contract Documents or substitution of materials or equipment (including "or -equal" items). 2. exceed limitations of Engineer's authority as set forth in Contract Documents. 01447214 SUPPLEMENTARY CONDITIONS 00800 - 7 08/17 (Modified version of EJCDC 00522, 2016) 3. undertake any responsibility of Contractor, subcontractors, or suppliers. 4. advise on, issue directions relative to, or assume control over any aspect of means, methods, techniques, sequences, or procedures of Contractor work. 5. advise on, issue directions regarding, or assume control over security or safety practices, precautions, and programs in connection with Owner or Contractor activities/operations. 6. participate in specialized field or laboratory tests or inspections conducted off -site by others except as specifically authorized by Engineer. 7. accept Shop Drawing or sample submittals from anyone other than Contractor. 8. authorize Owner to occupy Project in whole or part. 01447214 SUPPLEMENTARY CONDITIONS 00800 - 8 08/17 SECTION 00800 - SUPPLEMENTARY GENERAL CONDITIONS PART 1- GENERAL The following articles identify and describe changes to specific Articles in the General Conditions. 1.1 ADDITIONS, DELETIONS, AND REVISIONS 1.1.1 General Conditions "13. LINES AND GRADES," add a second Article as follows: All lines and grades (field surveys) furnished by Owner's representative, are for initial construction layout and final construction verification. If a portion of work fails and requires additional work by Contractor, additional surveys will be provided by Owner's representative at Contractor expense. Contractor shall be billed directly for additional surveys by surveyor at rates paid by Owner. Failure of Contractor to pay for additional surveys will result in a reduction of that amount from the final payment. 1.1.2 General Conditions "21.OBSERVATION AND TESTING," add a fourth Article as follows: Contractor shall pay all costs for preconstruction testing called for in Technical Specifications and all failing tests during construction. Owner shall pay for all construction testing expect for failed tests. Contractor billed directly for failed tests by the testing laboratory at rate per test being paid by Owner. Failure of Contractor to pay for failed tests will result in a reduction of that amount from final payment. 1.1.3 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT," delete the first sentence of this section. 1.1.4 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC," modify as follows: Delete the fourth sentence of the first Article, i.e., "Contractor, his sureties... including attorneys fees," and replace with: "Contractor, his sureties, and insurance carriers shall defend, indemnify, and save harmless Owner and his officers, agents, including Engineer, and employees from all suits, actions, or claims of any character, brought for or on account of any injuries or damages received or sustained by any person(s) or property, on account of any negligent act or fault of Contractor or any subcontractor, their agents or employees, in execution and supervision of said contract and project, which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs obtained against Owner or any officers, agents, including Engineer, or employees including attorney fees." 1.1.5 General Conditions "28. CONTRACTOR'S INSURANCE," modify as follows: A. Add the following after the first Article: "All insurance, as hereafter specified, shall include a waiver of subrogation against Owner, Owner's agents, and Owner's Engineer." B. In addition to the City, Engineer is to be named as an additional insured on the Comprehensive General Liability Insurance, Owner's Protective, or Contingent Public Liability and Property Damage Liability Insurance, Comprehensive Automobile Liability Insurance, and Excess or Umbrella Liability Insurance policies, and a copy of the endorsement is to be attached to Certificates of Insurance for such policies. 01447214 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 1 __, 09/17 C. Engineer is to be named as an additional insured on Builder's Risk Insurance Policy, as interests may appear. 1.1.6 General Conditions "39. PROTECTION OF ADJOINING PROPERTY," modify as follows: Delete the last sentence of Article, i.e., "without limiting, in any way, manner and form, the indemnity provided ... out of the performance of this contract," and replace with: "Contractor agrees to indemnify, save, and hold harmless Owner and Engineer against any claim(s) for damages due to any adjacent or adjoining property arising or growing out of performance ofthis contract, but indemnity not apply to any claim of any kind arising out of existence or character of work." 1.1.7 General Conditions "51. SPECIAL CONDITIONS," modify as follows: Delete Article and replace with: "If any special or supplementary general conditions, part of contract documents, conflict with any general condition contained in this contract, special or supplementary general conditions shall control." 1.2 ADDITIONAL ARTICLES 1.2.1 General Conditions "61. CONSTRUCTION PROCEDURES AND SAFETY:" Owner's representative and Engineer shall not specify construction or service -related procedures, nor manage, control, or have charge of construction, nor shall Owner's representative or Engineer implement or be responsible for health or safety procedures. Owner's representative and Engineer shall not be responsible for acts or omissions of Contractor or other parties on project nor be responsible for construction means, methods, techniques, sequences, procedures, precautions, or programs. All matters shall be responsibility of Contractor. Owner's representative's and Engineer's monitoring or review of portions of work performed under any construction contracts shall not relieve Contractor from responsibility for performing work per 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 fees and court costs) connected with any illness, injury, or loss to person or property of Contractor, subcontractors, suppliers, employees ,and agents, or other person, arising out of or resulting from Contractor's responsibilities under this Article; the foregoing shall apply notwithstanding the negligence of any person or entity indemnified hereunder. Notwithstanding aforementioned, Contractor is not required to indemnify Owner's representative or Engineer to causes arising out of Engineer's negligent acts, errors, or omissions. 1.2.2 General Conditions "62. RESIDENT PROJECT REPRESENTATIVE (RPR):" RPR is Engineer's agent at the site, will act as directed by and under supervision of Engineer, and confer with Engineer regarding RPR actions. RPR dealings in matters pertaining to onsite work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR dealings with subcontractors only through or with full knowledge and approval of Contractor. RPR shall generally communicate with Owner with knowledge of and under direction of Engineer. A. Duties and Responsibilities of RPR: 1. Schedules: Review progress schedule, schedule of Shop Drawing submittals, and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 01447214 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 2 z� 09/17 L 2. Conferences and Meetings: Attend meetings with Contractor, (preconstruction conferences, progress meetings, job conferences, etc.), prepare, and circulate copies of minutes thereof. 3. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding intent of Contract Documents, assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's onsite operations. b. Assist in obtaining from Owner additional details or information, when required for proper execution of Work. B. Shop Drawings and Samples: 1. Record date of receipt of Shop Drawings and samples. 2. Receive samples furnished at the site by Contractor, and notify Engineer of availability of samples for examination. 3. Advise Engineer and Contractor of commencement of any Work requiring a Shop Drawing or sample if the submittal not approved by Engineer. C. Review of Work, Rejection of Defective Work, Inspections, and Tests: 1. Conduct onsite observations of Work in progress to assist Engineer in determining if Work is generally proceeding per Contract Documents. 2. Report to Engineer when RPR believes any Work is unsatisfactory, faulty, defective, does not conform to Contract Documents, damaged, or does not meet requirements of any inspection, test, or approval required made; and advise Engineer of Work RPR believes should be corrected, rejected, uncovered for observation, or requires special testing, inspection, or approval. 3. Verify 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 Project, record 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 suggestions for modifications in Drawings or Specifications and report with RPR recommendations to Engineer. Transmit to Contractor decisions as issued by Engineer. F. Records: 1. Maintain at 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 after execution of Contract, Engineer's clarifications and interpretations of Contract Documents, progress reports, and other Project related documents. 2. Keep diary or log book, recording Contractor hours on job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. 3. Record names, addresses and phone numbers of all Contractors, subcontractors, and major suppliers of materials and equipment. 01447214 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 3 09/17 l_ G. Reports:__ 1. Furnish Engineer periodic reports as required of progress of Work and Contractor's compliance with 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 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 occurrence of any accident. H. Payment Requests: Review applications for payment with Contractor for compliance with established procedure for submission and forward with recommendations to Engineer, noting particularly relationship of payment requested to schedule of values. Work U completed and materials and equipment delivered at site but not incorporated in Work. I. Certificates, Maintenance and Operation Manuals: During course of Work, verify certificates, maintenance and operation manuals, and other data required to be assembled rl and furnished by Contractor, are applicable to items actually installed, per Contract Documents, and deliver to Engineer for review, forwarding to Owner before final payment for Work. 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 complete or correct. 3. Observe all items on final list are completed or corrected and make recommendations to Engineer concerning acceptance. K. Limitations of Authority. Resident Project Representative shall not: 1. authorize any deviation from Contract Documents, substitution of materials or equipment, unless authorized by Engineer. 2. exceed limitations of Engineer's authority as set forth in Agreement or Contract Documents. 3. undertake any e responsibility of Contractor, subcontractors or Contractor's Hit superintendent. 4. advise on, issue directions relative to, or assume control over any aspect of means, methods, techniques, sequences, or procedures of construction unless such advice or directions are specifically required by Contract Documents. 5. advise on, issue directions regarding, or assume control over safety precautions and programs regarding Work. 6. accept Shop Drawing or sample submittals from anyone other than Contractor. 7. authorize Owner to occupy Project in whole or in part. 8. participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by Engineer. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01447214 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 4 09/17 SECTION 01010 - SUMMARY OF WORK PART 1- GENERAL 1.1 SUMMARY A. Section includes Work covered by Contract Documents, Contractor use of site, and Owner occupancy. B. Related Sections: 1. Section 00800 — Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas, West Texas Region Disposal Facility, Cell 5 Construction and Leachate Pond. B. Location: Lubbock, Texas, West Texas Region Disposal Facility, TCEQ MSW Permit No. 2252. C. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is: 1. Earthwork, grading, repair erosion rills, and subgrade preparation to lines and grades shown on plans. 2. Geosynthetic clay liner, reinforced and non -reinforced. 3. 60 mil HDPE liners, smooth and textured. 4. Geocomposite drainage layer 5. Polyethylene pipe, gravel, and geotextile fabric. 6. Construction testing 7. Protective soil cover placement. 8. Erosion protection. 9. Caliche road. 10. Seeding. 11. Leachate evaporation pond. 1.3 CONTRACTOR USE OF SITE A. Limit use of site to allow one Owner occupancy. B. Construction Operations limited to areas adjacent to construction site as Owner designates. 1.4 OWNER OCCUPANCY A. Owner will occupy site during construction to conduct normal operations. B. Cooperate with Owner to minimize conflict and facilitate Owner operations. C. Schedule Work to accommodate requirement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01447214 SUMMARY OF WORK 01010 - 1 09/17 SECTION 01019 - CONTRACT CONSIDERATIONS PART1-GENERAL 1.1 SUMMARY A. Section includes Application for Payment and Change Procedures. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT DURATION A. Definitions: l . Substantial Completion: When liner system is satisfactorily installed and all related work complete. 2. Final Completion: When TCEQ accepts Liner Evaluation Report (LER) as complete. B. Substantial Completion — Work associated with project shall be substantially complete within 180 days of Notice -to -Proceed for liner system. C. Final Completion —Duration of final completion of Base Bid is dependent upon TCEQ review of LER. The balance of retainage will be held until LER is accepted by TCEQ. 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. Engineer will advise of minor changes in 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 General Conditions of the Contract. C. All Change Orders must be approved and signed by Owner. Do not commence with work included in a Change Order until approved and signed by Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01447214 CONTRACT CONSIDERATIONS 01019 - 1 09/17 9 9 SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 MOBILIZATION/DEMOBILIZATION A. Payment will be made for mobilizing and demobilizing all equipment, tools, insurance, bonds, and all other job -related items to and from job site. Price will be on a lump sum basis and include all equipment, labor, materials, superintendence, and all incidentals necessary to become fully mobilized at start of project and demobilized when work is complete. Mobilization related expenses include Contractor cost for obtaining/providing construction staging area, storage areas for equipment and construction office facilities, setting up construction office facilities; paying for electric power required for construction, sanitary facilities for construction personnel, paying for water needed for construction, maintaining dust control over project working area, and all other incidentals required for Contractor to complete mobilization. This bid item shall not exceed 3 percent of contract price. 1.2 EXCAVATION A. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to excavate areas shown to receive lining system and leachate collection system per plans and specifications. Excavation will include all leachate collection piping trenches. All other grading, smoothing, etc., considered incidental. Payment will be made for actual measured cubic yardage of excavation. 1.3 EMBANKMENT FILL A. Payment made for providing all labor, equipment, materials, supplies, etc., necessary to fill areas shown to receive lining system and construct berms per plans and specifications. Payment will be made for actual measured cubic yardage of embankment fill. 1.4 GEOSYNTHETIC CLAY LINER (NON -REINFORCED) A. Payment made for providing and installing a non -reinforced geosynthetic clay liner including all labor, equipment, materials, supplies, etc., for complete installation. Price includes cost of subgrade proof rolling, trench construction, and compaction of backfill in anchor trench. Payment will be made for actual measured square footage of non -reinforced liner installed in place up to front edge of termination trench. 1.5 GEOSYNTHETIC CLAY LINER (REINFORCED) A. Payment will be made for providing and installing a reinforced geosynthetic clay liner (or textured for geomembrane backed GCL) including all labor, equipment, materials, supplies, etc., for complete installation. Price includes cost of subgrade proof rolling, anchor trench construction, and compaction of backfill in anchor trench after liner installation. Payment will be made for actual measured square footage of liner installed in place up to back edge of anchor trench. 01447214 MEASUREMENT AND PAYMENT 01025 - 1 09/17 1��+�[�Z��Y[ 1��]T1�1►�1:�7ir•1�111�I�1� A. Payment made for providing and installing a 60-mil-thick, HDPE liner including plastic for cutoff wall, sacrificial membrane, all labor, equipment, materials, supplies, etc., for complete installation. Price should include cost of anchor trench construction and compaction of backfill in anchor trench after liner installation. Payment will be made for actual measured square footage of liner installed and in place up to front edge of termination trench. No additional pay quantity made for sacrificial membrane. 1.7 TEXTURED GEOMEMBRANE LINER A. Payment made for providing and installing a 60-mil-thick, HDPE liner including plastic for cutoff wall, sacrificial membrane, all labor, equipment, materials, supplies, etc., for complete installation. Price should include cost of anchor trench construction and compaction of backfill in anchor trench after liner installation. Payment will be made for actual measured square footage of liner installed and in place up to back edge of anchor trench. No additional pay quantity made for sacrificial membrane. 1.8 GEOCOMPOSITE DRAINAGE LAYER A. Payment made for providing and installing 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 drainage layer installed and in place up to front edge of anchor trench or termination trench. 1.9 GRAVEL DRAINAGE MATERIAL A. Payment will be made for providing and installing gravel drainage material as specified including all labor, equipment, materials, supplies, etc., for complete installation. Payment will be made for actual cubic yardage of gravel drainage material installed and in place per plans and specifications. 1.10 GEOTEXTILE FABRIC A. Payment made for providing and installing geotextile fabric (minimum 8 ounces) as shown on plans including all labor, equipment, materials, supplies, etc., for complete installation. Payment made for actual square footage of geotextile fabric installed and in place per plans and specifications. 1.11 6-INCH PE PIPING A. Payment made for providing and installing perforated and any non -perforated polyethylene pipe, bends, tees, etc., including trench excavation up side slope for riser section including labor, equipment, and superintendence. Payment made for actual measured linear feet of pipe. 1.12 12-INCH PE PIPING A. Payment made for providing and installing heat -fused perforated and any non -perforated polyethylene pipe, bands, tees, caps, etc., including any trench excavation, including labor, equipment, and superintendence. Payment for actual measured linear feet of pipe. 01447214 MEASUREMENT AND PAYMENT 01025 - 2 09/17 1.13 PROTECTIVE SOIL COVER (FLOOR) A. Contractor will place all protective soil on top of floor liner system. Payment made for installation of soil cover material available onsite. Price will include all labor, material, equipment, and superintendence as necessary to install soil. Payment made for actual measured square footage of 2-foot thick protective floor cover. 1.14 PROTECTIVE SOIL COVER (SLOPES) A. Contractor will place all protective soil on top of slope liner system including soil berm along edge liner as shown on plans. Payment includes all labor, materials, equipment, and superintendence as necessary to install soil. Payment made for actual measured square footage of 2-foot thick protective slope cover and soil berm. 1.15 SITE SIGNAGE A. Payment made for providing and installing site signage and markers as shown on plans. Price shall include all labor, materials, equipment, and superintendence necessary to completely install signs and markers. Payment made for satisfactory installation on a lump sum basis. 1.16 WHEELED SUMP PUMP, CONTROL PANEL, AND WIRING A. Payment made for providing and installing a wheeled sump pump as shown on plans. Price includes pump, motor, side slope riser, control panel, related appurtenances, labor, materials, equipment, and superintendence necessary to completely install wheeled sump pump. Payment made for satisfactory installation on a lump sum basis. 1.17 SUMP ACCESS STRUCTURE A. Payment made for constructing a sump access structure as shown on plans. Price includes sump access structure, bollards, 6-inch HDPE transducer conduit and sensor, 2-inch return line with butterfly valve, and all labor, materials, equipment, and superintendence necessary to construct sump access structure. Payment made for satisfactory completion on a lump sum basis. 1.18 CALICHE ROAD A. Payment made for providing all labor, equipment, and material necessary to construct caliche road to elevations and grades shown on plans. Payment will include grading and compacting activities required to construct caliche road per plan and specification requirements. Payment made on a square yard basis of caliche road required. 1.19 SEEDING A. Payment made for providing and installing seeding as specified. Payment includes all labor, materials, equipment, and superintendence necessary to install seeding. Payment made on a lump sum basis of seeding used. 1.20 LITTER CONTROL BARRIER FENCE A. Payment made for providing materials and installing litter control barrier fence on a per linear foot basis. Payment includes all material, labor, supplies, equipment, and superintendence necessary to construct fence as shown on plans and per specifications. Construction activity 01447214 MEASUREMENT AND PAYMENT 01025 - 3 09/17 required to drill post holes, implant guy -anchors backfill with concrete enforced material, and all other incidentals required for the installation, are included in pay item. 1.21 EXCAVATION A. Payment made for providing all labor, equipment, materials, supplies, etc. necessary to excavate area shown as the leachate evaporation pond per plans and specifications. All other grading, smoothing, etc., considered incidental. Payment made for actual measured cubic yardage of excavation. 1.22 EMBANKMENT FILL A. Payment made for providing all labor, equipment, materials supplies, etc., necessary to fill the areas in and around the leachate evaporation pond to receive the lining system, concrete access ramp, and constructing the berms per plans and specifications. Payment made for actual measured cubic yardage of embankment fill. 1.23 GEOSYNTHETIC CLAY LINER REINFORCED A. Payment made for providing and installing a reinforced geosynthetic clay liner including all labor, equipment, materials, supplies, etc., for complete installation at the leachate evaporation pond per plans and specifications. Price should include cost of subgrade proof rolling and anchor trench construction and compacting backfill in anchor trench after liner installation. Payment made of the actual measured square footage of liner installed in place up to the back edge of anchor trench. 1.24 DOUBLE -TEXTURED GEOMEMBRANE LINER A. Payment made for providing and installing a 60-mil-thick HDPE liner overlain by another 60-mil-thick HDPE liner including plastic for cutoff wall, labor, equipment, materials supplies, etc., for complete installation at the leachate evaporation pond per plans and specifications. Price should include cost of anchor trench construction and compaction of backfill in anchor trench after liner installation. Payment made for actual measured square footage of liner installed and in place up to back edge of anchor trench. No additional pay quantity made for sacrificial membrane. 1.25 REINFORCED CONCRETE PAVEMENT A. Payment made for constructing the reinforced concrete pond bottom, access drive, and channel crossings as shown on plans. Price includes all material, labor, equipment, and superintendence necessary to construct the concrete pad as specified on a per square yard basis. 1.26 REMOVE EXISTING LEACHATE FORCE MAIN PIPING A. Payment for removal of existing 2-inch HDPE encased in 6-inch HDPE (dual containment) leachate force main piping, bends, tees, dual containment fittings, trench excavation, and all other appurtenances as in the plans and specifications. Price includes all equipment, labor, materials, superintendence, and all incidentals necessary to complete leachate discharge piping as shown on plans. This includes all trenching, backfilling, and connection to pump and existing sump access structures. 01447214 MEASUREMENT AND PAYMENT 01025 - 4 09/17 1.27 LEACHATE DUAL CONTAINMENT FORCE MAIN PIPING A. Payment for providing and installing 4-inch HDPE encased in 8-inch HDPE (dual containment) leachate force main piping bends, tees, dual containment fittings, hangers, supports, boot penetrations, trench excavation, and all other appurtenances necessary to construct a leachate dual containment force mains as in the plans and specifications. Price includes all equipment, labor, materials, superintendence, and all incidentals necessary to completely install and test leachate discharge piping as shown on plans. This includes all trenching, backfilling, and connection to pump and existing sump access structures. 1.28 SAND TUBE A. Payment for providing and installing sand tubes on pond sideslopes as shown on plans. Price includes all materials, labor, equipment, and superintendence necessary to construct sand tubes on a per lump sum basis. 1.29 GSE STUDLINER A. Payment made for providing and installing studliner product as specified and in locations shown on plans, for bonding geomembrane liner to concrete pond bottom on a per LUMP SUM basis. 1.30 SURVEY A. No separate payment made for construction survey as required for project. This item considered incidental to all other bid items. 1.31 CLEANING A. Project shall be returned to preconstruction conditions. No additional payment made for cleaning. This item considered incidental to all other bid items. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Y_.. 01447214 MEASUREMENT AND PAYMENT 01025 - 5 09/17 SECTION 01039 - COORDINATION AND MEETINGS 17VtIIIBEIL" �� fW J 1.1 SUMMARY A. Section includes coordination, field engineering and site mobilization conference. B. Related Sections: l . Section 00800 — Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of various specifications Sections 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 occupancy. 1.3 FIELD ENGINEERING A. Control datum for survey is shown on Drawings. B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.4 SITE MOBILIZATION CONFERENCE A. Engineer will schedule a conference at Project site before Contractor occupancy. B. Attendance Required: Engineer, Contractor's project manager, and jobsite superintendent. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. 8. Procedures for testing. 9. Procedures for maintaining record documents. D. Record minutes and distribute copies within three days after meeting to participants with two copies to Engineer and those affected by decisions made. 1.5 BI-WEEKLY MEETINGS A. Biweekly meetings held at work area on a day agreeable to all parties. At minimum, meeting will be attended by Contractor and Engineer. The purpose of meeting is to: l . Review work activity and location for week. 2. Discuss Contractor's personnel assignment for week. 3. Review previous week's activity. 4. Review work schedule. 01447214 COORDINATION AND MEETINGS 01039 - 1 09/17 r 5. Discuss the possible problem areas and situations. 6. Review of submittals schedule and status of submittals. 7. Maintenance of progress schedule. 8. Planned progress during succeeding work period. 9. Coordination of projected progress. 10. Maintenance of quality and work standards. 11. Review status of "as -built" drawings prepared by Contractor to ascertain Contractor is keeping "as -built" drawings current. B. Record minutes and distribute copies within three days to Engineer, participants, and those affected by decisions made. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 01447214 09/17 END OF SECTION COORDINATION AND MEETINGS 01039 - 2 SECTION 01090 - REFERENCE STANDARDS PART 1 - GENERAL 1.1 SUMMARY A. Section includes quality assurance and schedule of references. B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of standard, except when more rigid requirements are specified or 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. 1.3 SCHEDULE OF REFERENCES AASHTO American Association of State Highway and Transportation Officials 444 N. Capitol St. NW Washington, DC 70001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 API American Petroleum Institute 1220 L. St. Northwest Washington, DC 20005 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 CFR Code of Federal Regulations U.S. Government Printing Office Washington, DC 20402 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 GRI Geosynthetic Research Institution Drivel University West Wing - Rush Bldg. # 10 Philadelphia, PA 19104 01447214 REFERENCE STANDARDS 01090 - 1 09/17 9 9 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 130140 Ann Arbor, Michigan 48113-0140 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 TCEQ Texas Commission on Environmental Quality Box 13087 Austin, Texas 78711-3087 USCOE U.S. Corps of Engineers P.O. Box 17300 Fort Worth, Texas 76102-0300 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01447214 REFERENCE STANDARDS 01090 - 2 09/17 SECTION 01300 - SUBMITTALS PART 1- GENERAL ? 1.1 SUMMARY A. Section Includes: l . Submittal procedures and resubmittal requirements. 2. Construction progress schedules. 3. Proposed products and equipment lists. 4. Shop drawings and product data. 5. Manufacturers' instructions and certificates. B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor name, address, and phone number. B. Identify Project, Contractor, subcontractor, supplier, pertinent Drawing sheet, detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is per requirements of Work and Contract Documents. D. Schedule submittals to expedite 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 detrimental to successful performance of completed Work. F. Provide space for Contractor and Engineer review stamps. G. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. H. Format 1. Submit all submittals digitally using PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for same submittal, not accepted. 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies not accepted. 4. To ensure each page is legible, PDF pages of drawings shall be same size/scale as hard copy. Where applicable, provide scale symbols to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Architect's Info Exchange website. I. Submittal procedures described in this Article applies to Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to submit, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, and any other type of submittal submitted to Engineer. 01447214 SUBMITTALS 01300 - 1 09/17 9 j J 1.3 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. 1.4 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. 1.5 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. 1.6 SHOP DRAWINGS A. Submit in a reproducible form. B. Submit number of reproductions Contractor requires, plus three retained by Engineer. C. Drawing size shall be minimum 8 1/2 x 11 inches and maximum 24 x 36 inches. 1.7 PRODUCT DATA A. Submit number of copies Contractor requires, plus three retained by 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 oftrade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute per Article 1.2 - Submittal Procedures, and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.8 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.9 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. 01447214 SUBMITTALS 01300 - 2 09/17 1.10 GEOSYNTHETIC LINER A. Within 15 days after Notice to Proceed, submit one actual sample of the reinforced material for shear testing. Sample must be representative of type used. B. Sample size: One roll width, 4-feet in length (minimum). PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01447214 SUBMITTALS 01300 - 3 09/17 SECTION 01400 - QUALITY CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section includes quality assurance, control of installation, inspection, and testing laboratory services. B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step, in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Perform work by persons qualified to produce workmanship of specified quality. 1.3 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor will perform all testing services of geomembrane liner. B. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing if deemed necessary. C. Contractor or independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by Engineer. D. Reports will be submitted by Contractor or 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 performed by Contractor or same independent firm on instructions by Engineer. Payment for retesting charged to Contractor. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION w 01447214 QUALITY CONTROL 01400 - 1 09/17 SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Utilities - Electricity, water, and sanitary facilities. 2. Temporary Controls - Barriers, water control, protection of Work, and security. 3. Construction Facilities - Progress cleaning and removal of utilities. B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 CONSTRUCTION ENTRANCE A. Use of landfill operations entrance not permitted during construction. B. Contractor to install construction entrances as directed by Owner. Size of construction entrance is at Contractor discretion. C. Contractor shall remove gates and return construction entrances to original condition upon completion of project. 1.3 TEMPORARY ELECTRICITY A. Contractor shall contact electric company to provide service for temporary power. B. Owner will not pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required by Contractor's operations. Provide flexible power cords as required. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. 1.4 TEMPORARY WATER SERVICE A. Contractor shall provide temporary water service for all purposes (potable and non -potable). B. Owner will not pay cost of water used. Exercise measures to conserve water. C. Contractor must provide means, at his own expense, to pump water from source and load water -transport vehicles. 1.5 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities not used during construction operations. Daily maintain a clean and sanitary condition. 1.6 BARRIERS/TRAFFIC CONTROL A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner use of site, protecting existing facilities and adjacent properties from damage from construction operations and demolition. B. Furnish all necessary traffic control signs and flag personnel. Contractor shall establish a parking area in location approved by Engineer and Owner. 01447214 CONSTRUCTION FACILITIES 01500 - 1 09/17 AND TEMPORARY CONTROLS 9 1.7 STORMWATER CONTROL A. Grade site to drain. Maintain excavations free of water. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Protect all lining materials from water before, during, and after installation. 1.8 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. 1.9 SECURITY/WORKING HOURS A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. Cost for security included in bid price. B. Normal hours of operation for landfill are 7 a.m. to 5 p.m. Monday - Saturday. Contractor allowed to work beyond landfill normal working hours of operation. Contractor responsible for securing site when doing so. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain a clean and orderly site. B. Remove waste materials, debris, and rubbish from site and dispose on existing working face at intervals required to maintain clean site. 1.11 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01447214 CONSTRUCTION FACILITIES 01500 - 2 09/17 AND TEMPORARY CONTROLS SECTION 01600 - MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 SUMMARY A. Section includes products, transportation and handling, storage and protection, and product FJ options. B. Related Sections: , 1. Section 00800 - Supplementary General Conditions. 2. Other Specification Sections apply to Work of this Section. 1.2 PRODUCTS A. New material, components, and systems forming Work, not including machinery and equipment used for preparation, fabrication, conveying, and erection of Work. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Deliver undamaged materials, products, and equipment to project site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure products comply with requirements, quantities are correct, and products undamaged. 3. Provide equipment and personnel to handle products to prevent soiling, disfigurement, or damage. 4. Arrange deliveries per construction schedule and in ample time to facilitate inspection before installation to avoid unnecessary delays in construction process. B. Storage 1. Store and protect products per manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate -controlled enclosures. 1 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 it onsite. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in well -drained area. Provide cover to stockpile to prevent windblown contaminants from mixing with stockpile. Granular materials shall not be stored on bare ground or asphalt surfaces. C. Handle materials, products, and equipment to protect from damage during storage and installation. r 1.4 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. 1.5 EQUIPMENT LIST A. Submit per Section 01300 - Submittals. 01447214 MATERIAL AND EQUIPMENT 01600 - 1 09/17 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used 01447214 0/17 END OF SECTION MATERIAL AND EQUIPMENT 01600-2 SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL ' 1.1 SUMMARY A. Section Includes: 1. Closeout procedures, final cleaning, and adjusting. 2. Hazardous materials affidavit and project record documents. 3. Operations and maintenance data and warranties. 4. Spare parts and maintenance materials. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents were reviewed, Work inspected, Work is per Contract Documents, and ready for Engineer inspection. B. Provide submittals to Engineer required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep pave areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from site. H. Repair, patch, and touch-up marred surfaces to match adjacent finishes. I. Clean ducts, blowers, and coils if air conditioning units operated during construction. J. Remove waste and surplus materials, rubbish, and construction facilities as Engineer directs. 1.4 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 1.5 HAZARDOUS MATERIALS AFFIDAVITS A. Contractor, subcontractors, and material/product suppliers to provide a notarized affidavit declaring hazardous materials were not incorporated into construction of nor delivered to Project. 1 B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite eradication chemicals, or any substance of any proportion determined or suspected by an agency of federal or state government to create a health hazard. fI 01447214 CONTRACT CLOSEOUT 01700 - 1 09/17 C. Alphabetically list all affidavits and assemble with metal prong binder in durable plastic presentation cover. D. Prepare binder cover with printed title " Ajftdavits ofNon-Incorporated Hazardous Materials," Project title and address, Owner names, address, and phone, and Construction Completion date. E. Provide two complete, identical binders of information in prescribed format. F. Submit prior to final Application for Payment. 1.6 PROJECT RECORD DOCUMENTS A. Maintain onsite, two sets of these record documents and record actual revisions to Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Contract modifications. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including: 1. Manufacturer's name, product model, and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents/Shop Drawings. Legibly mark items to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.7 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days before final inspection, 8 1/2- x 11-inch text pages, bound in three D-ring binders with durable plastic covers. B. This copy will be returned with Engineer comments after final inspection. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within 10 days after final inspection. D. Prepare binder covers with printed title "Operation and Maintenance Instructions," title of Project, and subject matter of binder when multiple binders required. E. Internally subdivide binder contents with permanent page dividers, logically organized as described; with tab titles clearly printed under reinforced laminated plastic tabs. l . Prepare a for each volume, with each Product or system description identified, typed on 24-pound white paper. 2. Part 1: Directory listing names, addresses, and phone numbers of Engineer, Contractor, subcontractors, and major equipment suppliers. 01447214 CONTRACT CLOSEOUT 01700 - 2 09/17 r a 3. Part 2: Operation and maintenance instructions arranged by system and subdivided by specification section. For each category, identify names, addresses, and phone numbers of subcontractors and suppliers. Identify: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. 4. Part 3: Project documents and certificates, including: a. Shop drawings and product data. b. Air and water balance reports. C. Certificates. d. Photocopies of warranties and bonds. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from subcontractors, suppliers, and manufacturers. C. Provide and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. 1.9 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance, and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed, obtain receipt prior to final payment. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01447214 CONTRACT CLOSEOUT 01700 - 3 09/17 SECTION 02200 - EXCAVATION AND EARTHWORK PART 1 - GENERAL 1.1 SUMMARY A. Section includes pre -excavated Project site to grades shown on Project Drawings. Earthwork includes: 1. Miscellaneous grading to repair erosion and proof rolling subgrades for geocomposite clay liner. 2. General excavation and filling for those areas to new contours. 3. Excavating for leachate collection system. 4. Excavating and backfilling anchor trenches. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02240 - Geosynthetic Clay Liner. 3. Section 02245 - Geomembrane Liner. 4. Section 02247 - Geocomposite Drainage Layer. 5. Section 02248 - Gravel Drainage Material. 6. Section 02250 - Leachate Collection System. 1.2 REFERENCES A. These publications form part of this specification to extent referenced. Publications are referred by basic designation, title, or to establish criteria. Latest publication in use at time of executed contract used on this project. l . ASTM D698: Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft). 2. ASTM D4318: Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 3. ASTM D6938: Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth). 4. Texas Commission on Environmental Quality (TCEQ), Municipal Solid Waste Management Regulation, 30 TAC Chapter 330. 1.3 DEFINITIONS A. Backfill: Specified material used in refilling a cut, trench, over excavation, or other excavation, placed at a specified degree of compaction. B. Compaction: Mechanically stabilizing material by increasing density at controlled moisture condition. 1. Degree of Compaction: Percentage of maximum density obtained by test procedure described in ASTM D698 for general soil types abbreviated in this specification as 95-percent ASTM D698 maximum density. C. Embankment: A fill having atop higher than adjoining ground. D. Excavation: Removing material encountered to subgrade elevations and reuse or disposal of materials removed. E. Fill: Specified material placed at specified degree of compaction to obtain indicated grade or elevation. 01447214 EXCAVATION AND EARTHWORK 02200 - 1 09/17 g F. Hard Material: Weathered rock, dense consolidated deposits, or conglomerate materials, t-_ (excluding manmade materials like concrete) not included in definition of rock but usually require using heavy excavation equipment with ripper teeth or jack hammers for removal. G. In -Situ Soil: Existing in -place soil. H. Lift: Layer or course of soil placed on top of previously -prepared or -placed soil. I. Rock: Solid, homogeneous, interlocking crystalline material with firmly cemented, laminated, or foliated masses or conglomerate deposits, neither removed without systematic drilling and blasting, drilling and use of expansion j acks or feather wedges, or backhoe-mounted pneumatic hole punchers or rock breakers. Large boulders, buried masonry, or concrete other than pavement, exceeding 1 cubic yard in volume. Removal of "hard material" not considered rock excavation because of intermittent drilling and blasting performed just to increase production. J. Soil: Surface material of earth's crust resulting from chemical and mechanical weathering rock and organic material. K. Subgrade. Material in excavation (cuts) and fills (embankments) immediately below any subbase, base, liner, or other improvement. Secondary definition is level below noted work is referenced. L. Subgrade: Uppermost surface of excavation or top surface of fill or backfill immediately below geosynthetic clay liner. M. Topsoil: In natural or undisturbed soil formations, fine-grained, weathered material on surface or directly below any loose or partially -decomposed organic matter. Topsoil may be dark -colored, fine, silty, or sandy material with high content of well -decomposed organic matter, often containing traces of parent rock material. Gradation and material requirements Hill specified herein apply to all topsoil references in Contract. Material representative ofproductive soils in vicinity. N. Unauthorized Excavation: Removing materials beyond indicated subgrade elevations or dimensions without Engineer direction. Unauthorized excavation, and remedial work directed by Engineer, at Contractor expense. O. Unsatisfactory Material: Existing, in -situ soil, or other material identified as insufficient strength characteristics or stability to carry intended loads in fill or embankment without excessive consolidation or loss of stability. Also includes man-made fills, refuse, frozen material, uncompacted backfills from previous construction, unsound rock or soil lenses, or other deleterious or objectionable material. P. Working Platform: Layer of compacted crushed rock or natural stone to replace in -situ soil, providing a stable, uniform bearing foundation for construction equipment to facilitate further y site construction. 1.4 DELIVERY AND STORAGE A. Deliver and store materials as needed to prevent contamination or segregation. 1.5 QUALITY ASSURANCE E A. Codes and Standards: Perform earthwork complying with requirements of authorities having jurisdiction. 1.6 CRITERIA FOR BIDDING A. Base bids on the following criteria: 1. Surface elevations as indicated. 2. Character of material to excavate or use for subgrade, as indicated. Hard material not considered as rock and removal of such material, shall not give cause for claim for 01447214 EXCAVATION AND EARTHWORK 02200 - 2 09/17 additional compensation regardless of hardness or difficulty in removing. Rock as defined in Article 1.3 - Definitions, not encountered. 3. Suitable backfill and fill material in quantities required, available at project site. 4. Blasting not permitted. Remove material by drilling and using expansion jacks, feather wedges, backhoe-mounted pneumatic hole punchers, rock breakers, or as Engineer approves. PART 2 - PRODUCTS 2.1 REQUIRED EQUIPMENT A. Subgrade preparation for areas to receive GCL, must include rolling with self-propelled smooth drum roller. B. No equipment allowed within limits of lining system without prior approval from Engineer. Submit all equipment to use within limits of liner per Section 01300 — Submittals, including equipment weights, ground pressures, required lift thickness, etc. PART 3 - EXECUTION 3.1 PREPARATION A. Protection and Restoration of Surfaces: Protect newly -graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations, or grades and restore surface construction before acceptance. Protect existing streams, ditches, and storm drain inlets from water -borne soil by straw -bale dikes or filter -fabric dams, as needed. Conduct work per requirements specified in Section 01356 - Stormwater Pollution Prevention Measures. B. Stockpile Excavated Material: Where shown on plans and so it will not obstruct flow of runoff, streams, endanger partly -finished structure, impair efficiency or appearance of facilities, or detrimental to completed work. 3.2 SURFACE PREPARATION A. Clearing: Brush, refuse, stumps, roots, and unmerchantable timber shall become Contractor property and removed as directed by Engineer. Conduct work per requirements specified in Section 01356 - Stormwater Pollution Prevention Measures. B. Stockpiling Topsoil: Strip approved topsoil from site where excavation or grading indicated and stockpile separately from other excavated material. Locate topsoil as shown on plans so material can be used readily for finished grading. Protect and store in segregated piles until needed. C. Unsatisfactory Material: Remove organic matter, sod, muck, rubbish, and unsuitable soils under limits of construction. Typical depth of removal of such unsuitable material not less than 12 inches. D. Protect structures, utilities, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. E. Provide erosion control measures to prevent erosion or displacement of soils. 01447214 EXCAVATION AND EARTHWORK 02200 - 3 09/17 3.3 DEWATERING 1_ A. Prevent surface water from entering excavations, ponding on prepared subgrades, and flooding Project site and surrounding area. B. Protect subgrades from softening and damage by rain or water accumulation. 3.4 GENERAL EXCAVATION A. Excavate to indicated slopes, lines, depths and elevations. Engineer will verify excavation was performed per Project Drawings. Stockpile excavated material as directed by Owner and Engineer. Prepare subgrade per Article 3.6 - Preparation of Subgrade and Compacted Berms. B. In process of excavating over existing lining system, waste will not likely be encountered. If waste encountered, Contractor dispose waste on active working face, as directed by Owner, and cover any remaining exposed waste with minimum 6 inches of clean soil, same type as used for protective cover. C. Unclassified Excavation: Excavation is unclassified and includes excavation to required subgrade elevations regardless of character of materials and obstructions encountered. D. Keep excavations free from water while construction in progress. Notify Engineer immediately in writing if necessary to remove rock, hard material, or other material defined as unsatisfactory to depth greater than indicated. Refill excavations cut below required subgrade elevations. 3.5 EXCAVATION FOR ANCHOR TRENCHES AND LEACHATE COLLECTION SYSTEM A. Excavate trenches to indicated slopes, lines, depths, and elevations. Engineer shall verify trench was constructed per Project Drawings. B. Excavate anchor trenches to uniform widths as shown on Project Drawings. Excavate trench walls vertically from trench bottom to top, except rounded edges provided where liner materials enter anchor trenches to avoid sharp bends in geosynthetic materials. C. If trench is in clay susceptible to desiccation, only amount of trench required for one day of installation shall be excavated to minimize desiccation of trench soils. 3.6 PREPARATION OF SUBGRADE AND COMPACTED BERMS A. Fine -grade subgrade to smooth, uniform, compacted conditions, and elevations shown on Project Drawings. Remove all stones larger than 3/4-inch-diameter and any other objects which could damage overlying geosynthetic materials. B. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer. C. Proof roll subgrade with self-propelled smooth drum roller or methods acceptable to Engineer to remove clods and non -uniform subgrade. D. Construct berms to grades shown. Use suitable fill materials from onsite as directed by Owner and compact to 90-percent standard proctor density (ASTM D698). Control development of rills, repairing any that occur, and maintain side slopes for duration of project. E. Top 12 inches of all berms constructed of topsoil compacted no more than 75-percent standard proctor density (ASTM D698). 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavations as directed by Engineer. 01447214 EXCAVATION AND EARTHWORK 02200 - 4 09/17 3.8 ANCHOR TRENCH BACKFILL A. Anchor trench shall be backfilled and compacted in loose lifts not to exceed 8 inches. Compaction achieved using light, rubber -tired equipment or other light compaction equipment. Prevent damage to the geosynthetic materials. Construction equipment shall not come into direct contact with geosynthetic clay liner, geomembrane, or geonet. If damage occurs, Contractor shall repair per specifications before completion of backfilling. B. Anchor trench shall be compacted to Maximum Dry Density shown on plans as determined by ASTM D698. 3.9 LEACHATE COLLECTION SYSTEM BACKFILL A. Excavate trenches for leachate collection and clean out lines to grades and cross sections shown on plans. B. Backfill with gravel drainage material per Section 02250 - Leachate Collection System. 3.10 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade or backfill layer before compaction to optimum moisture content or higher. 1. Do not place backfill or fill material on muddy, frozen, frosty, or icy surfaces. 2. Remove and replace, or scarify and air-dry, satisfactory soil material too wet to compact to specified density. Stockpile/spread and dry remove wet satisfactory soil material. 3.11 GRADING A. Uniformly grade areas to smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. Provide smooth transition between existing adjacent and new grades. Correct and control wind and water erosion. B. Site Grading: Grade to finished grades indicated within 0.10 foot. No rock will protrude above finished grade elevation. Protruding rock will be removed below grade and void backfilled and compacted to ASTM D698 (95 percent). Grade areas to drain where possible. Existing grades to remain but disturbed by Contractor operations, restored to preconstruction condition. C. Protection of Surfaces: Protect newly -graded areas from traffic, erosion, and settlements per Section 01356 - Stormwater Pollution Prevention Measures, and Article 3. LA - Protection and Restoration of Surfaces. Repair or reestablish damaged grades, elevations, or slopes before work accepted. 3.12 FIELD QUALITY CONTROL A. Contractor will allow Engineer to inspect and test each subgrade and each fill or backfill layer. Do not proceed until test results for previously completed work verify compliance with requirements. 1. Liner Subgrade: Proof roll to smooth surface so no ruts or other surface indentions exceed 1 inch in depth. 2. Trench Backfill: In each compacted initial and final backfill layer, perform at least one field in -place density test for each 150 feet or less of trench, but no fewerthan two tests. B. When test results report subgrades, fills, or backfills are below specified density, scarify and moisten/aerate or remove and replace soil to depth required, recompact, and retest until required density obtained. 01447214 EXCAVATION AND EARTHWORK 02200 - 5 09/17 3.13 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and re-establish grades to specified tolerances where completed or partially -completed surfaces become eroded, rutted, settled, or lose compaction from subsequent construction operations or weather conditions. Scarify/remove and replace material to depth directed by Engineer. Reshape and recompact at optimum moisture content to required density. C. Settling: Where settling occurs during Project correction period, remove finished surfacing, backfill with additional approved material, compact, and reconstruct surfacing. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. D. Protect existing surface and subsurface features onsite and adjacent to site as follows: 1. Provide barricades, coverings, or other types of protection necessary to prevent damage to existing items indicated remaining in place. 2. Protect and maintain benchmarks, monuments, or other established reference points and property corners. If disturbed or destroyed, replace at own expense to full satisfaction of Owner and controlling agency. 3. Verify location of utilities. Omission/inclusion of utility items does not constitute non-existence or definite location. Secure and examine local utility records for location data. a. Protect existing utilities from damage from any construction activity. b. Repair damages to utilities items at own expense. C. In case of damage, immediately notify Engineer so required protective measures may be taken. 4. Maintain stockpiles and excavations to prevent inconvenience or damage to structures onsite or on adjoining property. 5. Avoid surcharge or excavation procedures resulting in heaving, caving, or slides. 3.14 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner property. Stockpile or spread soil as directed by Engineer. Remove waste material, including unsatisfactory soil, trash, and debris, and dispose on active face as directed by Engineer. END OF SECTION 01447214 EXCAVATION AND EARTHWORK 02200 - 6 09/17 SECTION 02240 - GEOSYNTHETIC CLAY LINER PART 1 - GENERAL 1.1 SUMMARY A. Section includes geosynthetic clay liner (GCL) and installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02245 - Geomembrane Liner. 3. Section 02246 - Geotextile Fabrics. 4. Section 02247 - Geocomposite Drainage Layer. 5. Section 02248 - Gravel Drainage Layer. 6. Section 02250 - Leachate Collection Systems. 1.2 REFERENCES A. These publications form part of this specification to extent referenced and are referred to by basic designation only. Latest publication in use at time of executed contract will governs this project. 1. ASTM D2216 - Standard Test Methods for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass. 2. ASTM D4354 - Standard Practice for Sampling Geosynthetis for Testing. 3. ASTM D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. 4. ASTM D5084 - Standard Test Method for Measurement of Hydraulic conductivity of Saturated Porous Materials using a Flexible Wall Permeameter. 5. ASTM D5261 - Standard Test Method for Measuring Mass per Unit Area of Geotextiles. 6. ASTM D5321 - Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method. 7. ASTM D5887 - Standard Test Method for Measurement of Index Flux Through Saturated Geosynthetic Clay Liner Specimens Using a Flexible Wall Permeameter. 8. ASTM D5890 - Standard Test Method for Swell Index of Clay Mineral Component of Geosynthetic Clay Liners. 9. ASTM D5993 - Standard Test Method for Measuring Mass Per Unit of Geosynthetic Clay Liners. 10. ASTM D6768 - Standard Test Method for Tensile Strength of Geosynthetic Clay Liners. 11. GRI-GCL-2 - Test Method for Permeability of Geosynthetic Clay Liners. 12. MSW Permit - Owner's TCEQ, MSW Permit. 13. SLQCP - Owner's Soil and Liner Quality Control Plan (SLQCP). 14. TCEQ - Texas Commission on Environmental Quality, Municipal Solid Waste Management Regulation, 30 TAC Chapter 330 1.3 QUALITY ASSURANCE 1 A. Manufacturing: Manufacturer shall have at least four years' continuous experience in manufacture of GCL rolls and/or experience totaling 5,000,000 square feet of manufactured GCL. Manufacturer shall permit Owner and Engineer to visit manufacturing plant. F, 01447214 GEOSYNTHETIC CLAY LINER 02240 - 1 09/17 B. Installation 1. Installation contractor shall have successfully installed minimum 1,000,000 square feet of similar lining material in solid waste containment structures, and submit evidence of ability and capacity to perform work. Installation contractor can meet these criteria by teaming with subcontractor identified in bid along with firm experience. 2. Installation shall be performed under constant direction of a Field Installation Supervisor who shall remain onsite and be responsible, throughout liner installation, for liner layout, patching, testing, repairs, and all other activities by Installer. This supervisor shall have installed or supervised installation of minimum 1,000,000 square feet of GCL. 1.4 SUBMITTALS A. Manufacturer 1. Quality control program and manual or descriptive documentation. 2. List of material properties and samples of GCL, including data pertaining to typical interface friction angles for various products. 3. List documenting no less than five completed facilities totaling minimum 1,000,000 square feet. 4. Copy of quality control certificates in conformance with Article 2.4 - Manufacturer's Certified Testing, and SLQCP. B. Installation Contractor 1. Certification that Installation Supervisor reviewed Quality Assurance Plan, Project Plans, and specifications. 2. List of at least five completed facilities, totaling minimum 1,000,000 square feet for which Contractor installed a GCL. 3. Proposed Installation Panel layout identifying seams and details. Layout plan must be approved by Engineer at least 10 days before materials are ordered. Panel layout must provide numbering scheme to use in quality control/assurance procedures and provide: a. Seams run up and down slopes. b. Field seam lengths are to be minimized. C. GCL shall not have any penetrations. 4. Written certification Installer performs all necessary construction testing as required by TCEQ. 5. Any proposed variance or deviation from these documents shall be submitted in writing by Installer to Engineer a minimum seven working days before scheduled start of GCL installation and accepted/rejected by Engineer before start of installation activities. 1.5 WARRANTY A. Written Warranty shall be obtained from Manufacturer (for material) and Installation Contractor (for workmanship). These documents shall warrant quality of in -place liner 1. Manufacturer: Furnish written warranty on pro-rata basis for 20 years. Warranty shall be against manufacturing defects or workmanship and deterioration due to ozone, ultraviolet, or other normal weather aging. Warranty shall be limited to replacement of material only and not cover installation. 2. Installation Contractor: Furnish written warranty that entire lining installed to be free of defects in material and workmanship and installed pursuant to Owner's SLQCP for two years following date of Certificate of Completion. Contractor shall agree to make any repairs or replacements necessary by defects in materials or workmanship evident during two-year warranty period. 01447214 GEOSYNTHETIC CLAY LINER 02240 - 2 09/17 1.6 DELIVERY, STORAGE, AND HANDLING A. Transportation: GCL rolls or panels shall be packaged individually, in relatively impermeable and opaque protective covers, and shipped so no damage is caused. Tears in protective covers shall be repaired immediately. Transportation is responsibility of Installer. B. Delivery: Off-loading and storage of GCL rolls is responsibility of Installer. Installer is responsible for replacing any damaged or unacceptable material at no cost to Owner. No off-loading unless Engineer is present. Damage during off-loading shall be documented by Engineer and Installer. All damaged rolls must be separated from undamaged rolls until proper disposition of material is determined by Owner's representative. Owner's representative is final authority on determination of damage. C. Onsite Storage 1. GCL material shall be stored per manufacturer recommendation to protect from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, etc. 2. Store rolls on prepared surface (not wooden pallets). GCL rolls consisting of bentonite supported by geotextiles shall not be stacked more than four rolls high or as recommended by manufacturer. PART 2 - PRODUCTS 2.1 MATERIALS A. GCL shall consist of natural sodium bentonite encapsulated between two polypropylene geotextiles. B. GCL shall be CETCO BENTO MAT-20OR or approved equal. C. Accessory bentonite for seaming and detail work shall be same material as in GCL sheets and recommended by manufacturer. D. Geotextiles will consist of woven or non -woven materials. On side slopes, at least one side of GCL must be made of non -woven material. E. On side slopes steeper than 7:1, GCL must be reinforced by needle -punching or lock -stitching for internal shear strength reinforcement. F. GCL used on side slopes shall have a coefficient of friction of GCL to subgrade soil not less than 22 degrees, with coefficient of friction of GCL to textured geomembranes of not less than 22 degrees. Direct shear tests shall be conducted under normal load conditions of 200, 500, and 1,000 psf. 2.2 RAW MATERIALS A. GCL shall be manufactured of new, first -quality products and manufactured specifically for intended purpose. 2.3 ROLLS A. GCL shall be supplied in rolls with minimum width of 15 feet. Rolls in lengths greater than 125 feet may be 12 feet in width. Labels on each roll shall identify: 1. Manufacturer. 2. Product identification. 3. Roll number. 01447214 GEOSYNTHETIC CLAY LINER 02240 - 3 09/17 4. Roll dimensions. 5. Roll weight. B. Roll length shall be maximized to provide largest manageable sheet for fewest field seams. C. Manufactured GCL sheets constructed so bentonite will not be displaced during transportation, storage, and installation. 2.4 MANUFACTURER'S CERTIFIED TESTING A. Material Testing. Before use, material shall be certified in writing by manufacturer. Certificate must include roll identification number, testing procedure, and test results. Report the following parameters: Table 1 - BENTONITE MATERIAL Property Test Method Value Unit Frequency Bentonite ASTM D5890 24 min. ml/2g once every 50 tons and every Swell Index truck or railcar ---------------- Bentonite ------------------------- ASTM D5891 ------------- 18 max. ------------ ml ----------------------------------------- once every 50 tons and every Fluid Loss truck or railcar Table 2 - GEOTEXTILE MATERIAL Property Test Method Value Unit Frequency Woven Mass/Unit Area ASTM D5261 3.0 min oz/yd2 1/200,000 ft.2 Nonwoven Mass/Unit Area ASTM D5261 6.0 min oz/yd2 1/200,000 ft.2 Nonwoven Grab Tensile ASTM D4632 160 lbs 1/200,000 ft.2 Table 3 - BENTONITE/GEOTEXTILE COMPOSITE MATERIAL Property Test Method Value Units Frequency Clay Mass/Unit Area ASTM D5993 (1) 0.75 min psf 1/100,000 ft.2 Water Content ASTM D5993 35 % 1/40,000 ft.2 Permeability (5 psi) ASTM D5887 5.Ox10-9 max cm/sec (2) Grab Tensile ASTM D6768 30 min lb/in 1/200,000 ft.2 (1) sured at 0% dry moisture content :One (2) per week per production line B. Quality Control Inspection: For needle -punched GCL, manufacturer must provide written certification material is "needle free" by continuous inspections for presence of broken needles using metal detector. 2.5 SEAM OVERLAP A. Match lines shall be imprinted on both edges of upper geotextile fabric for bentonite/geotextile GCLs to provide quality assurance of overlap within manufacturer recommendations. Lines shall be printed so they are easily visible and at lap distances recommended by manufacturer. An additional line 12 inches from edge will be included for overlap in leachate collection lines. 01447214 GEOSYNTHETIC CLAY LINER 02240 - 4 09/17 2.6 QUALITY CONTROL SPECIFICATIONS A. Sample Selection: Upon delivery to installation site, test samples shall be obtained by Owner to verify conformance to project plans, specifications, and manufacturer certifications. Samples shall be taken from selected rolls by removing protective cover and cutting a full width, 3-foot-long strip. One revolution of GCL may be discarded before cutting sample. Sample roll shall be rewrapped and stored with other rolls. Sample strips identified by type, style, lot, and roll number. Machine direction noted with waterproof marker. B. Conformance Testing: Samples shall be tested by Owner for conformance with properties shown in Table 4: Table 4 - GCL ON SITE CONFORMANCE TESTS Propqty Test Method Value Unit Frequency Permeability (5 psi) ASTM D5887 5.Ox10-9 max cm/sec 1/100,000 ftz Clay Mass/Unit Area ASTM D5993 0.75 min psf 1/100,000 ftz Direct Shear (Internal) (2) ASTM D5321 22 degrees one Direct Shear (Interface) (2) ASTM D5321 1 22 1 degrees 1 (1) (1) Once per soil type. (2) Normal load conditions of 200 psf, 500 psf, and 1,000 psi C. See Section 01300 — Submittals, for submittal information on direct shear requirements. PART 3 - EXECUTION 3.1 PREPARATION A. Before placing GCL, Contractor shall provide written documentation that surfaces to receive GCL were inspected and acceptable for installation of lining. Acceptable surface conditions as described in Section 02200 — Excavation and Earthwork, and in SLQCP with no excessive cracking (defined as cracks at least 1 inch deep and 12 inches long). 3.2 ANCHOR TRENCH A. Anchor trenches shall be excavated as specified before liner system placement. 3.3 PLACEMENT A. Sheets placed to reduce field seams to minimum. B. Proof -roll subgrade before GCL placement. To minimize subgrade degradation, commence GCL placement within four hours of proof -rolling. C. Installer responsible for: 1. No equipment or tools shall damage GCL by handling, trafficking, etc. 2. No personnel working on GCL shall smoke, wear damaging shoes, or engage in activities to damage GCL. 3. Method used to unroll panels shall not cause crimps or other damage to GCL. 4. Method used to place panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation identified on Contractor and Engineer drawings. Ballast shall be used to prevent relocation of compensating wrinkles by wind. 01447214 GEOSYNTHETIC CLAY LINER 02240 - 5 09/17 5. Adequate loading (sand bags or similar items not damaging GCL), shall be placed to prevent uplift by wind (in case of high winds, continuous loading recommended along edges of panels to minimize risk of wind flow under panels). 6. Direct contact with GCL shall be minimized, (GCL in traffic areas protected by geotextiles, excess geomembrane, or other suitable materials). 7. No objects to potentially harm to GCL or overlying layers remain under, within, or on top of GCL (tools, needles, stones, etc.). 8. Avoid dragging GCL material on subgrade. D. Weather Limitations: Do not place GCL during any precipitation or times of impending r 1 precipitation, when relative humidity exceeds 80 percent, or in excessive winds, as determined by installation supervisor. Do not place GCL in surface moisture (dew, frost, etc.) or on ponded _1 water. GCL which becomes hydrated before covered, must be replaced. E. Geosynthetic Liner Protection: GCL placement will be limited to amount installed and covered with geomembrane in one working day. Do not leave GCL uncovered and exposed to elements at end of any day. F. Damaged Material Replacement: Remove and replace hydrated GCL before covered. 3.4 FIELD SEAMING A. Seam Overlap and Bentonite Fillet: Seams shall be overlapped as manufacturer recommends. For bentonite/geotextile, GCLs overlaps shall extend to manufacturer -printed match line. Fillet of dry, granular bentonite will be poured at 1/4 pound per linear foot, or as manufacturer recommends if GCL has non -woven geotextile encasement along entire length of all overlap seams. B. Seams on Slopes: Panels shall be oriented so long edges are parallel to direction of maximum slope. Avoid lateral field seams on side slopes if possible; however, if extremely long side slopes (longer than maximum length of roll GCL material is available or manufactured) are included in project, seams along face of side slopes considered under these circumstances: 1. If seams required across side slopes, Design Engineer will be contacted by product manufacturer during bid phase of project. 2. In all cases, should lateral seams be required on side slopes, manufacturers of products, installers of products, Contractor, Geotechnical Professional, and Design Engineer will review situation and make recommendations as to integrity of seaming method and entire lining system as it relates to lateral seams. 3. In case of GCL consisting of bentonite supported by geotextiles, GCL panels will overlap a minimum 3 feet with uppermost panel overlapping lower panel. Water-resistant adhesive will be applied in overlapped areas. 3.5 SIDE SLOPES A. On side slopes, non -woven geotextile material placed facing down. 3.6 REPAIRS A. Make any necessary repairs to GCL by placing patch of same material extending at least 1 foot beyond flaw or damaged area. Add granular bentonite to overlapped area at uniform rate of at least 1 /4 pound per linear foot. Manufacturer -approved adhesive may be used to keep patches in place during placement of overlying materials. 01447214 GEOSYNTHETIC CLAY LINER 09/17 02240 - 6 3.7 ££*CHAT£ COLLECTION SUMP AND DITCH LINING A Sheets sa!lboverlapped aleast lfoot kQaheclelclosumps and ditches. Anextra layer of OC£ material will b placed kbottom of »aht collection sumps. 3.8 OCL ACCEPTANCE A Installer retains a!! ownership anJ responsibility frGCL until acceptance by OwneI B. GCtacpe by Owner when a!!these conditions are met: E Installation is finished. & Verification of adequacy of all field seams and repairs &complete. \ Written certification, including "m built" dawin (S, is provided by Installer to Engineer. 4. Documentationo completed insatlal6o,including al reports &complete. 5 Acceptance of "Soil and Liner Evaluation Report" by TC£Q. 01447214 0 /7 END OF SECTION G£OSYNTHET C CLAY LINER 0 2 0-7 SECTION 02245 - GEOlVIEMBRANE LINER PART 1- GENERAL 1.1 SUMMARY A. Section includes high density polyethylene (HDPE) geomembrane liner (GML) and installation. B. Related Sections: l . Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. These publications form part of this specification to extent referenced and are referred to 4_1 by basic designation only. Latest publication in use at time of executed contract will govern this project. 1. ASTM D413 - Standard Test Methods for Rubber Property -Adhesion to Flexible 1 Substrate. 2. ASTM D638 - Standard Test Methods for Tensile Properties of Plastics. 3. ASTM D746 - Standard Test Methods for Brittleness Temperature of Plastics and Elastomers by Impact. 4. ASTM D751 - Standard Test Methods for Coated Fabrics. 5. ASTM D792 - Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacements. 6. ASTM D882 - Standard Test Methods for Tensile Properties of Thin Plastic Sheeting. 7. ASTM D1004 - Standard Test Method for Initial Tear Resistance (Graves Tear) of Plastic Film and Sheeting. 1 8. ASTM D1204 - Standard Test Method for Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature. 9. ASTM D1238 - Standard Test Method for Melt Flow Rates of Thermoplastic by Extrusion Plastometer. 10. ASTM D1505 - Standard Test Method for Density of Plastics by the Density - Gradient Technique. 11. ASTM D1593 - Standard Specification for Nonrigid Vinyl Chloride Plastic Sheeting. 12. ASTM D1603 - Standard Test Method for Carbon Black in Olefm Plastics. 13. ASTM D1693 - Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics. 14. ASTM D1822 - Standard Test Method for Tensile -Impact Energy to Break Plastics and Electrical Insulating Materials. 15. ASTM D4437 - Standard Practice for Non-destructive Testing (NDT) for Determining the Integrity of Field Seams Used in Joining Flexible Polymeric Sheet `f 16. Geomembrane.- ASTM D4833 - Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products. 17. ASTM D5199 - Standard Test Method for Measuring Nominal Thickness of Geosynthetics. } 18. ASTM D5321 - Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method. 01447214 GEOMEMBRANE LINER 02245 - 1 09/17 19. ASTM D5397 - Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefm Geomembranes using Notched Constant Tensil Load Test. 20. ASTM D5596 - Standard Test Method for Microscopic Evaluation of the Dispersion of Carbon Black in Polyolefm Geosynthetics. 21. ASTM D5594 - Standard Test Method for Measuring Core Thickness of Textured Geomembrane. 22. ASTM D6392 - Standard Test Method for Determining the Integrity of Nonreinforced Geomembrane Seams Produced Using Thermo -Fusion Methods. 23. ASTM D6693 - Standard Test Method for Determining Tensile Properties of Nonreinforced Polyethylene and Nonreinforced Flexible Polypropylene Geomembranes. 24. GRI GM 13 - HDPE Liners. 25. MSW Permit - Owner's TCEQ MSW Permit No. 2252. 26. TCEQ - Municipal Solid Waste Management Regulation, 30 TAC 330. 1.3 QUALITY ASSURANCE A. Manufacturing: Manufacturer shall have at least 5 years' continuous experience in manufacture of HDPE geomembrane rolls and/or experience totaling 10,000,000 square feet of manufactured HDPE geomembrane. Manufacturer shall permit Owner and Engineer to visit manufacturing plant. B. Installation 1. Installation Contractor shall be manufacturer or approved contractor trained and licensed to install manufacturer geomembrane. 2. Installation performed under constant direction of Field Installation Supervisor who shall remain onsite and be responsible, throughout liner installation, for liner layout, seaming, patching, testing, repairs, and all other activities by Installer. '-'his supervisor shall have installed/supervised installation and seaming of minimum 2,000,000 square feet of HDPE geomembrane. Actual seaming performed under direction of Master Seamer (who may also be Installation Supervisor) who seamed minimum 2,000,000 square feet of HDPE geomembrane, using same type of seaming apparatus specified in current project. Installation Supervisor and/or Master Seamer shall be present when seaming performed. 1.4 SUBMITTALS A. Manufacturer 1. Quality control program and manual or descriptive documentation. 2. List of material properties and samples of liner. 3. List documenting no less than five completed facilities totaling minimum 2,000,000 square feet. 4. Certification that all resin used in manufacture of geomembrane meets specifications. 5. Copy of quality control certificates issued by HDPE resin supplier. 6. Copy of quality control certificates per with Articles 2.2 and 2.5. 7. Certification that geomembrane and extrudate produced have same properties. B. Installation Contractor 1. Certification that Installation Supervisor for th installer and Master Seamer reviewed Quality Assurance Plan, Project Plans, and specifications. 01447214 GEOMEMBRANE LINER 02245 - 2 09/17 2. Three samples of factory seams, if applicable. In addition, Contractor shall submit three field seam samples. Contractor shall also provide list of seam properties, minimum values (see Article 2.4), and test methods employed. 3. List of at least five completed facilities, totaling minimum 2,000,000 square feet Contractor installed HDPE geomembrane. 4. Proposed Installation Panel layout identifying seams and details. Layout plan must be approved by Engineer at least 10 days before materials ordered. Panel layout must provide numbering scheme to use in quality control/assurance procedures and provides: a. Seams run up and down slopes. b. Field seam lengths to be minimized. C. GML shall not have any penetrations. 5. Written certification Installer performs all necessary construction testing as required by TCEQ. 6. Any proposed variance or deviation from documents shall be submitted in writing by Installer to Engineer minimum seven working days before scheduled start of geomembrane installation and accepted/rejected by Engineer before start of installation activities. C. Materials: Submit samples as required in SLQCP. 1.5 WARRANTY A. Written Warranty obtained from Manufacturer (for material) and Installation Contractor (for workmanship). These documents shall warrant quality of in -place liner. B. Manufacturer: Furnish written warranty on prorate basis for 20 years. Warranty against manufacturing defects, workmanship, and deterioration from ozone, ultraviolet, or other normal weather aging. Warranty limited to replacement of material only and not cover installation. C. Installation Contractor: Furnish written warranty that entire lining installed is free of defects in material and workmanship and installed pursuant to the City of Lubbock SLQCP for two years following date of Certificate of Completion. Contractor shall make any repairs or replacements made necessary by defects in materials or workmanship evident during two-year warranty period. 1.6 DELIVERY, STORAGE, AND HANDLING A. Transportation: Geomembrane rolls or panels shall be packaged and shipped by appropriate means so no damage is caused. Transportation is responsibility of Installer. B. Delivery: Off-loading and storage of geomembrane is responsibility of Installer. Installer responsible for replacing any damaged or unacceptable material at no cost to Owner. No off-loading done unless Engineer is present. Damage during off-loading shall be documented by Engineer and Installer. All damaged rolls must be separated from undamaged rolls until proper disposition of material is determined by Owner's representative. Owner's representative will be final authority on determination of damage. C. Onsite Storage 1. Geomembrane shall be stored to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, etc. 2. Store rolls on prepared surface (not wooden pallets) and not stacked more than two rolls high. 01447214 GEOMEMBRANE LINER 02245 - 3 09/17 PART 2 - PRODUCTS 2.1 MATERIALS A. Geomembrane shall be HDPE manufactured by GSE Lining Systems, PolyAmerica, Inc., National Seal Company, or approved equal. B. Textured HDPE will have coefficient of friction of GM to subgrade of not less than 22 degrees. Direct shear test shall be under normal load conditions of 200, 500, and 1,000 psf. 2.2 GEOMEMBRANE RAW MATERIALS A. Geomembrane shall be manufactured of new, first -quality resin, compounded, and manufactured specifically for intended purpose. Add carbon black to resin if resin is not compounded for ultra -violet resistance. Resin manufacturer shall certify each batch for properties shown in Tables 1 and 2. A. Geomembrane shall be supplied in rolls with minimum 15-foot width. Labels on each roll shall identify thickness of material, length and width of roll, batch and roll numbers, and name of manufacturer. Roll length shall be maximized to provide largest manageable sheet for fewest field seams. B. Geomembrane rolls shall meet properties shown on Table 1 for smooth membrane material, and Table 2 for textured membrane material. C. Before use, material shall be certified in writing by manufacturer to meet minimum physical properties shown on Tables 1 and 2. Certificate must include roll identification number, testing procedure, and test results. Test results are required for every 100,000 square feet of material shipped to site. 01447214 GEOMEMBRANE LINER 02245 - 4 09/17 1_ Table 1- TYPICAL PROPERTIES: 60 mil, SMOOTH LINER TEST RESULTS Property Test Method Nominal() Minimum(2) Thickness (mils) ASTM D5199 60 54 Sheet Density (g/cc) ASTM D 1505/792 0.940 Melt Index (g/10 minutes) ASTM D1238 < 1.0 Carbon Black Content, (%) ASTM D1603 2.0 Carbon Black Dispersion ASTM D5596 (4) TENSILE PROPERTIES: 1) Tensile strength at yield, ppi ASTM D638 TY IV 126 2) Elongation at Yield, % (mod. per NSF Std. 54) 12 3) Tensile Strength at Break, ppi 228 4) Elongation at Break, (2.0" G.L.)% 700 Tear Strength, lbs. ASTM D 1004 42 Puncture Resistance, lbs. ASTM D4833 108 Stress Crack Resistance, hours ASTM D5397 (App) 500 SEAM PROPERTIES - Fusion Weld ASTM D4437 1) Shear Strength, ppi (mod. per NSF Std. 54) 121 2) Peel Strength, ppi I 1 98 SEAM PROPERTIES - Extrusion Weld ASTM D 6392 1) Shear Strength, ppi (mod per NSF Std. 54) 121 2) Peel Strength, ppi 78 (1) Nominal values, are average lot property values. (2) Minimum values, unless otherwise specified, are average roll values as reported by specified test method. (3) Film Tear Bond (4) 9 of 10 Views in Categories 1 or 2 and 1 of 10 views is Category 3. 01447214 GEOMEMBRANE LINER 02245 - 5 09/17 Table 2 - TYPICAL PROPERTIES: 60 mil, TEXTURED LINER TEST RESULTS Property Test Method Nominal Minimum Thickness, mils ASTM D5994 60 54 Sheet Density, g/cc ASTM D1505 / D792 0.94 Melt Index, g/10 minutes ASTM D1238 <1.0 Carbon Black Content, % ASTM D1603 2.0 Carbon Black Dispersion ASTM D5596 (1 TENSILE PROPERTIES ASTM D638 1) Tensile Strength at Yield, ppi. Type IV 126 2) Tensile Strength at Break, ppi (mod per NSF Std. 54) 90 3) Elongation at Yield, % G.L.1.3 in. 12 4) Elongation at Break, % G.L.2.0 in. 100 Tear Strength, lbs. ASTM D 1004 42 Puncture Resistance, lbs. ASTM D4833 90 Stress Crack Resistance, hours ASTM D5397 (App.) 500 SEAM PROPERTIES - Fusion Weld ASTM D4437 1) Shear Strength, ppi (mod. per NSF Std. 54) 121 2) Peel Strength, ppi 98 SEAM PROPERTIES - Extrusion Weld ASTM D4437 1) Shear Strength, ppi (mod per NSF Std. 54) 121 2) Peel Strength, pp 78 (1) 9 of 10 Views in Categories 1 or 2 and 1 of 10 Views in Category 3. 2.4 FIELD SEAMS A. Field seams shall be tested as follows: 1. Shear seam specimens are 1-inch-wide, with a grip separation of 4 inches plus width of seam. Center seam between clamps. Grip separation rate is 2 ipm. 2. Run shear seam strength and peel tests on five replicate specimens. Break -through the weld or at weld -sheet interface, considered Non-FTB (failure) in 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 physical properties same as those of resin used in manufacture of HDPE geomembrane. 2.5 QUALITY CONTROL SPECIFICATIONS A. Raw Materials 1. Resin: All resins for use in Geomembrane must pass candidate pre -approval process before eligible. Each incoming rail car shall be sampled by compartment with following testing performed and compared to manufacturer specifications: a. Density: ASTM D1505/D792. b. Melt Index: ASTM D1238. 2. Additives: All additives and concentrates must pass candidate pre -approval process. All inc/D792oming materials are to be statistically sampled with the following testing performed and compared to manufacturer specifications: 1) Density: ASTM DI505/D792. 01447214 GEOMEMBRANE LINER 02245 - 6 09/17 2) Melt Index: ASTM D1238. 3) Carbon Black Content: ASTM D1603. B. Finished Product: On -Line During Production 1. Coverage: Minimum of one person from Quality Department, independent of Production Department, shall be present for on-line inspection of every roll 100 percent of every run. 2. Inspection Performed on each roll. a. Thickness: Full -width sample shall be cut from end of each roll and thickness checked across entire sample. b. Appearance. Constantly monitor: 1) Sheet surface appearance. 2) Knife -cut edge. 3) Folds, holes, creases, abrasions, or other damage. 3. Roll Identification. Q.C. Engineer controls all paperwork including roll tags. Four tags per roll shall be used on: 1) Roll sleeve. 2) Inside core. 3) On production roll sample. 4) On roll surface. 4. Out -of -Spec Material: Any roll not meeting specification for any inspections, shall be placed on hold. C. Finished Product: Post Production 1. Sampling: Test samples obtained from rolls of material delivered to site for conformance testing. Test samples for these requirements at rates specified. 2. Testing Requirements - Resin a. Specific Gravity/Density 1) Test Method: ASTM D1505 / D792. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. b. Melt Flow Index 1) Test Method: ASTM D1238. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3. Testing Requirements - Finished Product a. Thickness 1) Test Method: ASTM D5994 (Textured), ASTM D5199 (Smooth). 2) Test Frequency: One per 100,000 feet' and one test per resin lot. b. Density 1) Test Method: ASTM D1505 / D792. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: Four. C. Carbon Black Content 1) Test Method: ASTM D1603. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: Four. d. Carbon Black Dispersion 1) Test Method: ASTM D5596. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 01447214 GEOMEMBRANE LINER 02245 - 7 09/17 V 9 C1 3) Minimum Number of Tests: Four. e. Tensile Properties 1) Test Method: ASTM D638 (NSF 54 Modified). 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: Four. f. Puncture Resistance 1) Test Method: ASTM D4833. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: Four. g. Tear Resistance 1) Test Method: ASTM D 1004. 2) Test Frequency: Not less than one test per 100,000 square feet nor less than one test per resin lot. 3) Minimum Number of Tests: 4. 4. Reporting: All results shall be logged into batch file. Any testing yielding out -of -spec results, shall be brought to immediate attention of Q.C. Manager. All material produced after last sample meeting all specifications, shall be retrieved and placed on hold. D. Finished Product: Laboratory Post -Production 1. Reporting: All results shall be logged into batch file. These results shall be 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 A. Anchor trench shall be excavated as specified before liner system placement. 3.2 PLACEMENT A. Installer is responsible for: 1. No equipment or tools shall damage geomembrane by handling, trafficking, etc. 2. No personnel working on geomembrane shall smoke, wear damaging shoes, or engage in other activities that could damage geomembrane. 3. Method used to unroll panels shall not cause scratches or crimps in geomembrane nor indentations in supporting soil greater than 1 inch deep or damage to underlying geotextile. 4. Method used to place panels shall minimize wrinkles. Wrinkles identified as to proper location and compensation identified on Contractor and Engineer drawings. Ballast used to prevent relocation of compensating wrinkles by wind. 5. Adequate loading (sand bags or similar items to not damage geomembrane) shall be placed to prevent uplift by wind (in case of high winds, continuous loading recommended along edges of panels to minimize risk of wind flow under panels). 6. Direct contact with geomembrane shall be minimized, (geomembrane in traffic areas is protected by geotextiles, extra geomembrane, etc.) B. Weather Limitations 1. Geomembrane deployment shall proceed at ambient temperatures of 32 to 104 degrees F. Placement can proceed below 32 degrees F only after verified by s_ 01447214 GEOMEMBRANE LINER 02245 - 8 i 09/17 Engineer that material can be seamed per specification. Below 40 degrees F, preheat GML required. 2. Do not place geomembrane during any precipitation, in excessive moisture (fog, rain, dew, etc.) or in excessive winds, as determined by installation supervisor. C. Geomembrane Protection: Geomembrane will not be left exposed to weather more than seven consecutive calendar days. D. Factory Seam Quality Verifications: Engineer will require Contractor to test up to 20 percent of factory fusion welds (non-destructive air pressure test and/or vacuum test) in the field to verify factory test results. Additional testing at Installer's expense required if failed tests obtained in the field. 3.3 FIELD SEAMING A. Seams shall be oriented parallel to line of maximum slope, (oriented down, not across slope). In corners and odd -shaped geometric locations, minimize number of field seams. B. No base T-seam shall be closer than 5 feet from toe of slope. Seams shall be aligned with least possible number of wrinkles and fishmouths. If fishmouth or wrinkle is found, relieve and cap -strip. C. Seam Overlap 1. Panels of geomembrane must have fmished overlap of minimum 4 inches for hot -shoe fusion welding and 3 inches for extrusion welding, but sufficient overlap provided to allow peel tests performed on seam. 2. No solvent or adhesive used unless product is approved by Owner's representative (submit samples to Design Engineer for testing and evaluation). 3. Procedure used to temporarily bond adjacent panels together shall not damage geomembrane. Temperature of hot air at nozzle of any spot-welding apparatus shall be controlled so geomembrane not damaged. D. Seaming Equipment and Accessories: Approved equipment for field seaming are hot -shoe fusion and extrusion welders. 1. Hot -Shoe Welder, 110 Volt, 10 Amps. 2. Extrusion Welder, 220 Volt, 19 Amps. 3. High-speed, 10,000 rpm, 42-inch side grinder with 80-grit discs. 4. 7.5 KW generator, single-phase with 110/220 volt outputs. 5. Power cord, minimum S.O. type, 10 OSHA -approved electrical cord with OSHA -approved twist -type plugs and connections. 6. Seam vacuum tester for non-destructive seam and patch testing. 7. Field tensiometer, able to perform seam and peel adhesion tests for quantitative testing onsite. E. Test Seams 1. Conduct field test seams on geomembrane liner to verify seaming conditions are satisfactory. Conduct test seams for each seamer at beginning of each seaming period, Engineer discretion, and at least once every four hours, for each seaming apparatus used that day. 2. Make all test seams at location selected by Engineer in area of seaming and in contact with subgrade. Test seam samples shall be 10 feet long for hot -shoe welding and 3 feet long for extrusion welding with seam centered lengthwise. Specimens 1 inch wide shall be cut from each opposite end of test seam by Engineer. Engineer shall use tensiometer provided by Installer to test specimens for shear and peel. If test seam fails to meet field seam specifications, seaming apparatus and/or seamer not accepted nor used for seaming until deficiencies are corrected and two consecutive successful full test seams achieved. At the very least, peel adhesion 01447214 GEOMEMBRANE LINER 02245 - 9 09/17 and bonded shear strength must be 62 and 95 percent, respectively, of strength of parent material, but no less than 78 and 120 ppi, respectively. F. Non -Destructive Seam Testing. Installer shall non-destructively test all field seams over full length. All test equipment, including but not limited to the following, shall be furnished by Installer: 1. Vacuum Box testing a. Equipment for testing single -wedge fusion seams and extrusion seams shall be comprised of a: 1) Vacuum box assembly consisting of rigid housing, transparent viewing window, soft -rubber gasket attached to bottom, port hole, or valve assembly, and vacuum gauge. 2) Steel vacuum tank and pump assembly equipped with pressure controller and pipe connections. 3) Rubber pressure/vacuum hose with fittings and connections. 4) Plastic bucket and wide paint brush. 5) Soapy solution. b. Installer shall follow these procedures: 1) Trim away excess sheet overlap. 2) Clean window, gasket surfaces, and check for leaks. 3) Energize vacuum pump and reduce tank pressure to 3-5 psi. 4) Wet strip of geomembrane approximately 12 by 48 inches (length of box) with soapy solution. 5) Place box over wetted area and compress. 6) Close bleed valve and open vacuum valve. 7) Ensure a leak -tight seal. 8) For approximately 15 seconds, examine geomembrane through viewing window for presence of soap bubbles. 9) If no bubbles appear after 15 seconds, close vacuum valve and open bleed valve, move box over next adjoining area with minimum 3-inch overlap, and repeat process. 10) Mark all areas where soap bubbles appear then repair and retest. C. These procedures apply to locations where seams cannot be non-destructively tested, as determined by Engineer: 1) If seam is accessible to testing equipment before final installation, seam shall be non-destructively tested before final installation. 2) If seam cannot be tested before final installation, seaming operations shall be observed by Engineer for uniformity and completeness. 2. Air Pressure Testing (double -fusion seam only) a. These procedures are applicable to processes producing a double seam with an enclosed space. Equipment for testing double fusion seams shall be comprised of- 1) Air pump equipped with pressure gauge able to generate and sustain pressure of 25 - 30 psi, mounted on cushion to protect geomembrane. 2) Manometer equipped with sharp, hollow needle or other approved pressure feed device. b. Installer shall follow these procedures: 1) Seal one end of seam to test. 2) Insert needle or other approved pressure -feed device through sealed end of channel created by double -wedge fusion weld. 3) Energize air pump to verify unobstructed air passage through channel. 4) Seal other end of channel. 01447214 GEOMEMBRANE LINER 02245 - 10 09/17 5) Energize air pump to pressure of 25 - 30 psi, close valve, and sustain pressure approximately five minutes. 6) If loss of pressure exceeds 4 psi or pressure does not stabilize, locate faulty area, repair, and retest. 7) Remove needle or other approved pressure feed device and seal. G. Destructive Seam Testing 1. Installer shall provide Engineer with minimum one destructive test sample per 500 feet of seam length from location specified by Engineer. Installer shall not be informed in advance of sample location. a. Sampling Procedure 1) To obtain test results before completion of liner installation, Installer j shall cut samples as seaming progresses. Destructive test must be done for each welding machine used for seaming or repairs. Sampling times and locations determined by Engineer. Engineer must witness obtainment of all field test samples and Installer mark all samples with location roll and seam number. Installer shall also record, in written form, date, time, location, roll seam number, ambient temperatures, and pass or fail description. Copy of information must be attached to each sample portion. Immediately repair all holes in geomembrane resulting from obtaining seam samples. All patches shall be vacuum tested. b. Size and Disposition of Samples: Samples shall be 12 inches wide by 48 inches long with seam centered lengthwise. Cut sample into two equal length pieces and give to Engineer. C. Field Testing: Installer shall cut six 1-inch wide replicate specimens from his sample and Engineer shall test. Installer shall test two specimens (four when possible for testing both tracks on dual -track fusion welded seams) for peel strength. All tests witnessed by Engineer. To be acceptable, both test specimens must pass. Any specimen that fails through weld or by adhesion at weldsheet interface, is Non-FTB break and considered failure. d. Independent Laboratory Testing: Engineer will package and ship all destructive seam samples to independent testing laboratory for determination and verification of all field shear and peel strengths. Test method and procedures used by lab shall be same used in field testing, where seam samples are 1 inch wide and grip separation rate 2 ipm. Minimum passing criteria for independent laboratory testing are all the following (criteria applies to both tracks from each dual -track fusion welded seam before considered passing. All failed lab tests paid for by installer): 1) All seam samples tested in peel mode must fail in FTB. 2) At least four of five seam samples from each peel and shear determination must meet minimum specified value. 3) Average value from all five seam samples from each peel and shear determination must meet minimum specified value. 2. Archive Samples: Installer will package and ship remaining samples to Engineer for archival. Samples shall include information indicating where sample was taken. 3. Procedures for Destructive Test Failure a. Installer shall cap strip seam between failed location and any passed test location. b. Installer can retrace welding path to intermediate location (at minimum f 10 feet from location of failed test), at Engineer discretion, and take small sample for additional field test. If this test passes, seam shall be cap stripped between location and original failed location. If test fails, process is repeated. 01447214 GEOMEMBRANE LINER 02245 - 11 09/17 C. Over length of seam failure, Contractor shall cut out old seam, reposition panel and reseam, or add cap strip, as required by Engineer. d. After reseaming or placement of cap strip, take additional destructive field test(s) within reseamed area. Reseamed sample found acceptable if test results are approved by Engineer. If test results not acceptable, repeat this process until reseamed length is judged satisfactory by Engineer. e. If a sample fails laboratory destructive test, the noted procedures shall be followed, considering laboratory tests exclusively. f. Engineer will document all actions taken in conjunction with destructive test failures. H. Defects and Repairs: Engineer shall inspect all seams and non -seam areas of geomembrane for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by geomembrane helps detect defects, surface of geomembrane shall be clean at time of inspection. Geomembrane surface shall be brushed, blown, or washed by Installer if amount of dust or mud inhibits inspection. Engineer decides if cleaning of geomembrane is needed to facilitate inspection. 1. Evaluation: Each suspect location in seam and non -seam areas non-destructively tested as appropriate in Engineer's presence. Engineer shall mark each location that fails non-destructive testing and repair accordingly. 2. Repair Procedures a. Defective seams shall be restarted/reseamed as described in specifications. b. Repair small holes by extrusion cap welding. If hole is larger than 3 inches, patch. C. Repair tears by patching. Where tear is on slope or area of stress with sharp end, round before patching. d. Blisters, large holes, undispersed raw materials, and contamination by foreign matter repaired by patches. e. Surfaces of HDPE to be patched, shall be abraded and cleaned no more than 15 minutes before repair. No more than 10 percent of thickness removed. f. Patches shall be round or oval, made of same geomembrane, and extend minimum 6 inches beyond edge of defects. All patches shall be same compound and thickness as geomembrane specified. All patches shall have top edge beveled with angle grinder before placement on geomembrane. Patches applied using approved methods only. 3. Restart/Reseaming Procedures: Welding process shall restart by grinding existing seam and rewelding new seam. Welding where grinding started and overlap previous seam by at least 2 inches. Reseaming over existing seam without regrinding, not permitted. 4. Verification of Repairs a. Each repair shall be non-destructively tested, except when Engineer requires a destructive seam sample obtained from repaired seam. Repairs that pass non-destructive test, shall be taken as indication of adequate repair. Failed tests indicate repair shall be repeated and retested until passing test results achieved. b. Recording Results: Daily documentation of all non-destructive and destructive testing provided to Engineer by Installer. Documentation identifies all seams that initially failed test and includes evidence seams were repaired and successfully retested. 01447214 GEOMEMBRANE LINER 02245 - 12 09/17 t _, 3.4 GEOMEMBRANE ACCEPTANCE A. Installer retains all ownership and responsibility for geomembrane until acceptance by Owner. Geomembrane surface shall not have striations, roughness, pinholes, or bubbles and be free of holes, blisters, undispersed raw materials, or any contamination by foreign matter. Except if, in Engineer opinion, blemish will not adversely affect properties and use of geomembrane, Engineer may accept geomembrane after sufficient laboratory test data provided to support such acceptance, and further, provided all testing is at sole expense of Installer. B. Geomembrane liner accepted by Owner when all conditions are met: 1. Installation is finished. 2. Verification of adequacy of all field seams and repairs, including associated testing, is complete. 3. Installer provides Engineer written certification, including as -built drawing(s). 4. Documentation of completed installation, including all reports, is complete. 5. Acceptance of "Geomembrane Liner Evaluation Report" by TCEQ. END OF SECTION 01447214 GEOMEMBRANE LINER 02245 - 13 09/17 U ILJ SECTION 02246 - GEOTEXTILE FABRICS PART 1 - GENERAL 1.1 SUMMARY A. Section includes geotextile fabric specification and installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02245 - Geomembrane Liner. 3. Section 02247 - Geocomposite Drainage Layer. 4. Section 02248 - Gravel Drainage Layer. 5. Section 02250 - Leachate Collection Systems. 1.2 REFERENCES A. ASTM D3776 - Standard Test Methods for Mass Per Unit Area (Weight) of Fabric. B. ASTM D3786 - Standard Test Method for Bursting Strength of Textile Fabrics — Diaphragm Bursting Strength Tester Method. C. ASTM D4354 - Standard Practice for Sampling of Geotextiles for Testing. D. ASTM D4355 - Standard Test Method for Deterioration of Geotextiles from Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus. E. ASTM D4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity. F. ASTM D4533 - Standard Test Method for Trapezoid Tearing Strength of Geotextiles. G. ASTM D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. H. ASTM D4751 - Standard Test Method for Determining Apparent Opening Size of a Geotextile. I. ASTM D4833 - Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products. J. ASTM D5034 - Standard Test Method for Breaking Strength and Elongation of Textile Fabrics (Grab Test). K. ASTM D5035 - Standard Test Method for Breaking Force and Elongation of Textile Fabrics (Strip Method). L. ASTM D5199 - Standard Test Method for Measuring the Nominal Thickness of Geosynthetics. M. ASTM D5261 - Standard Test Method for Measuring Mass per Unit Area of Geotextiles. 1.3 SUBMITTALS A. Shop Drawings and Product Data on manufacturer product data and installation instructions. B. Manufacturer's Certification: Manufacturer must certify all geotextile fabric is inspected and no broken needles present in each roll of material. C. Contractor's Experience Record 1. Indicate experience of installing manufacturer product. 2. Provide at least five reference names with recent phone numbers on past municipal solid waste landfill projects. 1.4 QUALITY ASSURANCE A. Manufacturer: 1. Certify company has at least five years' experience. 01447214 GEOTEXTILE FABRICS 02246 - 1 09/17 2. Certify upon job completion, fabric was installed per manufacturer recommendations and contract specifications. B. Contractor: Certify experience exceeds 2,000,000 square feet of fabric in past five years. 1.5 PACKAGING AND STORAGE A. Rolled on cardboard core and wrapped in plastic with sealed ends. B. Material covered to block sunlight. C. Store material to avoid contact with soil. PART 2 - PRODUCTS 2.1 GEOTEXTILE FABRIC A. Nonwoven fabric. B. Acceptable Material: Polypropylene. 2.2 GEOTEXTILE COMPONENTS A. Geotextile Filter. Encompass gravel drainage material for leachate collection system. 2.3 GEOTEXTILE FILTER SPECIFICATIONS PROPERTY UNIT TEST METHOD MINEVIUM VALUE Weight oz/yd2 ASTM D5261 ASTM D3776 8.0 oz Thickness mils ASTM D5199 80 Grab Tensile Strength lbs ASTM D5034 ASTM D4632 220 Grab Elongation % ASTM D5034/5035 ASTM D4632 50 CBR Puncture Strength lbs ASTM D6241 575 Trapezoid Tear Strength lbs ASTM D4533 90 AOS U.S. Sieve No. ASTM D4751 80 Water Flow Rate m/ft2 ASTM D4491 95 Permittivity sec-' ASTM D4491 1.3 Permeability cm/sec ASTM D4491 0.20 U.V. Resistance (500 hours) % strength ASTM D4355 70 PART 3 - EXECUTION 3.1 EQUIPMENT A. All equipment, tools, and machines used in performance of work, subject to approval before commencing work. Maintain equipment in satisfactory working condition all times. 01447214 GEOTEXTILE FABRICS 02246 - 2 09/17 3.2 CONSTRUCTION INSPECTION A. Contractor conducts visual inspection of each panel or sheet as unrolled. Notify Engineer of any damage. 3.3 GEOTEXTILE PLACEMENT A. Material will be placed in locations shown on plans. Placement conducted by experienced and trained personnel, including supervisors, foreman, and skilled laborers who are qualified and approved by manufacturer of geotextile. All placement shall be per geotextile manufacturer recommendations. Placement performed to provide complete sheet without holes, tears, excessive wrinkles, creases, or other imperfections. 3.4 FIELD SEAMS A. Geotextile fabric may be placed by overlapping edges minimum 18 inches or sewing 2- to 4-inch overlapped seam. Contractor shall replace any damaged geomembrane liner from sewing process. 3.5 BALLAST A. To protect installation from excessive wind, all geotextile fabric in place must be protected by ballasting fabric with weighted sandbags. Sandbags must be placed as fabric installed and not remove until gravel drainage material is ready to place. 3.6 REPAIRS A. Repairs to damaged geotextile fabric made per geotextile manufacturer recommendations. END OF SECTION 01447214 09/17 GEOTEXTILE FABRICS 02246 - 3 SECTION 02247 - GEOCOMPOSITE DRAINAGE LAYER PART 1 - GENERAL 1.1 SUMMARY A. Section includes dual geotextile / high -density polyethylene (HDPE) drainage geonet geocomposite specification and geocomposite installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02245 - Geomembrane Liner. 3. Section 02250 - Leachate Collection Systems. 1.2 REFERENCES A. ASTM D413 - Standard Test Method for Rubber Property -Adhesion to Flexible Substrate. B. ASTM D1238 - Standard Test Method for Flow Rates of Thermoplastic by Extrusion Plastometer. C. ASTM D1505 - Standard Test Method for Density of Plastics by the Density -Gradient Technique. D. ASTM D 1603 - Standard Test Method for Carbon Black in Olefin Plastics. E. ASTM D3776 - Standard Test Method for Mass Per Unit Area (Weight) of Fabric. F. ASTM D3786 - Standard Test Method of Textile Fabrics — Diaphragm Bursting Strength Tester Method. G. ASTM D4355 - Standard Test Method for Deterioration of Geotextiles from Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus. H. ASTM D4491 - Standard Test Method for Water Permeability of Geotextiles by Permittivity. I. ASTM D4533 - Standard Test Method for Trapezoid Tearing Strength of Geotextiles. J. ASTM D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. K. ASTM D4716 - Standard Test Method to Determine the (In -Plane) Flow Rate per Unit Width and Hydraulic Transmissivity of a Geosynthetic Using a Constant Head. L. ASTM D4751 - Standard Test Method for Determining Apparent Opening Size of a Geotextile. M. ASTM D4833 - Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products. N. ASTM D5034 - Standard Test Method for Breaking Strength and Elongation of Textile Fabrics (Grab Test). O. ASTM D5035 - Standard Test method for Breaking Force and Elongation of Textile Fabrics (Strip Method). P. ASTM D5199 - Standard Test Method for Measuring the Nominal Thickness of Geosynthetics. 1.3 SUBMITTALS A. Shop Drawings and Product Data on manufacturer product data and installation instructions. B. Manufacturer's Certification: Manufacturer must certify all geotextile geocomposite is inspected and no broken needles present in each roll of material. C. Contractor's Experience Record 1. Indicate experience of installing manufacturer product. 2. Provide at least five reference names with recent phone numbers on past municipal solid waste landfill projects. 01447214 GEOCOMPOSITE DRAINAGE LAYER 02247 - 1 09/17 1.4 QUALITY ASSURANCE A. Manufacturer: 1. Certify company has at least five years' experience. 2. Certify upon job completion geocomposite was installed per manufacturer recommendations and contract specifications. B. Contractor: Certify experience exceeds 2,000,000 square feet of geocomposite in past five years. 1.5 MANUFACTURER'S CERTIFICATION A. Manufacturer to submit certification indicating material delivered meets project specifications. B. Heat -bonded HDPE drainage geonet/dual geotextile geocomposite supplied in rolls tagged as: 1. Manufacturer's name. 2. Product identification. 3. Lot number. R; 4. Roll number. 5. Dimensions of roll. 1.6 STORAGE A. Material shall be wrapped in plastic with sealed ends. B. Material will be covered to block sunlight. C. Store material to avoid contact with soil. PART 2 - PRODUCTS 2.1 TYPE A. Dual Geotextile/Geonet Geocomposite. 2.2 GENERAL A. Manufacturing Procedure: Supplied geonet/geotextile geocomposite manufactured by heat bonding geotextile to both sides of geonet. No glue, adhesive, or other foreign substance permitted. No product exhibiting burned through geotextiles permitted. B. Manufacturing Requirements: Supplied geonet/geotextile geocomposite manufactured to exhibit bond between HDPE drainage net and geotextile(s), greater than that between soil and geotextile (average peel strength shall be 1 lb/in per ASTM D413). Peel strength tested minimum once every 50,000 square feet of material manufactured. 2.3 HDPE DRAINAGE GEONET CORE A. Manufacture Information: HDPE drainage geonet core made by continuous extrusion of web, forming geometry required to provide specified transmissivity as homogeneous 3D structure. Resin selected to provide optimum combination of strength, environmental resistance, and resistance to high compressive loads to 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: 01447214 GEOCOMPOSITE DRAINAGE LAYER 02247 - 2 09/17 PROPERTY TEST METHOD MINIMUM UNITS Polymer Density ASTM 1505 0.94 g/cm-3 (-UV Stabilizer) Carbon Black Content ASTM D1603 2-3 % (Range) Melt Index ASTM D1238-E <1.0 g/10min (Range) Thickness 200 mils (Nominal) ASTM D5199 Unit Weight ASTM D3776 0.1620 lbs/$2 (Nominal) (Option C) Tensile Strength MD ASTM D5034/5035 45 ppi (Range) ASTM D5034/5035 Transmissivity @10,000 psf ASTM D4716 2 X 10-3 m2/sec min (Min) C. Geotextile Fabric Properties: Dual filter geotextile fabric bonded to both sides drainage geonet shall be nonwoven, needle -punched polyester or polypropylene fabric. Both sides of geotextile shall conform to: PROPERTY TEST METHOD MINIMUM UNITS Unit Weight (MARV) ASTM D3776 8.0 oz/yd2 Thickness (MARV) ASTM D5199 80.0 mils Grab Tensile (MARV) ASTM D5034/5035 220.0 lbs Grab Elongation (MARV) ASTM D5034/5035 50.0 % Puncture Resistance (MARV) ASTM D4833 575 lbs Trapezoidal Tear (MARV) ASTM D4533 90.0 lbs Permittivity (MARV) ASTM D4491 1.3 sec-' Permeability (MARV) ASTM D4491 0.20 cm/sec AOS (MARV) ASTM D4751 80 Sieve Size U.V. Resistance (MARV) ASTM D4355 1 70 MARV = Minimum Average Roll Value PART 3 - EXECUTION 3.1 GENERAL A. Exhibit care in keeping geocomposite free of debris and clean prior to installation. If not free from soil and debris, clean just prior to installation. B. Dual geotextile geocomposite shall be placed on slopes and 5 feet onto floor. 3.2 FIELD SEAMS A. Field Seams should only run up and down slopes. B. 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 manufacturer approximately every 4 to 5 linear feet along roll length. If overlapped, one tie every 5 linear feet is sufficient. No metallic ties shall be used. Horizontal seams shall be tied at 1-linear-foot intervals. 01447214 GEOCOMPOSITE DRAINAGE LAYER 02247 - 3 09/17 3.3 3.4 3.5 3.6 C. 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 minimum average roll value of 6 inches. Geocomposite shall not be welded to geomembrane. PLACING A. Contractor shall handle geocomposite to ensure against damage in any form. Install over geomembrane liner, keeping tension on geocomposite. Position by hand, if necessary, to minimize wrinkles. B. Geocomposite shall not be placed across slope (in horizontal direction). BALLAST A. Avoid wind problems. Weight with sand bags or equivalent during installation and do not remove weight materials until cover material in place. DAMAGE TO GEOMEMBRANE LINER A. Contractor will repair any damage to GML, at his expense, per Section 02245 - Geomembrane Liner. GEOCOMPOSITE MATERIAL PROTECTION A. Contractor will take measures to protect completed geocomposite and liner system after installation complete. Protective soil cover must be placed within 14 calendar days of geocomposite installation. END OF SECTION 01447214 GEOCOMPOSITE DRAINAGE LAYER 09/17 02247 - 4 r-� SECTION 02248 - GRAVEL DRAINAGE MATERIAL PART1-GENERAL 1.1 SUMMARY A. Section includes gravel drainage material and drainage material installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02245 - Geomembrane Liner. 3. Section 02246 - Geotextile Fabrics. 4. Section 02247 - Geocomposite Drainage Layer. 5. Section 02250 - Leachate Collection Systems. 1.2 REFERENCES A. These publications form part of this specification to extent referenced and are referred to by basic designation only. The latest publication in use at time of executed contract will govern this project. 1. ASTM C33 - Standard Specification for Concrete Aggregates. 2. ASTM C88 - Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. 3. ASTM C 131 - Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregates by Abrasion and Impact in the Los Angeles Machine. 4. ASTM C 136 - Standard Test Method for Sieve Analysis of Fine and Course Aggregates. 5. ASTM D75 - Standard Practice for Sampling Aggregates. 6. ASTM D2434 - Standard Test Method for Permeability of Granular Soils (Constant Head). 7. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). 8. ASTM D4373 - Standard Test Method for Rapid Determination of Carbonate Content of Soils. 1.3 QUALITY ASSURANCE pf A. Contractor must provide written certification that drainage gravel meets/exceeds performance requirements of specification. B. Contractor must provide all necessary documentation as specified. 1.4 SUBMITTALS A. Contractor must obtain and submit this information per Section 01300 — Submittals: 1. Gravel material to used. Minimum 5-gallon bucket. 2. Gradation results. 3. Soundness and loss test results. 4. Permeability test results. 5. Calcium carbonate contents. 01447214 GRAVEL DRAINAGE MATERIAL 02248 - 1 09/17 PART2-PRODUCTS 2.1 GRAVEL A. Gravel shall consist of clean sound hard durable round particles of stone or gravel. gravel shall be free of silt and clay as defined by ASTM D2487, vegetable matter, and other objectionable materials or coatings. B. Gravel Oualitv: Crushed materials not acceatable. PROPERTY TEST METHOD MAXIMUM VALUE Soundness ASTM C88 18 % Loss ASTM C131 40 C. Gradation: Gravel should meet gradation requirements of ASTM C33 No. 6. Maximum gravel size shall not exceed 2 inches. Gradation may be adjusted to meet or exceed permeability requirements. SIEVE % PASSING 1 inch 100 3/4 inch 90-100 1/2 inch 20-55 3/8 inch 0-5 No. 4 0-5 D. Permeability: 1.0 x 10-2cm/sec or higher. (ASTM D2434 @ Field Density.) E. Calcium Carbonate: Not to exceed 15 percent by weight. PART 3 - EXECUTION 3.1 GENERAL A. Gravel drainage material must be placed to prevent damage to underlying geotextile fabric, geomembrane, or geocomposite clay liner. Any damage to geotextile fabric, geomembrane, or geocomposite clay liner will be repaired or replaced per specifications at Contractor expense. 3.2 PLACEMENT A. Gravel drainage material placed per Section 02250 - Leachate Collection Systems. B. Gravel around Leachate pipe shall be done to prevent deflection or loading pipe. 3.3 COMPLETION A. Following gravel installation, gravel covered with encompassing geotextile fabric so ends of geotextile fabric overlap at least 6 inches. 3.4 THICKNESS VERIFICATION A. Required thickness of drainage materials verified by surveyed methods on established grid system with not less than one verification point per 5,000 square feet of surface area. END OF SECTION 01447214 GRAVEL DRAINAGE MATERIAL 02248 - 2 09/17 SECTION 02250 - LEACHATE COLLECTION SYSTEMS FZvommergwaymm 1.1 SUMMARY A. Section includes polyethylene (PE) pipe material and installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02245 - Geomembrane Liner. 3. Section 02246 - Geotextile Fabrics. 4. Section 02247 - Geocomposite Drainage Layer. 5. Section 02248 - Gravel Drainage Layer. 1.2 REFERENCES A. ASTM D 1248 - Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. B. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). C. ASTM D2837 - Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products. D. ASTM D3350 - Specification for Polyethylene Plastics Pipe and Fittings Materials. E. AASHTO M 252 - Corrugated Drainage Tubing. 1.3 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 installation data. B. Manufacturer's Certification: Manufacturer must certify materials supplied meet all specification requirements. C. Contractor's Experience Record: Indicate experience installing manufacturer product. 1.4 QUALITY ASSURANCE A. Manufacturer 1. Certify company manufactured this project at least five years. 2. Certify material meets or exceeds requirements specified. B. Contractor: Provide experience record for installing manufacturer's product; minimum five years' experience. 1.5 FIELD MEASUREMENTS A. Verify field measurements are as indicated on shop drawings. 01447214 LEACHATE COLLECTION SYSTEMS 02250 - 1 09/17 1.6 HANDLING PIPE A. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging pipe. If pipe must be stacked for storage, do so per pipe manufacturer recommendations. Do not handle pipe by dragging over sharp objects or cut by chokers or lifting equipment. B. Joined segments of pipe shall be handled to avoid damage to pipe or joining system. When lifting pipe sections, chains or cable -type chokers should be avoided. Nylon slings are preferred. Use spreader bars when lifting long fused sections. Exercise care to avoid cutting or gouging pipe. 1.7 REPAIR DAMAGED SECTIONS A. Segments of pipe with cuts or gouges more than 10 percent of pipe wall thickness, should be cut out and removed. Undamaged portions of pipe shall be rejoined using an identified method as approved by 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. Cell Classification: ASTM D3350, 345434C. D. Hydrostatic Design Basis shall not be less than 1,600 psi (11.03 MPA) as per ASTM D2837. E. Minimum Standard Dimension Ratio (SDR): 11. 2.2 CORRUGATED POLYETHYLENE PIPE A. Type: ASTM F405. B. Cell Classification: ASTM D3350, 324420C. C. Minimum Pipe Stiffness: 71 psi. D. Must comply with the requirements of AASHTO M 252. 2.3 FITTINGS A. Type: Same as pipe. B. Bends: Only long radius bends acceptable. C. Dissimilar Pipe Connections: Connections between corrugated pipe and smooth heat fusion pipe shall be made with flange adaptors and slip-on metal flanges. Metal flanges shall be cast or ductile iron. Bolts and nuts shall be stainless steel. PART 3 - EXECUTION 3.1 INSTALLATION A. Place 6-inch thick layer of gravel on top of the geotextile material across entire length and width of trench. B. Do not drive heavy vehicles or equipment on top of material, avoiding damage to geomembrane liner. C. Using hand-held mechanical tampers, carefully consolidate material. 01447214 LEACHATE COLLECTION SYSTEMS 09/17 02250 - 2 D. Place pipe in the center of the trench and place gravel. E. Place gravel under pipe haunches in 2-inch lifts followed by hand-held mechanical compaction up to pipe springline. F. Above springline, lifts of gravel may be 4 inches thick, followed by hand-held mechanical compaction. G. After gravel is placed to full depth, cover top with geotextile fabric. 3.2 PIPE JOINING A. Sections of polyethylene pipe should be joined into continuous sections on job site using manufacturer -recommended methods. B. Joining method shall be heat -fusion performed per manufacturer recommendations. C. Heat -fusion equipment should meet all conditions recommended by pipe manufacturer, including but not limited to, temperature requirements, alignment, and fusion pressures. D. All bends, tees, and fittings may be shop made per manufacturer recommendations. 3.3 PIPE JOINING CORRUGATED POLYETHYLENE PIPE A. Sections of corrugated polyethylene pipe placed into continuous sections on job site using manufacturer -recommended methods. B. Pipe joined using manufacturer's coupling pieces and ties. END OF SECTION 01447214 LEACHATE COLLECTION SYSTEMS 02250 - 3 09/17 SECTION 02260 - PROTECTIVE SOIL COVER PART 1- GENERAL 1.1 SUMMARY A. Section includes protective soil cover specification and installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. These publications form part of this specification to extent referenced and are referred to by basic designation only. 1. MSW Permit - Owner's TCEQ MSW Permit No. 2252. 2. TCEQ - Municipal Solid Waste Management Regulation, 30 TAC Chapter 330. 1.3 WEATHER LIMITATION A. Construct protective soil cover when atmospheric temperature is above 35 degrees F. When temperature falls below 35 degrees F, Contractor shall protect all areas of completed protective soil cover by approved methods against detrimental effects of freezing. Correct areas of completed protective soil cover damaged by freezing, rainfall, or other weather conditions, to meet specified requirements. Protective soil cover placement shall not occur on rainy days or when rain is imminent. 1.4 SUBMITTALS A. Submit list of all equipment proposed for use in placing and maintaining protective cover. No equipment allowed within limits of liner system without Engineer approval. B. Submit per Section 01300 - Submittals, including equipment weight, ground pressure information, required lift thickness information, etc. Unapproved equipment operating on floor or side slopes of liner system, not allowed. PART 2 - PRODUCTS 2.1 MATERIALS A. Material used is a coarse sand stockpiled onsite near project limits. All material shall be free of debris and rocks larger than 2 inches in diameter. 2.2 EQUIPMENT A. Tracked equipment used to place soil cover on horizontal portion of liner system, must be low -ground pressure type (5.0 psi maximum track pressure). B. Equipment that exerts ground pressures of higher than 5.0 psi on lining system, not approved unless Contractor can certify conditions can be met with specific lift thickness of protective cover. Submit calculations to document certification. C. Only low -ground pressure equipment (<5.0 psi) equipment allowed on side slope of lining system. Submit list of equipment used on sideslopes, including equipment weights, ground 01447214 PROTECTIVE SOIL COVER 02260 - 1 09/17 pressures, required lift thicknesses, etc. for Engineer approval before placing equipment on side slopes. Contractor holds responsibility to demonstrate equipment used on side slopes will not damage liner or cause sliding failure. PART 3 - EXECUTION 3.1 STOCKPILING MATERIAL A. If necessary, stockpiled materials in designated manner and locations. Before stockpiling, Contractor shall clear, drain, and level storage sites. Approved material available from excavation or grading stockpiled as designated. 3.2 GRADE CONTROL A. Finished and completed protective soil cover shall conform to grades, lines, cross sections, and dimensions shown on plans. 3.3 LAYER THICKNESS A. Completed thickness of protective soil cover as indicated. Protective soil cover placed so top surface, during spreading operations, is minimum 2 feet above geocomposite material. 3.4 COMPACTION A. Compaction control not required; however, it should be stable for construction and disposal equipment. 3.5 THICKNESS CONTROL A. Measure thickness of select -material subbase course at intervals providing at least one measurement for each 5,000 square feet or major fraction of protective soil cover. Thickness measurement made by survey. Contractor provides survey control during construction. Owner provides final thickness survey after Contractor notifies Owner protective soil cover is placed and ready for verification survey. Any areas of inadequate thickness requiring a resurvey, done at Contractor expense. Maximum tolerance shall be +0.2 foot over 2-foot cover thickness. 3.6 GRAIN SIZE ANALYSIS A. Preconstruction and conformance testing for protective cover soils includes maximum size gradation with minimum conformance testing frequency of one grain -size analysis (ASTM D422) per 5,000 cubic yards of in -place material. 3.7 PLACEMENT A. Contractor will take measures to protect completed liner system after installation is complete. No portion of liner system will remain exposed more than 15 days after installation is complete and system accepted by Owner and Engineer. B. Place protective cover material with machinery that, in Engineer opinion, will not damage any portion of liner system or leachate collection system or cause sliding of lining system or any part of system. Equipment used to place protective cover must not exert a ground pressure load 01447214 PROTECTIVE SOIL COVER 02260 - 2 09/17 11 I �l 3.8 greater than 5 psi on liner or leachate collection system and must be approved by Engineer before utilization on system. MAINTENANCE A. Maintain protective soil cover in a satisfactory condition until accepted. END OF SECTION 01447214 PROTECTIVE SOIL COVER 02260 - 3 09/17 SECTION 02500 - ROADWAY CONSTRUCTION PART 1- GENERAL 1.1 SUMMARY A. Section includes grading and compacting as necessary to bring surface of finished grade to cross sections and grades shown on plans. Contractor shall furnish all labor, materials, and equipment necessary to perform work as specified and in locations shown on drawings. 1. Contractor establishes and maintains grades. In establishing grades, make due allowances for existing improvements, proper drainage, and adjoining property rights. 2. Do not begin paving work until all related excavation work is completed. 3. Paving work consists of asphalt pavement or caliche surface as shown on plans. 4. Same material used as flexible base under asphalt pavement used for caliche roads. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 APPLICABLE PUBLICATIONS A. These publications form part of this specification to extent referenced and are referred to by basic designation only: 1. ASTM C 131 - Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 2. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). 3. ASTM D2027 - Standard Specification for Cutback Asphalt (Medium -Curing Type). 4. ASTM D2172 - Standard Test Methods for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures. 5. ASTM D2950 - Standard Test Methods for Density of Bituminous Concrete in Place by Nuclear Methods. 6. ASTM D6938 - Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth). 7. ASTM E329 - Standard Specification for Agencies Engaged in Construction Inspection and/or Testing. 8. AASHTO T 180 - Moisture -Density Relations of Soils. 9. AASHTO T 230 - Determining Degree of Pavement Compaction of Bituminous Aggregate Mixture. 10. AASHTO T 30 - Mechanical Analysis of Extracted Aggregate. 11. TxDOT - Standard Specifications for Construction of Highways, Streets and Bridges, 1993. 1.3 TESTING A. Subgrade Testing: l . Each 6-inch lift of compacted subgrade material tested per ASTM D698 and shall meet or exceed 95-percent density (±2-percent optimal moisture). 2. Top of subgrade shall be so smooth that when tested with a 16-foot straight -edge, it shall not show any deviation in excess of 2 inches nor be more than 0.05 foot from true grade as established by grade hubs or pins. Engineer shall correct any deviation in excess of these amounts. 01447214 ROADWAY CONSTRUCTION 02500 - 1 09/17 B. Flexible Base/Caliche Surface Testing: 1. Material used in construction of flexible base course for asphalt paving or as caliche surface course, will be tested in 6-inch lifts per ASTM D698, and meet or exceed 95-percent density (±2-percent optimal moisture). 2. Owner's testing agency shall take one test for each 500 square yards of each 6-inch layer, using nuclear methods defined in ASTM D6938. 3. Thickness Tests: Measure thickness of base course at intervals for depth measurement at least every 500 square yards of completed base or surface course. Make depth measurements by test holes, at least 3 inches in diameter, through base or surface course. Where base course deficiency is more than 1/2 inch, correct by scarifying, adding mixture of proper gradation, reblading, and recompacting. Where measured thickness is more than 1 /2 inch thicker than indicated, consider indicated thickness plus 1 /2 inch for determining average. Average thickness is average of depth measurements and not under -run thickness indicated. 4. Smoothness Tests: Test with straight -edge, applied parallel with and at right angles to center line of paved area. Correct deviations in surface in excess of 3/8 inch by loosening, adding, or removing material, reshaping, watering, and compacting. Smoothness requirements specified herein apply only to top layer when multiple courses constructed. C. Asphalt testing performed by a qualified 'independent testing laboratory selected by Owner. Testing for asphalt conformance done per ASTM E329. These tests shall be performed and results submitted to Engineer: 1. Temperature check on surface course for each load of asphalt during paving by a technician from a qualified testing laboratory. Temperature during placement shall be 260 to 325 degrees F. 2. Density on compaction, 97 percent of laboratory compacted density. 3. Thickness corings for every 1,800 square feet of pavement. 4. Extraction test of two corings from surface course for each 250 tons. 5. Marshall stability not less than 1,300. Test for each 250 tons of bituminous concrete. D. Only passing tests as required shall be paid for by Owner. Contractor pays for all other tests. Test results shall be forwarded in report form to Architect. All paving disturbed as a result of corings, shall be replaced and repaired by Contractor at his expense. 1.4 ASPHALT DESIGN MIX A. Furnish j ob mix formula together with test data to Engineer for approval not less than 10 days in advance of placement of the material. Testing shall be accomplished not more than one year before date of material placement. Job mix formula indicates percentage passing for each specified sieve size and percent asphalt used for each asphalt concrete mixture. B. Mixture Properties: Specify gradation of mineral aggregate. Percentage of bituminous material provided in bituminous mixtures shall be within limits specified. Mixtures shall have the Stability 50 Blows Not less than 1,300 pounds Flow (0.01 inch) Not more than 16'nor less than 8 Not less than 3 nor more than 8 for Percent Air Void binder course; not less than 3 nor more than 5 for wearing course. Percent Voids in Mineral AggregatesSee TxDOT Item 340 01447214 ROADWAY CONSTRUCTION 02500 - 2 t 09/17 tr_ 1-1 1--, C. Quantity of Bituminous Material: Mix asphalt cement with aggregates or corresponding mixes I_ the following proportions: fa Binder Course Wearing Course 4to8. 4to7 D. Asphalt pavement must generally comply with TxDOT requirements as noted here: 1. Wearing Surface, Type C mix, TxDOT Item 340. 2. Asphalt Stabilized Base, TxDOT Item 340. (No reclaimed asphalt allowed.) 1.5 WEATHER LIMITATIONS A. Apply prime and tack coats only when ambient temperature is above 50 degrees F, and when temperature has not been below 35 degrees F for 12 hours immediately before application. Do not apply during rainy weather or when base is wet or contains an excess of moisture. 1. Construct asphalt concrete surface course only when atmospheric temperature is above 40 degrees F and base is dry. 2. Base course may be placed when air temperature is above 30 degrees F, and rising. PART 2 - MATERIALS 2.1 FLEXIBLE BASE/CALICHE SURFACE A. Flexible base or caliche surface course aggregate consists of sound, durable particles of crushed stone, crushed gravel, or caliche. Contractor holds responsibility to obtain materials meeting grade and smoothness requirements specified after all compaction and proof -rolling operations are complete. Coarse aggregate shall be angular particles of uniform density. Coarse aggregate shall have percentage of wear not to exceed 45 when tested by ASTM C 131. Fine aggregate shall be angular particles produced by crushing stone meeting requirements for wear and soundness specified for coarse aggregate. Caliche shall comply with requirements of TxDOT as defined. Caliche shall meet TxDOT Item 247.2 - Flexible Base, Type C, Grade 4. Gradation of flexible base shall be of: 1. Sieve Designation Percentage by Retained Square Mesh Sieve 1-3/4" 0 No. 4 40-75 No. 40 60-85 2. Portion of aggregate passing No. 40 sieve shall be non -plastic or have liquid limit not greater than 40 and plasticity index not greater than 12. 2.2 ASPHALT STABLIZED BASE ph It �b'1' Pd a e O�gggp�I dement ix hot in mixing plant per TxDOT requirements defined here. ASB shall meet TxDOT Item 340. Reclaimed asphalt pavement not allowed in mix. 2.3 ASPHALT A. All paving work and materials shall conform generally to all requirements of this specification. 01447214 ROADWAY CONSTRUCTION 02500 - 3 09/17 H n ill H u H ,i 2.4 BITUMINOUS PRIME COAT A. Specifications for bituminous materials are: 1. Cutback Asphalt MC-30. 2. Blotter Material (Sand). 2.5 BITUMINOUS SURFACE (ASPHALT) A. Asphaltic materials shall be: 1. Asphalt cement, viscosity grade AC-10. 2. Emulsified asphalt, grade RS-2h. 3. Cationic asphalt emulsion, grade CRS-2h. 2.6 BITUMINOUS TACK COAT A. Tack coat shall be Grade MC-70, or SS-1 asphalt, emulsion asphalt. Emulsified asphalt shall comply with specification requirements. PART 3 - EXECUTION 3.1 GENERAL A. Contractor shall verify subgrades are shaped to true line and elevations and all drainage facilities and underground utilities complete. 3.2 SUBGRADE A. Pave in dry weather when subgrade is stable. Ground moisture shall not be sealed under paving. B. Scarify all cut areas and areas to receive fill material to minimum 6-inch depth, and disc or blade until material is free of large clods. Scarified soil then moisture conditioned to not less than 2 percent below optimum moisture content, compacted, and tested as specified. Pavement subgrade shall be reworked and recompacted immediately before placing pavement system. C. Remove and replace all boulders, organic materials, soft clay, spongy, or yielding material with material that provide specified compaction. Remove all submerged stumps, roots or other perishable matter encountered in preparation of subgrade to not less than 2 feet below subgrade. D. After subgrade is compacted to specified density, fine grade area to a tolerance of 0.1 foot from grades shown or indicated on drawings. E. Paving Contractor shall verify subgrades are shaped to true line and elevations and all drainage facilities and underground utilities are complete. 3.3 BASE COURSE/CALICHE SURFACE COURSE .- A. Construct base per all terms included in Specifications. B. Place mixed materials on subgrade or subbase in layers of uniform thickness. Spreader shall contain hopper, adjustable screen, and designed for uniform, steady flow of material from hopper. Spreader shall lay material without segregation across full width of lane to uniform thickness and uniform loose density. Each compacted layer of material shall be 6 inches or less in thickness. If material thickness exceeds 6 inches, place so when compacted, they will be true to grades required with least possible disturbance. Where base course is constructed in more than one layer, previously constructed layers shall be cleaned of loose and foreign matter by sweeping with power sweepers, power brooms, or hand brooms, as directed. Maintain water 01447214 ROADWAY CONSTRUCTION 02500 - 4 09/17 content of material during placing period at optimum percentage (+2 percent) as determined by AASHTO T-180. Such adjustments in placing procedures or equipment made as directed to obtain true grades, or minimize segregation and degradation, to reduce accelerate loss or gain of water, and insure satisfactory base course or caliche surface course. C. Finish surface of base course by blading or with automated equipment especially designed for this purpose and rolling with a steel -wheeled roller. In no case shall thin layers of materials be added to top layer of base course or caliche surface course to meet grade. D. After construction is complete, maintain base course or caliche surface course throughout, except where portion of succeeding course is under construction. Maintenance includes drainage, rolling, shaping, and watering, as necessary, to maintain course in proper condition. Correct deficiencies in thickness, composition, construction, smoothness, and density, which develop during maintenance, to conform to requirements specified. Maintain sufficient moisture by light sprinkling with water at surface to prevent dusty condition. 3.4 BITUMINOUS PRIME COAT A. Apply primer to base course at minimum 0.25-gallon per square yard rate and not more than 0.35 gallons per square yard. B. Allow prime coat to cure 48 hours without disturbing. 3.5 ASPHALT PAVEMENT A. Construct asphalt concrete surface course only when atmospheric temperature is above 40 degrees F and base is dry. 1. Attain required density before plant mix, after placing at 260 — 325 degrees F, reaches a temperature of 150 degrees F. 2. Start rolling as soon as hot -mix material can be compacted without displacement. Continue rolling until thoroughly compacted and all roller marks disappeared to 97 percent of laboratory -compacted density. On areas too small for roller, use a vibrating plate compactor or hand tamper to achieve thorough compaction. 3. Construct hot -plant mix bituminous concrete surface course over prepared base course per specifications. 3.6 CLEANING UP A. Remove all surplus materials, rubbage, cartons, and other debris. Remove caliche materials from adjacent surfaces and leave job in neat, clean condition. END OF SECTION 01447214 ROADWAY CONSTRUCTION 02500 - 5 09/17 SECTION 02665 - PIPING, VALVES, AND MISCELLANEOUS ITEMS PART 1- GENERAL 1.1 SUMMARY A. Section includes all leachate discharge piping, valves, and fittings required for project. "Piping," as used herein, includes all piping, valves, fittings, and accessories as shown on plans and/or specified herein. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer data for all pipes, valves, and fittings including all pipe thickness class calculations. PART 2 - MATERIALS 2.1 PIPE A. HDPE Pipe: All buried leachate piping should be HDPE (PE 3408). 1. Driscoplex 6400 by Performance Pipe, or approved equal. Pipe shall match IPS dimensions. 2. HDPE shall be DR 11. 3. Minimum cell classification number of 3454646 per ASTM D3350-01. 4. Pipe supplied in roll form (where possible) to minimize joints in line. B. PVC Pipe: All exposed leachate piping should be Schedule 80 PVC. 1. PVC Schedule 80 pipe manufactured from Type 1, Grade 1 Polyvinyl Chloride (PVC) compound with a cell classification of 12454 per ASTM D1785. 2. PVC pipe marked with manufacturer name, nominal pipe size, material designation code, and pressure rating. 3. Pipe shall match IPS dimensions. C. Flexible Hose 1. Kanaflex 390 SD BK, or approved equal. 2. Hose acceptable for conveying landfill leachate. 3. Hose shall have a minimum working pressure at 72 degrees F of 90 psi. 2.2 PIPE FITTINGS A. General. Pipe fittings shall be type and design especially suitable for use with type of piping installed. Pressure rating of fittings shall not be less than pipe. B. Fittings: HDPE and PVC fittings shall be sized to meet IPS requirements. HDPE fittings shall be butt -fused where possible. Flanged fittings shall be used where shown on plans. PVC fittings shall be solvent weld or flanged where shown on plans. Contractor responsible for providing fittings for transition from valves, pumping units, etc. 01447214 PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 1 09/17 3.10 EXCAVATION AND TRENCHING A. Excavate trench to lines and grades established by Engineer and as shown on plans. Minimum depth of cover for all pipe shall be 18 - 24 inches unless otherwise shown on drawings. B. Excavate trench to even grade so bottom of pipe will rest on bottom of trench over entire length of pipe. To obtain true, even grade, trench shall be fine graded by hand. C. Correct any part of trench excavated below grade by filling with approved material and compacting thoroughly. D. If ledge rock, rock fragments, or other unyielding material is encountered at bottom of trench, remove to 6 inches below grade, refill with selected material, and thoroughly compact. E. Wherever necessary to prevent caving, adequately support trench. Contractor entirely responsible for assuring trenches are adequately supported to protect workmen and the public. F. Use trench -digging machinery to make trench excavations except in places where operation would cause damages to pipelines, fences, or other existing structures above or below ground. Employ hand methods in such instances. Contractor shall locate all existing underground lines of which he has been advised, whether shown on drawings, sufficiently in advance oftrenching operations, to prevent any damage thereto. Oil or gas pipeline operators shall be notified before excavation around such lines so operators may be present during excavation. Use extensive care to prevent damage to lines. Contractor is fully responsible for damage to such line. G. Pile all excavated material to not endanger work or existing structures. Contractor shall dispose excess trench excavation, not used for backfilling, by spreading in thin layer on Owner property adjacent to trench. H. No classification of excavated materials. "Excavation" includes all materials encountered in excavating trenches or structural excavations. I. Properly support all new and existing lines to prevent settlement or damage to line during and after construction. 3.11 BACKFILLING A. Backfill Material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. Selected materials from trench excavations used for backfilling except where special bedding material required. B. Backfilling Under Pipe. All pipe backfilled by hand from bottom of trench to centerline ofpipe with selected backfill material free from rocks or boulders greater than 2 inches or other unsuitable material. Place material in 3-inch layers, moisten if necessary, and thoroughly compact under and on each side of pipe. Backfill material shall be deposited in trench for full width on each side of pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe. From centerline of pipe to 1 foot above top of pipe, trench shall be backfilled by hand or approved mechanical methods using materials free from rocks or boulders greater than 2 inches. Moisten material and place in lifts not exceeding 6 inches thick. Compact by tamping to density not less than 85 percent of maximum density at optimum moisture as 06rmiried liyASTM D698 °Contractor shall use spec al`caYe m placing this portion ofhdMiill i to insure placement under and around pipe and avoid injuring or moving pipe. D. Backfilling to Grade. Backfill by tamping from 1 foot above top of pipe to finish grade. Where tamping required, place material in 6-inch layers, moisten if necessary, and thoroughly compact with mechanical tampers from bottom of trench to finish grade to density of at least 85 percent of maximum density at optimum moisture as determined by ASTM D698. 01447214 PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 4 09/17 �~ 3.12 LINE TESTING (LEACHATE DISCHARGE PIPING) A. After pipe is laid and joints completed, test each section or run of piping as specified. Contractor bears all cost of providing equipment, materials, labor, and other incidentals required to test pipe lines as specified. Contractor provides suitable means for filling lines and developing required pressure in lines. Testing procedure shall be as follows: 1. Duration of to hydrostatic test shall be minimum four hours. 2. Test pipeline so pressure at lowest point in test section, is at least 100, but not greater than 120 percent of pipe pressure class of pipe, and minimum pressure at highest point in test section is not less than 85 percent of pipe pressure class of pipe. HDPE Pipe: a. Allow heat fusion joints to cure before pressure testing. b. Test medium shall be at same temperature as pipe. C. Test pressure in line shall be 1-1 1/2 design operating pressure at lowest point in system. d. Test performed start to finish in 8 hours maximum. e. Completely fill test section with water and bleed off trapped air. f. During expansion phase, pressurize to test pressure and add water during each of the first 3 hours to return to test pressure. g. Reduce pressure by 10 psi and conduct a one-, two-, or three-hour test period. Record leakage. h. For 4-inch or smaller line, the following leakage amounts are allowed: I ) One —hour testing:.13 gallons per 100 feet of pipe. 2) Two—hour testing:.25 gallons per 100 feet of pipe. 3) Three—hour testing:.40 gallons per 100 feet of pipe. i. Contractor to coordinate testing procedure with pipe manufacturer used in project. END OF SECTION 01447214 PIPING, VALVES, AND MISCELLANEOUS ITEMS 02665 - 5 09/17 SECTION 02824 - LITTER FENCE PART I - GENERAL 1.1 SUMMARY A. Section includes all labor, equipment, and materials to construct a new litter barrier netting system at the West Texas Region Disposal Facility (WTRDF) at Abernathy, TX. The new netting system must match existing netting system exactly to maintain integrity of the original design scheme. Any alternates to materials, design, or scope listed herein, must be preapproved by Engineer before delivery to site. B. Scope of work includes a two-year installation warranty. The fence will be constructed as one section and will attach to existing fencing. C. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submit the following: 1. 5/16-inch cadmium steel attachment snap. 2. Proof all hardware used is considered "Pole Line Hardware" and will be per ANSI, ASTM, IEEE, or NEMA. 3. Sample of 5/16-inch cable with specification sheet. 4. 5/8- x 14-inch hot -dipped galvanized steel bolt. 5. 5/8-inch hot -dipped galvanized thimble eye nut to use for all horizontal terminations. 6. Specification sheet on 5/16-inch preformed cable grips. 7. Bill of sale indicating pipe used in fabricating poles is new and unused. 8. Independent lab results indicating material properties of steel pipe used in pole fabrication. Results include pipe wail thickness and tensile strength. 9. Technical Data Sheets on primer and final coats for pole finish. 10. Pole and foundation calculations indicating both meet demand required for 90 MPH wind speed, Exposure C with netting considered 25 percent solid. 11. Shop drawings showing an overhead view of pole layout, elevation drawings showing overall height and placement of horizontal cables and guy wires. Drawings must also show pole embedment depth, bore diameter, and description of required backfill material. Drawings shall be signed and sealed by a Professional Engineer licensed in the State of Texas. 12. Copy of Contractor written two-year installation warranty. 13. Copy of written six -year manufacturer netting warranty. 14. Copy of netting invoice to assure specified netting is supplied for project. I:3 -QUALIFICATIONS -. r.,..,, .. _ .._,x.. __v , � _ it I n 9 A. Provide list of five installations completed similar in size and scope to this project. Provide brief explanation of each. All five must be steel pole installations and two of five must be at least five years old. Include contact information.- i 01447214 LITTER FENCE 02824 - 1 09/17 t : PART2-PRODUCTS 2.1 POLES A. Round steel poles must be constructed from new, unused pipe. B. Pole spacing will be 50 feet OC. C. Poles and foundations must be designed for 90 MPH winds, Exposure C as per ASCE 7-05. D. Netting considered 25 percent solid for engineering calculations. E. Poles will have an outrigger at the top on a 45-degree angle toward cell site. Outrigger will be 5 feet, 3 inches long on center line (see drawings for pole and foundation specifications). F. Pole finish must be one coat of Zinc Chromate Iron Oxide Primer as provided by Stabler Paints and two coats of STACO #1841 black enamel weather -resistant finish, or Engineer -approved equivalent coating. Color will be black. 2.2 NETTING A. Netting considered 25-percent solid for engineering calculations. Netting to be Redden #970 polyester netting with average 173.9-pound mesh breaking strength, 2 1/2-inch stretched mesh, 1-inch single bar measure, four -needle raschel knotless construction, manufactured with UV -treated yarn and additionally coated with black, resin dye and bonding treatment. Mesh break strength determined per ISO 1806. B. All sections of netting component considered to 3/8-inch, braided, black perimeter rope, minimum 3,500-pound breaking strength. Additionally, net panels to have internally -constructed vertical and horizontal ropes of same material. All rope locations on net panels correspond to as -built net panel suspension and support cables constructed to pole structures. AN net panels to be custom fabricated to as -built measurements of pole/cable structure to provide taut panel upon completion. C. Attachment of net and rope components made with #48 braided polyester twine, minimum 375-pound tensile strength, treated black. Attachment twine shall continually encompass netting component and tied to rope component via a clove and half hitch knot f6 inches OC, never to exceed 8 inches OC. D. Netting system accompanied by written, six -year manufacturer warranty, not pro -rated. Netting system available from Redden Marine Supply, Inc. Vendor provides copy of netting invoice to assure specified netting is supplied for project. 1. Netting Component: a. Redden Nets # 970 polyester netting; 1-inch mesh size. b. Long stitch knotless join. C. UV -treated yarn with resin dye and bonding treatment. d. 173.9-pound average single mesh break strength. 2. Attachment Twine/Hanging Twine: a. #48 braided polyester twine. b. 375-pound tensile strength. C. Dye treated black. 3. Perimeter Border and Ribline/Verticals: a. Braided synthetic cover. b. Parallel synthetic core. C. 3,500-pound tensile strength. E. Submit a sample of netting intending to and independent lab results using methodology ISO 1806 showing minimum average mesh breaking strength of 173.9 pounds for sample submitted. L' 01447214 LITTER FENCE 02824 - 2 09/17 _. F. Netting consists of 20 panels, 50 feet wide x 30 feet tall. All attachment snaps will be 5/16-inch cadmium steel. Nickel or zinc -coated snaps are unacceptable. 2.3 CABLE AND HARDWAREPi A. All vertical, horizontal, and guy cable must be 5/16-inch, extra -high strength, seven -strand, galvanized steel with 11,200-pound capacity. All horizontal cables must pass through a three -bolt clamp at each pole unless terminated at pole. Three -bolt clamps tightened down after horizontal cables tensioned and before netting hung. All cable terminations with 5/16-inch, preformed, cable grips. Thimble eye nuts required for all horizontal terminations. Use guy hooks for down guy terminations. Wrapping cable around poles is unacceptable. All bolts will be 5/8-inch, hot -dipped, galvanized steel with minimum 13,550-pound tensile strength. B. All hardware; supporting bolts, washers, clamps, and other hardware considered "Pole Line Hardware" and conform to specifications of ANSI, ASTM, IEEE, or NEMA. PART 3 - EXECUTION 3.1 LABOR A. All labor, equipment, and shipping charges must be included. 3.2 CLARIFICATIONS A. Contractor must spread all soil spoils evenly around each pole location. B. Contractor identifies any digging issues as a result of rock drilling, boring, blasting, casings, or soil stabilization and notifies Engineer of any additional expense before proceeding with work. C. Contractor to use extreme caution to prevent damage to Owner's property including turf, liner systems, sidewalks, parking lots, roads, etc. D. Any variances from specified products or design must receive approval by Engineer before delivery to site. END OF SECTION 9 { 01447214 LITTER FENCE 02824 - 3 09/17 SECTION 02900 — SEEDING PART 1- GENERAL 1.1 SUMMARY A. Section includes seeding: 1. Soil preparation. 2. Native grass seeding. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02200 - Excavation and Earthwork, for excavation, filling, rough grading, subsurface aggregate drainage, and drainage backfill. 1.2 SUBMITTALS A. Product certificates signed by manufacturers certifying products comply with specified requirements. 1. Manufacturer certified analysis for standard products. 2. Analysis for other materials by recognized laboratory made per methods established by Association of Official Analytical Chemists, where applicable. 3. Label data substantiating plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating botanical and common name, percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include year of production and date of packaging. C. Material test reports from qualified independent testing agency indicating and interpreting test results relative to compliance of materials with requirements indicated. Analysis of existing surface soil. D. Planting schedule indicating anticipated dates and locations for each type of planting. E. Maintenance instructions recommending procedures established by Owner for maintenance of landscaping during entire year. Submit before required maintenance periods expire. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who completed landscaping work similar in material, design, and extent to indicated for this Project, with record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain experienced, full-time supervisor on Project site during times landscaping in progress. B. Testing Agency Qualifications: To qualify for acceptance, independent testing agency must demonstrate to Engineer satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E699, experience and capability to satisfactorily conduct testing indicated without delaying Work. C. Topsoil Analysis: Furnish soil analysis made by qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, sand), deleterious material, pH, mineral, and plant -nutrient content of topsoil. Report topsoil suitability for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, potash nutrients, and any limestone, aluminum sulfate, or other soil amendments be added to produce satisfactory topsoil. 01447214 SEEDING 02900 - 1 09/17 1 _i D. Preinstallation Conference: Conduct conference at Project site as specified in Section 01039 — Coordination and Meetings. 1.4 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and manufacturer name. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.5 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work to avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth encountered, (rubble fill, adverse drainage conditions, obstructions), notify Engineer before planting. 1.6 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 1. Provide schedule showing when plant materials anticipate planting. 2. Show schedule when lawn type and other grass areas anticipated planting. 3. Indicate planting schedules in relation to schedule for finish grading and topsoiling. 4. Indicate anticipated dates Engineer required to review installation for initial acceptance and final acceptance. 1.7 WARRANTY A. General Warranty: Special warranty specified shall not deprive Owner of other rights Owner may have under other provisions of Contract Documents, shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of Contract Documents. PART2-PRODUCTS 2.1 GRASS MATERIALS a Grass Seed: Fresh, clean, dry, new -crop seed complying with Association of Official Seed Analysts' Rules for Testing Seeds, for purity and germination tolerances. 1. Seed Mixture: Provide seed of grass species and varieties, proportions by weigh and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Article 3.8 — Seed Mixtures Schedule. 2.2 TOPSOIL A. Topsoil: ASTM D5268, pH of 5.5 to 7, 4-percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled onsite. Verify suitability of surface soil to produce topsoil meeting requirements and amend as specified in soil analysis. 01447214 SEEDING 02900 - 2 09/17 ril 9 9 Supplement with imported topsoil when quantities insufficient. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea -form, phosphorous, and potassium as 1 pound per 1,000 square feet of actual nitrogen in a balanced fertilizer with an N:P:K ratio of 3:1:1 and minimum 10-percent sulfur and 2-percent iron or fertilizer containing elements in proportions meeting recommendations of soil analysis from qualified soil testing agency. 2.4 MULCH A. Seeded Areas: Clean, seed -free, threshed straw of oats, wheat, barley, rye, beans, peanuts, or other locally -available mulch material not containing excessive quantity of matured seeds of noxious weeds or other species growing, detrimental to seeding, or provide menace to surrounding land. Do not use material fresh, excessively brittle, or decomposed and will smother or retard growth of grass. B. Native grass seeded areas. Weed -free hay, excluding brome or bluegrass hay, used on slopes 4:1 or greater. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and conditions affecting performance of work. Do not proceed with installation until unsatisfactory conditions are corrected. 3.2 PREPARATION A. Outline areas and secure Engineer acceptance before planting work. Make minor adjustments as required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicate. Delay mixing fertilizer if planting does not follow placing planting soil within a few days. C. For grass, mix planting soil before planting or apply on topsoil surface and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas planted immediately. B. Loosen subgrade to minimum 4-inch depth. Remove stones larger than 1 inch in any dimension as well as sticks, roots, rubbish, and other extraneous materials. t_ 01447214 SEEDING 02900 - 3 09/17 C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. Place approximately half the thickness of planting soil mixture required. Work into top of loosened subgrade to create transition layer and place remainder of planting soil _ j mixture. D. Grade grass areas to smooth, even surface with loose, uniformly fine texture and fill depressions to meet finish grades. Limit fine grading to areas planted immediately. Remove trash, debris, stones larger than 1 inch in any dimension, and other objects F interfering with planting or maintenance operations. E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.5 SEEDING NEW GRASSED AREAS A. Do not use wet, moldy, or otherwise damaged seed. B. Perform seeding work April 20 - May 15 for spring planting, and August 1 - September 15 for fall planting, unless otherwise approved by Engineer. C. Employ satisfactory methods of sowing using mechanical power -driven drills or seeders or mechanical hand seeders, or other approved equipment. D. Distribute seed evenly over entire area at not less than 4 pounds (PLS) of seed per 1,000 square feet rate of application, 50 percent sown in one direction, remainder at right angles to first sowing. E. Stop work when work extends beyond most favorable planting season for species designated, or satisfactory results not obtained because of drought, high winds, excessive moisture, or other factors. Resume work only when favorable conditions develop. F. Lightly rake seed into soil followed by light rolling or culti-packing. G. Immediately protect seeded areas against erosion by mulching. Spread mulch in continuous blanket using 1-1/2 tons per acre to a depth of 4 or 5 straws. H. Protect seeded slopes against erosion with erosion netting or other methods approved by Engineer. Protect seeded areas against traffic or other use by erecting barricades and placing warning signs. I. Immediately following mulch spreading, anchor mulch using rolling coulter or Wheatland land -packer with wheels having V-shaped edges to force mulch into soil surface, or apply I , evenly distributed emulsified asphalt at rate of 10-13 gallons per 1,000 square feet. SS-1 emulsion per ASTM D997 or RC-1 cutback asphalt per ASTM D2028, are acceptable. If mulch and asphalt applied in one treatment, use SS-1 emulsion with penetration test range of 150-200. Use appropriate shields to protect adjacent site improvements. J. If hydro -seeding, machinery must be approved, modern, properly equipped, and operated _v. ._ -, .,,by,experienced-,operator.w,Seed-and.fertilize—at-rate specified. Uses.appropriater.shields..to protect adjacent site improvements. 3.6 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area orderly. B. Protect landscaping from damage from landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 01447214 SEEDING 02900 - 4 09/17 LA 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose off Owner's property. 3.8 SEED MIXTURES SCHEDULE, APPLICATION RATES, AND POTENTIAL SEEDING SEASONS A. Commercial Seed quantity required to equal quantity of Pure Live Seed is computed by this formula: B. Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination Green Sprangletop Le tochloa dubia 4.0 lbs/acre Sideoats Grama 1 Reno Bouteloua curb endula 8,0 lbs/acre Blue Grama Texas Grown Bouteloua gracilis 10.0 lbs/acre Buffalo ass treated Buchloe dactyloides 6.0 lbs/acre Common Bermuda ass(hulled) 16.0 lbs/acre Rye (temporary cover crop) 600 lbs/acre END OF SECTION 01447214 SEEDING 02900 - 5 09/17 1 _ SECTION 03300 - CAST -IN -PLACE CONCRETE PART 1 - GENERAL P, 1.1 SUMMARY A. Section includes all Work required for constructing leachate evaporation pond bottom, pipe 1 discharge and access drive, force main channel crossing, and force main access road crossing. Concrete for this Project shall conform to requirements of this section. Contractor shall furnish all materials, equipment, tools, labor, superintendence, and incidentals necessary to perform Work per Drawings and Specifications. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. P! 2. Section 02200 - Excavation and Earthwork, excavation or filling for concrete structures and other miscellaneous concrete work conform to lines and grades as shown on plans or established in the field. 1.2 REFERENCES A. Latest editions of these specifications and references govern Work of this Section and constitute minimum requirements. Latest edition of each governing standard applies. Where specific requirements are more stringent, they supersede corresponding requirements of these Referenced Specifications: l . ACI 301 - Manual of Standard Practice for Detailing Reinforced Concrete Structures. 2. ACI 301 - Specifications for Structural Concrete Buildings. 3. ACI 305R - Hot Weather Concreting. 4. ACI 318 - Building Code Requirements for Reinforced Concrete. 5. ACI 347 - Recommended Practice for Concrete Formwork. 6. ACI 61 - Recommended, Practice for Measuring, Mixing, and Placing Concrete. 7. ACI 613 - Recommended Practice for Concrete Formwork. 8. ACI Comm. - Selection and Use of Aggregates for Concrete 621. 9. ASTM A615 - Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 10. ASTM A616 - Rail -Steel Deformed and Plain Bars for Concrete Reinforcement. -� 11. ASTM A706 - Low -Alloy Steel Deformed Bars for Concrete Reinforcement. 12. ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. 13. ASTM C136 - Standard Method of Test for Sieve or Screen Analysis of Fine and Coarse Aggregate. 14. ASTM C138 - Standard Method of Test for Weight per Cubic Foot, Yield and Air irl Content (Gravimetric) of Concrete. 15. ASTM C 143 - Standard Method of Test for Slump of Portland Cement Concrete. 16 ASTM C150 Standard Specification for Portland Cement -ASTM"C-171Y- Sh6—OfVMteri�Al'f6t—Cant d Cufirig:_, . -F..., - 18. ASTM C172 - Standard Method of Sampling Fresh Concrete. 19. ASTM C173 - Air Content of Freshly Mixed Concrete by the Volumetric Method. - 20. ASTM C192 - Standard Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory. 21. ASTM C231 - Standard Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method. i 22. ASTM C260 - Air -Entraining Admixture for Concrete. 23. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete. 01447214 CAST -IN -PLACE CONCRETE 03300 - 1 09/17 24. ASTM C31 - Making & Curing Concrete Compression and Flexure Test Specimens in the Field. 25. ASTM C33 - Concrete Aggregates. 26. ASTM C39 - Compressive Strength of Molded Concrete Cylinders. 27. ASTM C40 - Organic Impurities in Fine Aggregates for Concrete. 28. ASTM C42 - Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 29. ASTM C494 - Chemical Admixtures for Concrete. 30. ASTM C618 - Fly Ash and Raw od Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete. 31. ASTM C94 - Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 32. AWS D12.1 - Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction. 33. Portland Cement Association (PCA) - Design and Control for Concrete Mixtures. 34. SP-7 ACI - Manual of Concrete Inspection. 35. TxDOT Standard Specifications for Construction of Highways, Streets and Bridges. 36. U.S. Army Corps of Engineers CRD C-572 - Specification of Water Stops. 1.3 SUBMITTALS A. Product Data for each type of manufactured material and product indicated. 1. Fiber reinforcement. 2. Admixtures 3. Curing materials. B. Design Mixes for each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Submitted compressive test results must be less than 6 months old. Indicate amounts of mix water to withhold for later addition at Project site. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. Manufacturer must be certified per National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified per ASTM C1077 and ASTM E329 to conduct testing indicated, as documented per ASTM E548. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, per ACI CP-I or equivalent. PART 2 - PRODUCTS 2.1 CEMENT A. Portland cement to conform to latest revisions of ASTM C150, Type H, and an approved brand. Only one brand of cement permitted in any one structure. Plant tests and certificates of conformity with specification furnished with each carload of cement. 01447214 09/17 CAST -IN -PLACE CONCRETE 03300 - 2 2.2 FINE AGGREGATE A. Fine aggregate consists of hard, strong, durable and uncoated particles of natural sand, washed and screened. Aggregate to be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities and grading conform to: 1. Percentage Passing Square Openings a. No. 4:95-100. b. No. 16:45-70. C. No. 50:15-30. d. No. 100:3-8. e. No. 200:0-3. B. Fineness modulus shall not vary more than t0.20 from approved sample, 2.20 - 2.90. 2.3 COARSE AGGREGATE A. Consists of hard, tough, durable, and uncoated particles of washed and screened gravel or crushed stone, free of vegetation, soft, friable, thin, or elongated particles. B. Maximum size of coarse aggregate governed by conditions of concrete placement and not greater than 3/4 of distance between reinforcing bars. In no case shall maximum size be greater than 2 inches. All aggregates to be approved before use. 2.4 WATER A. Clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals. 2.5 FORMS A. Wood or metal and sufficient strength to support concrete without bulging between supports and sufficiently watertight to hold concrete mortar. Forms constructed so finished concrete shall be form and dimensions shown on plans. All formwork for exposed surfaces of material and constructed to produce smooth, even surface when concrete placed. Oil all forms before use. In general, remove wall forms after concrete is in place 24 hours. All exposed edges shall have 3/4-inch chamfer whether shown on details. Immediately upon removal of forms, repair any honeycombed sections as directed. 2.6 CONCRETE MIX A. Class "A" concrete shall contain not less than 5.5 sacks of cement per cubic yard. No more water to be used than required to produce workable mix and in no case will water content exceed 5.0 gallons per sack of cement. Proportioning constituents of concrete shall produce a dense, and workable mixture, and mix approved before any concrete placed .. , ..., . B..,....._ Minimum 28,rday,.compressive.strength-for Class_A:concrete: 4,0.00-psi.�.4 --. _._ . „ . _... vr, -- - C. Pipe embedment concrete to contain not less than 4 sacks of cement per cubic yard. No more t I water than 8 gallons of water per sack of cement shall be used. Proportioning constituents of concrete shall produce dense, workable mixture, and mix approved before placing any concrete. l D. Cement Stabilized Backfill for backfill stabilization to contain minimum 2 sacks of cement per cubic yard. No more water than 10 gallons per sack of cement shall be used. 01447214 CAST -IN -PLACE CONCRETE 03300 - 3 09/17 f s_J t_ 2.7 EXPANSION JOINTS A. Where premolded expansion joint material shown on plans, such material shall be 1/2- or 3/4—inch bituminous -type preformed joint filler, AASHTO M-33 as shown on Drawings. Contractor to submit on proposed expansion joint material and submit documentation certifying it meets AASHTO M-33 requirements. PART 3 - EXECUTION 3.1 MIXING A. All aggregates to be accurately weighed or measured by volume. Mix concrete in approved batch mixer equipped with accurate water -measuring tank, mixed for 90 seconds after all materials in mixer. "Ready -mixed" or "Transit -mix" concrete may be used. If used, it shall conform to specifications and "Standard Specifications for Ready Mixed Concrete," ASTM C 4. B. Attach to each mixer and agitator in a prominent place, metal plate(s), plainly marked, for various uses equipment is designed, capacity of drum or container in terms of volume of mixed concrete and speed of rotation of mixing drum, blades, or paddles. Stationary mixers equipped with acceptable timing device not permitting batch to dispatch until specified mixing time elapses. Truck mixers equipped with a way to readily verify number of revolutions of drum blades or paddles. C. Mixer, when loaded to capacity, shall combine ingredients of concrete within specified time into thoroughly -mixed, uniform mass, and discharging concrete with satisfactorily degree of uniformity. No mixer or agitator used if results of slump tests of individual samples taken at approximately one- and three-quarter points of placement differ by more than 2 inches. Inspect mixers and agitators frequently for changes in condition due to accumulations of hardened concrete or mortar or wear of blades. D. Truck mixers shall have adequate water supply and metering devices. No water can be added to concrete after initial mixing without permission of Engineer. E. After mixing, transport concrete to forms to prevent separation/segregation of aggregates and place without undue delay. Deposit as nearly as practicable in final position to avoid rehandling or flowing concrete. As concrete is placed, vibrate by type of vibrator submerged in concrete. F. Immediately begin mixing at mixing speed after all ingredients are in mixer. For complete mixing in truck, each batch shall be mixed not less than 70 or more revolutions of drum. For partial mixing in truck, each batch mixed not less than 50 nor more than 100 revolutions of drum. Mixing speed designated by manufacturer. All revolutions after prescribed mixing time, at agitating speed. Agitating speed not less than one nor more than four revolutions per minute. Keep drum in continuous motion from time mixing is started until discharge completes. G. Maximum time interval between introducing mixing water to cement and aggregates and placing concrete in forms, shall not exceed: 90 degrees F or above air only) loom 45 minutes 75 to 89 degrees F 60'minutes 35 to 74 degrees F 90 minutes H. Do not place concrete when ambient temperature is less than 40 degrees F and falling, but place if temperature is 40 degrees F and rising. Do not place concrete when temperature will 01447214 CAST -IN -PLACE CONCRETE 03300 - 4 09/17 l� drop below 35 degrees F within 24 hours after placement as projected by National Weather _a Service unless properly protected. Concrete temperature at time of placement in forms, shall not be less than 50 nor more than 90 degrees F. When placing concrete in freezing weather,' provided means for keeping concrete at least 50 degrees F not less than 72 hours after placing or until concrete thoroughly hardens. Do not place concrete when weather conditions are unsuitable for such work. F-1 3.2 TRANSPORTING A. Concrete shall be handled from mixer to place of final deposit to prevent segregation and when practicable, deposited in final position without rehandling or flowing. All equipment _I used in transporting concrete shall be maintained in a clean condition. Concrete not delivered from hoists, by spout, by trough, or dumped into carts with free fall of more than 4 feet. , Prevent separation or loss of ingredients while transporting concrete. Runways for carts or i buggies shall not bear upon reinforcing or fresh concrete. Pump and convey concrete only after approval by Engineer and with equipment to insure continuous flow without segregation. 01, 3.3 PLACING A. Do not place concrete until all reinforcement is securely and properly fastened in correct position. Check form ties and retighten where necessary. Engineer inspects and approves forms and reinforcement before placing concrete. All embedded items shall be in place and clean -out openings closed before such inspection. Engineer institutes and coordinates a procedure for inspecting forms reinforcing, inserts, etc., before all concrete placement. At least 24 hours before concrete placement, Contractor submits inspection sheet to Engineer. Developing inspection sheet shall show location and quantity of concrete to place, time and date schedule for placement, and signed by Contractor's representative. Signing sheet will certify all items necessary are inspected and area ready for final review by Engineer. If Engineer determines corrections are excessive, reschedule placement and notify Engineer 12 hours before scheduled placement after corrections made. Engineer's representative will be on the job during placement of concrete and concrete not placed unless Engineer or representative is present. i B. Place concrete to prevent segregation, thoroughly embed all reinforcement and fixtures, fill all angles in forms, and prevent formation of aggregate pockets or honeycomb. Placement in walls columns or other deep forms shall be through openings in forms, spaced at frequent intervals, or tremies so free fall shall not exceed 4 feet. Space points of depositing concrete so concrete surfaces are kept level without using vibrators or other equipment to cause it to flow into place. C. Place concrete with approved mechanical vibrating equipment. Apply vibration to concrete and of sufficient intensity and duration to cause flow or settlement of concrete, thoroughly compacting, and complete embedment of reinforcement and fixtures Supplemental forking and spading by hand required to secure dense uniform surfaces and complete filling of corners and angles. D. Excessive spading or vibrating causing undue water gain or segregation not permitted. If moderate working causes excessive water gain, adjust mix. Remove excess water when it� appears. When concrete in floors or slabs deposited on the ground, thoroughly compact and moisten subgrade before placement. Use grill tamp on floor slabs. Completed sections shall conform to details on Contract Drawings and concrete shall be dense, uniform, and free of aggregate pockets or honeycomb. 01447214 CAST -IN -PLACE CONCRETE 03300 - 5 09/17 E. Place concrete in vertical walls in continuous horizontal layers approximately 18 inches in depth. Not more than one hour shall elapse between placing successive layers of concrete in any portion of a structure included in a continuous placement. F. Contractor shall adhere to ACI 306 and 605 requirements for cold and hot weather concreting. G. Do not generally place concrete during high winds with blowing dust that contaminate surface and cause entrapment of sand and dust particles in finished surfaces. 3.4 SLUMP A. Slump of all concrete shall be 3 to 6 inches with placement governing slump used. In all cases, Engineer shall specify slump used before placement. When 3-inch slump is specified, allowable tolerance is 1/2 inch. When specified tolerance is greater than 3 inches, tolerance is 1 inch. In general, flat work requires a slump of approximately 3 inches and concrete for vertical members, (walls columns, etc.), shall be 5 inches. Slump for concrete added to CMU units, shall be 6 inches. 3.5 WEATHER A. Transport mixed concrete from plant in truck mixers. Elapsed time from addition of cementitious material to mix until concrete is deposited in place at Work site, shall not exceed 90 minutes when concrete is hauled in truck mixers. Re -tempering concrete by adding water or other means, not permitted. With transit mixers, additional water may be added to batch materials and additional mixing performed to increase slump to meet specified requirements provided addition of water is performed within 45 minutes after initial mixing operations and water/cementitious ratio specified in approved mix design is not exceeded and approved by Engineer B. Do not mix, place, or finish concrete when natural light is insufficient, unless adequate and approved artificial lighting system is operated. 1. Cold Weather: a. Unless Engineer authorizes in writing, discontinue mixing and concreting operations when descending air temperature in shade and away from artificial heat reaches 40 degrees F. Do not resume until ascending air temperature in shade and away from artificial heat reaches 35 degrees F. b. Aggregate shall be free of ice, snow, and frozen lumps before entering mixer. Temperature of mixed concrete shall not be less than 50 degrees F at time of placement. Do not place concrete on frozen material nor use frozen aggregates in concrete. C. When concreting authorized during cold weather, water and/or aggregates may be heated no more than 150 degrees F. Apparatus used shall heat mass uniformly and arranged to preclude possible occurrence of overheated areas detrimental to materials. 2. Hot Weather: a. When maximum daily air temperature exceeds 90 degrees F, Contractor performs all concrete placement during nighttime hours unless temperature controls implemented and approved by Engineer. During hot weather when maximum daily air temperature exceeds 85 degrees F, take these precautions: 1) Sprinkle forms and/or underlying surface with water immediately before placing concrete. Place concrete at coolest temperature practicable and in no case shall temperature of concrete exceed 90 degrees F. Cool aggregates and/or mixing water as necessary to maintain concrete 01447214 CAST -IN -PLACE CONCRETE 03300 - 6 09/17 temperature at or less than specified maximum. If concrete temperature exceeds 95 degrees F as measured per ASTM C1064, it shall be rejected. 2) Keep finished surfaces of newly -laid concrete surface damp by applying a water -fog or mist with approved spraying equipment until concrete surface is covered by curing medium. If necessary, provide wind screens to protect concrete from evaporation rate in excess of 0.2 pounds per square feet per hour as determined per Figure 2.1.5 in ACI 305R - Hot Weather Concreting, which considers relative humidity, wind velocity, and air temperature. When conditions cause problems with plastic cracking, particularly if any plastic cracking occurs, Contractor immediately takes additional measures as necessary to protect concrete surface such as wind screens, more effective fog sprays, and similar measures commencing immediately behind concrete placement. If these measures are not effective in preventing plastic cracking, immediately stop concreting operations. 3) Contractor shall submit Hot -Weather Concrete Construction Plan and Engineer reviews 30 calendar days before concrete placements when ambient temperature exceeds 85 degrees F. This plan shall conform to ACI 305R and other specified requirements and include but not limited to demonstrating how concrete temperature during batching and mixing is kept below 90 degrees F, concrete is protected from rapid evaporation of surface moisture, proper use of water reducers with re -dosing charts and procedures, and curing procedures. 4) Limit concrete placement to nighttime hours when average daily air temperature is or forecasted to exceed 90 degrees F. 5) Before daily concreting operation placement, Contractor provides Engineer with Temperature Management Program for concrete placed to assure uncontrolled cracking is avoided. At minimum program addresses: (a) Anticipated tensile strains in fresh concrete related to heating and cooling concrete material. (b) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity. (c) Anticipated timing of initial sawing of joints, when specified. 3. Documentation of Weather Data: Contractor provides continuous and accurate record of air temperature, relative humidity, concrete temperature, and wind velocity at Project site with portable weather station, adjacent to concrete work area(s). Contractor collects and documents data continuously for full duration of Project. Contractor's quality control staff document weather data in daily Quality Control Reports, and use and implement data to eliminate potential for plastic cracking concrete by estimating evaporation rate from Figure 305R. a. Keep finished surfaces of newly -laid concrete damp by applying water -fog or mist with approved spraying equipment until concrete is finished and covered by curing medium. When evaporation rate is less than 0.2 pounds per square foot per hour, apply one coat of liquid concrete curing compound at minimum rate of 150 square feet per gallon. When evaporation rate is 0.2 - 0.4 pounds per square foot per hour, apply one coat of liquid concrete curing compound at minimum rate of 100 pounds per square feet per gallon. When evaporation rate is greater than 0.4 but less than 0.6 pounds per square foot per hour, apply two coats of liquid concrete curing compound, each coat at 100 square feet per 01447214 CAST -IN -PLACE CONCRETE 03300 - 7 09/17 gallon. When evaporation rate is 0.6 pounds per square foot per hour, terminate or not initiate concreting operations. Evaporation rates determined per Figure 305R considering relative humidity, wind velocity, and air temperature. b. Sprinkle forms and/or underlying surface with water immediately before placing concrete. Place concrete at coolest temperature practicable and in no case shall temperature of concrete when placed exceed 90 degrees F. Cool aggregates and/or mixing water as necessary to maintain concrete temperature at or not more than specked maximum. Use chilled water to ensure concrete temperature is below 90 degrees F. C. When conditions cause plastic cracking to occur, Contractor shall immediately take additional measures (requirements shown in Table 3) as necessary to protect concrete surface. If measures are not effective in preventing plastic cracking, immediately stop concreting operations, and Contractor to remove and replace all cracked Portland cement concrete at no additional cost to the City of Lubbock. d. Based on results of Contractor's Quality control data as collected and documented from portable weather station, the following criteria applies: labor i - uummu uumruu.Nv KLvu KE1V1N;xrs kuK uuiNuF ,i,.L Continuous Documentation of Weather Data: Contractor shall suspend concrete placement when evaporation rate is greater than 0.60 pounds per square foot per hour, as determined from Contractor's portable weather station data and Figure 305R. Contractor provides continuous and accurate record of air temperature, relative humidity, concrete temperature, and wind velocity at Project site and adjacent to Work Area with portable weather station. Contractor's Quality Control staff shall use and record data obtained from portable weather station and include data in Quality Control daily testing and inspection report. Submit Quality Control testing and inspection report to Engineer daily. Collect weather data every day during construction, regardless if concrete is proposed to place. Portable weather station may be from: a. Portable Zeno Weather Coastal 820 First Avenue South Seattle WA 98134-1202 800.488.8291 3.6 FINISHING A. Exposed Vertical Surfaces shall have all tie -rod holes filled, fors and rough edges removed, and all defects removed or patched. Following this, rub surfaces with carborundum stones and clean, clear water until smooth surface, uniform in color and texture, is obtained. Finish as soon as is practical after removal of forms. B. Unexposed Vertical Surfaces shall be finished as specified for exposed vertical surfaces except no rubbing required. C. Access Ramps and drivable surface on spillways shall be troweled, after floating, then lightly brushed to provide non-skid surface. 01447214 09/17 CAST -IN -PLACE CONCRETE 03300 - 8 i 3.7 EMBEDDED ITEMS A. All bolts, pipe, pipe sleeves, inserts, or other fixtures required by plans or specifications embedded in concrete, shall be set accurately in place and maintained in position during concreting operations. 3.8 TESTS A. Contractor furnishes results of tests made by a competent commercial laboratory on each material source he proposed to use before start of construction, and material not shipped until results are examined by Engineer and source of material approved. Laboratory mix designs and conformation cylinders not required for Project; however, submit proposed mix for each class of concrete to Engineer for approval before placing any concrete. Contractor bears cost of all preconstruction tests. Additional test certificates furnished on aggregate if material source is changed. B. Conduct seven- and 28-day compressive tests on all cylinders. Take a set of four cylinders for each placement of 50 cubic yards, or portion thereof. 3.9 REINFORCING A. Bar Reinforcing: Except where plain bars specifically shown on plans, all bar reinforcing shall be deformed bars. Deformed bar reinforcing conform to ASTM A615 Grade 60 requirements. Plain steel bars including 1/4-inch-diameter bars conform to the ASTM A307, Grade 60 requirements. Weldable reinforcing bars conform to ASTM A706. B. Welded Wire Fabric as designated on Drawings and conform to requirements of Texas State Department of Transportation - Standard Specifications for Construction of Highways, Streets and Bridges, Item 440.2 Materials. C. Storing Reinforcing stored at site shall be protected from accumulating grease, mud, other foreign matter, and rust -producing conditions. Bars shall be free from loose, flaky rust, scale, oil, mud, or structural defects when incorporated in structures. D. Fabrication and Placing: 1. Reinforcement to be accurately fabricated to dimensions and shapes shown on plans per ACI Manual of Standard Practice unless variations specifically shown on plans. 2. Reinforcement to be accurately placed and adequately supported by concrete, metal, or other approved chairs, spacers, or ties, and secured against displacement. Reinforcement to be placed in specified positions within the following tolerances: a. Depth in structural slabs, flexural members, walls and columns: ±1/4 inch. b. Longitudinal location of bends and ends of bars: f2 inches except do not reduce required concrete cover at ends of members. 3. Unless noted otherwise on Contract Drawings, concrete cover for reinforcing per ACI Building Code Requirements for Reinforced Concrete (ACI 318) requirements. 4. Splices shall be made as shown on Contract Drawings by lapping bars required amount ana securely wiring togetner. wnere aetans or splices not snown or unanticipated splices required, make where Engineer approves and length of lap as required by ACI Building Code Requirements for Reinforced Concrete (ACI 318). t-t 5. Reinforcing bars partially embedded in concrete shall not be field bent, except as indicated on Contract Documents or permitted by Engineer. 6. Torch cutting reinforcing bars, not allowed. 7. Mats of wire fabric to overlap each other sufficiently to maintain uniform strength and fastened securely at ends and edges. i }y} :-Y 01447214 CAST -IN -PLACE CONCRETE 03300 - 9 09/17 1� ,__i 3.10 JOINTS A. Construct construction and expansion joints per details shown on Drawings. If necessary to stop placement of concrete between joints or Contractor desires to construct joints other than those shown, make j oints only at locations approved by Engineer and construct per plans and specifications. B. Make all horizontal joints shown on plans truly horizontal and chamfered. Vertical joints shall be truly vertical. C. Before concreting operations resume at any construction joint or fresh concrete is bonded to hardened concrete, cut or chip surface of hardened concrete to remove laitance and expose aggregate. Thoroughly clean and saturate concrete surface, then slosh with coating of neat cement grout where fresh concrete placed before grout attains initial set. Insure first layer of new concrete contains sufficient mortar for adequate bond. D. Construct all joints in workmanlike manner with joints truly vertical or horizontal, as required, and at right angles to member axis where joint occurs. Accurately position and nail expansion joint material onto existing concrete to lines and dimensions shown on Drawings so expansion joint material is accurately held in place during placement of new concrete. 3.11 CURING AND PROTECTING A. Cure all concrete by applying liquid membrane coating to all exposed surfaces, if Engineer approves materials and method of application. Coating to conform to ASTM C309. Prevent mechanical injury to concrete work during curing period until Work is accepted. Repair any Work damaged before acceptance to Engineer satisfaction. B. Protect all concrete work until it sets up sufficiently to prevent damage by vandals. C. Provide suitable means to prevent concrete from freezing not less than 72 hours after placing. Contractor removes and replaces any concrete damaged by freezing at his expense. Do not add any admixture of chemicals to concrete to prevent freezing, unless Engineer specifically approves. 3.12 DEFECTIVE WORK A. Immediately remove and replace any defective Work disclosed after forms are removed. If any dimensions are deficient, section not constructed to proper grade, or concrete surface is bulged, uneven, or shows honeycomb, and Engineer believes they cannot be repaired satisfactorily, remove and replace entire section, at Contractor expense. 3.13 FORMWORK REMOVAL A. Remove forms only upon Engineer approval, but generally, within 24 hours. Place adequate reshoring when forms are removed and backfilling begins and remain in place until design 28-day compressive strength attained. Determine attained strength from standard test cylinders molded, cured, and broken per ASTM C31. Concrete strength assumed average strength of two cylinders tested. If Contractor wishes to determine concrete strength before 28-day tests, Contractor bears cost and responsibility of obtaining additional cylinders and tests. B. It is Contractor responsibility, in all form removal, to prevent damage or marring concrete surfaces. 01447214 CAST -IN -PLACE CONCRETE 03300 - 10 09/17 3.14 BACKFILLING A. Make backfill behind and adjacent to all concrete work from good quality topsoil. Material to be free from organic material like leaves, grass, roots, other unsuitable materials, and free of rocks or stones. Contractor provides smooth, even slope between existing ground and top of curb or other concrete structure. B. During backfll and cleanup process, do not scrape, chip, crack or otherwise damage concrete including tire marks from equipment or trucks. Remove and replace any damaged concrete at Contractor expense. 3.15 PAYMENT A. Payment made for all Work covered in this Section at Contract unit price per unit or included in lump sum price per job for items, as shown on proposal. Such payments shall be complete compensation for complete performance of Work per Drawings and specification provisions. END OF SECTION 01447214 CAST -IN -PLACE CONCRETE 03300 - 11 09/17 - 1 SECTION 15130 - WHEELED SUMP PUMPS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Wheeled sump pump and motor and related accessories. 2. Side slope riser. 3. Control panel. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 PERFORMANCE REQUIREMENTS A. Provide pumps to operate at system fluid temperatures without vapor binding and cavitation, non -overloading in parallel or individual operation, and operate within 25 percent of midpoint of published maximum efficiency curve. 1.3 SUBMITTALS A. Section 01300 "Submittals" for submittal procedures. B. Product Data: Submit certified pump curves showing performance characteristics with pump and system operating point plotted. Include NPSH curve when applicable. Include electrical characteristics and connection requirements. Submit manufacturer model number, dimensions, service sizes, and finishes. C. Manufacturer's Installation Instructions: Submit application, selection, and hookup configuration with pipe and accessory elevations. Submit hanging and support requirements and recommendations. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.4 CLOSEOUT SUBMITTALS A. Section 01700 — Contract Closeout: Closeout procedures. B. Operation and Maintenance Data: Submit installation instructions, servicing requirements, assembly views, lubrication instructions, and replacement parts list. C. Maintain one copy of each document onsite. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified with minimum three years' experience. B. Installer: Company specializing in performing Work with minimum three years' experience approved by manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect systems from entry of foreign materials by temporary covers, completing sections of work, and isolating parts of completed system. 01447214 WHEELED SUMP PUMPS 15130 - 1 08/17 1.7 FIELD MEASUREMENTS A. Verify field measurements before fabrication. 1.8 WARRANTY A. Furnish five-year manufacturer warranty for pumps. PART 2 - PRODUCTS 2.1 WHEELED SUMP PUMP A. Manufacturers: EPG Surepump Wheeled Sump Drainer, Model WSDPT5-5, or approved equal. B. Drainer shall have a 1 1/2inch threaded discharge nozzle. C. Performance requirements. 1. Flow capacity: 25 gallons per minute. 2. Head: 85 feet. D. Each wheeled sump drainer shall pump contaminated ground water for spill recovery, leachate, purge and sampling applications. E. Weld transmitter mount at center bottom of sump drainer for liquid level control. Sump drainer shall permit unit to "pump down" to within 8 inches of sump bottom without any loss of performance or damage to pump. Sump drainer equipped with vent valve to assist with evacuation of air from sump drainer. F. Each unit fitted with 250 feet of stainless lifting cable of sufficient strength to permit removal of unit. G. Each unit suitable for side slope riser installation. H. Motor: Each unit shall come with a 1.0 HP submersible, hermetically -sealed, Franklin electric motor designed for continuous duty. Motor shall be single phase with 250 feet of cable. Motor shall connect to pump via a motor adapter and coupling in 304 stainless steel. Single-phase motors shall have thermal protection in motor windings to protect windings from overload. Unit will restart automatically after motor cools down. Motor lead wire shall be no -splice with EPG CP waterproof and chemically -resistant insulation. I. Materials: Major components made of 304 stainless steel, seal rings made of TeflonTM, and bearings E-G1ideTM. In addition, all fasteners are 304 stainless steel. J. Check Valve: Each unit includes built-in check valve with housing and disc of 304 stainless steel and check valve seat of TeflonTM. K. Shaft shall be of 304 stainless steel and rotate on E-G1ideTM bearings, product lubricated. L. Diffuser Chamber for each impeller shall be 304 stainless steel, fitted with TeflonTM impeller seal rings. M. Impellers shall be closed and consist of 304 stainless steel. 2.2 SIDE SLOPE RISER A. Non -guide rail disconnect system (N-Series) by Surepump, or approved equal. 2.3 CONTROL PANEL A. Furnish one EPG Companies, Inc. UL-listed L925 PT control panel to operate pump motor and auxiliary equipment in manual or automatic mode. Panel enclosure is NEMA Type 4. B. Enclosure equipped with inner door, stainless -steel drip shield, and tamper -resistant latch. 01447214 WHEELED SUMP PUMPS 15130 - 2 08/17 e t` C. Control system operates from a 240 volt, 60 hertz, single-phase power supply. Pump control components sized to operate pump motor of specified horsepower. D. Standard features included with control panel include: 1. Main 20-amp disconnect switch, preventing panel opening while power is on and includes 250 volt, 10 amp dual element fuses. 2. Hand -Off -Auto Selector Switch: Allows manual or automatic operation. Selector switch shall be heavy-duty, oil -tight, NEMA 4-rated switch mounted on inner door. 3. Motor Contactor sized to pump motor horsepower. 4. Control Transformer with fused primary to isolate control circuit from power circuit and easier/safer field wiring accessories, lowering incoming voltage to 120 Volts. 5. Running Light indicates energization of motor circuit. It shall be heavy-duty, oil -tight, NEMA 4-rated with voltage -surge suppressor built in to prolong lamp life. 6. Motor Start Winding Control with Start Capacitors and Start Winding Relay: Capacitor used to start motor. Relay used to remove start winding from circuit when motor reaches operating speed. 9 7. LevelMaster Level Control mounted on inner door. Meter has digital readout and able to monitor and maintain pumping operations as well as at least two other level signals. Level control accurate to within 0. 1 inch. 8. Heater with Adjustable Thermostat promotes even heat distribution and elimination of hot spots and condensation. Heater clement mounted in space between sub -panel and back of enclosure, providing minimum 36-inch-square of heating area. 9. Lightning Arrestor shall be grounded, metal -to -metal, to water strata. 10. Terminal Strip provides easy connection of external components. 11. Corrosion Inhibitor Emitter: Inclusion of an industrial corrosion inhibitor emitter protects internal components of control panel from corrosion up to one year. 12. For options, see specification sheets. E. Submersible pressure transmitter level sensor shall have 0 — 250-foot range with 4 - 20 MA output signal. Transmitter construction shall be stainless steel body, stainless steel diaphragm, and Viton seals with chemical resistant signal cable. Transmitter circuit shall be protected by intrinsically safe barriers. F. Simplex System is designed to start pump on change in liquid level as sensed by pressure transmitter. Pump will continue to run until selected level reached. If liquid level changes beyond set points, high and/or low level will be annunciated. PART 3 - EXECUTION 3.1 INSTALLATION A. Provide pumps to operate at specified system fluid temperatures without vapor binding and cavitation, are non -overloading in parallel or individual operation, and operate within 25 percent of midpoint of published maximum efficiency curve. B. Lubricate pumps as necessary before start-up. C. Install side slope riser as shown on plans and recommended by manufacturer. Avoid damage shall to liner system. END OF SECTION R 01447214 WHEELED SUMP PUMPS 15130 - 3 08/17 SECTION 16000 BASIC ELECTRICAL METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: B. National Electrical Code (NEC) C. National Electrical Safety Code (NESC) D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. E. All temperature control wiring and associated conduit and boxes, shall be provided under other sections of the specifications. All power and control wiring, not identified under Division 15, shall be provided under Division 16. F. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical work required in the Contract Drawings. G. In the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. H. The contractor shall familiarize himself with the existing conditions of the site and advise the Engineer of any discrepancy or conflict prior to bidding. I. The contractor shall be responsible for all permits, fees, and licenses required for the project. All cost of such permits or fees shall be included in the bid. J. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. K. Install sleeves, sealant pans, and roof penetrations as required for the installation of the electrical work. All such work is subject to the approval of the Architect. L. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this contract. M. This project will include the extension electrical services to support the new equipment. 1.3 SUBMITTALS A. The intent of this section is to give general submittal information, refer to specific submittal information in the subsequent mechanical sections. B. No prior approval will be given for Division 16 equipment. It shall be the responsibility of the Contractor to furnish submittals that meet the requirements of the specifications. Submittals will be reviewed after selection of the successful Contractor. The responsibility of proving an equal product shall be with the Contractor. 01447214 BASIC ELECTRICAL METHODS 16000 - 1 08/17 C. Requirements for each submittal: 1. Bear a dated stamp or specific written indication that the Contractor has reviewed and approved all submittal prior to submission to Engineer. 2. Have all information deleted by Contractor that pertains to the means and methods of construction or to fabrication, assembly, installation, or erection (approval by Engineer shall not extend to these areas unless specifically noted by Engineer). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 2 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable the Engineer to review the proposed equipment. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. 01447214 BASIC ELECTRICAL METHODS 16000 - 2 08/17 E. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. B. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural and mechanical conditions and shall be adjusted to avoid conflict. C. The locations of electrical equipment is approximate and are not intended to convey the exact details and mounting of location of outlets, equipment and other items. Exact locations are to be field determined by actual measurements. D. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. E. Excavation for Pipe and Conduit 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side ofpipe or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. 01447214 BASIC ELECTRICAL METHODS 16000 - 3 08/17 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top _m 12" of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 7. Protection a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. �p 1) Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished d , surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1) Restore appearance, quality, and condition of finished surfacing to match r adjacent work, and eliminate evidence of restoration to the greatest extent possible. 8. Disposal of Surplus and Waste Materials a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. x F. It shall be the responsibility of the Contractor to ensure continued electrical service to all equipment and devices. Reroute circuits as required to provide continued electrical service to all E equipment that remains operational. In addition, provide temporary electrical service during construction to support the phasing of the work. G. It shall be the responsibility of the Division 16 Contractor to provide power for all equipment, controls, dampers, etc for the proper operation of all equipment. Coordinate with mechanical drawings for locations and requirements. H. It shall be the responsibility of the Division 16 contractor to provide disconnects for all equipment to comply with the applicable provisions of the National Electrical Code. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. 01447214 BASIC ELECTRICAL METHODS 16000 - 4 i 08/17 t._ 3.3 B. After the interior wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. After motor operation has been verified make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all transformers in the building as directed, or coordinate with the utility proper building voltage. D. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual specification sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the drawings is intended to establish a standard of quality of the product. It is the responsibility of the contractor to review all items he intends to submit. If equipment other than that indicated on drawings is proposed by the contractor, the information will be reviewed at the time of the submission of the submittal. END OF SECTION 01447214 BASIC ELECTRICAL METHODS 16000 - 5 08/17 SECTION 16111 CONDUIT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Metal conduit. B. Flexible metal conduit. C. Liquidtight flexible metal conduit. D. Electrical metallic tubing. E. Fittings and conduit bodies. 1.3 RELATED SECTIONS A. Section 07270 - Fire Stopping. B. Section 16130 - Boxes. C. Section 16170 - Grounding and Bonding. D. Section 16190 - Supporting Devices. E. Section 16195 - Electrical Identification. 1.4 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.5 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, flexible metal conduit, Liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 01447214 CONDUIT 16111 - 1 08/17 1.7 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Slab: Non metallic PVC conduit is acceptable within limitations specified. E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non metallic PVC conduit within limitations specified. F. MC Cable: Shall not be utilized on this project. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied. 2. Wheatland. 3. Substitutions: Under provisions of Section 01600. B. Rigid Galvanized Steel Conduit (RGS): ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 01447214 CONDUIT 16111 - 2 08/17 2.3 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultatite. 2. Electri-flex. 3. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations. 2.4 NON-METALLIC CONDUIT A. Description: NEMA T132, Schedule 40 Conduit. Conduit shall be sunlight resistant. 2.5 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy. 2. Robroy Industries. 3. Substitutions: Under provisions of Section 01600. B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied with two layers of corrosion resistant tape. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match conduit. PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports H. Do not attach conduit to ceiling support wires. I. Arrange conduit to maintain headroom and present neat appearance. J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. N. Cut conduit square using saw or pipecutter; de -burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. 01447214 CONDUIT 16111 - 3 08/17 P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Q. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. Bend radii shall not be less than the minimum allowed by the National Electrical Code or as required to facilitate pulling. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond conduit under provisions of Section 16170. W. Identify conduit under provisions of Section 16195. X. Ducts shall be cleaned with an flexible mandrel assembly. Y. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. The transition from PVC to rigid steel shall occur below the slab. Z. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduit shall be concrete encased. AA. Minimum cover for underground conduits shall be 30 inches unless otherwise noted. 3.2 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements, using materials and methods under the provisions of Section 07270. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with roofing installation. END OF SECTION 01447214 CONDUIT 16111 - 4 08/17 SECTION 16123 BUILDING WIRE AND CABLE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Building wire and cable. B. Wiring connectors and connections. 1.3 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.4 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NECA Standard of Installation (National Electrical Contractors Association). C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). D. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.6 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 01447214 BUILDING WIRE AND CABLE 16123 - 1 08/17 1.9 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.10 FIELD SAMPLES A. Provide under provisions of Section 01400. 1.11 PROJECT CONDITIONS A. Section 01039 - Coordination and Meetings. B. Verify that field measurements are as indicated. C. Conductor sizes are based on copper. D. Wire and cable routing indicated is approximate unless dimensioned. 1.12 COORDINATION A. Coordinate Work under provisions of Section 01039. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 - PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to Section 01600 - Material and Equipment. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type indicated herein. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. I1sco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. 01447214 BUILDING WIRE AND CABLE 16123 - 2 08/17 B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. C. Spring Wire Connectors: l . Ideal. 2. Substitutions: Refer to Section 01600 - Material and Equipment. D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. 4. Substitutions: Refer to Section 01600 - Material and Equipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify that interior of building has been protected from weather. C. Verify that mechanical work likely to damage wire and cable has been completed. D. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. Concealed Dry Interior Locations: Use only building wire, Type THW or TH.HN/THWN insulation, in raceway. B. Exposed Dry Interior Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. C. Above Accessible Ceilings: Use only building wire, Type THW or THHN/THWN insulation, in raceway. D. Wet or Damp Interior Locations: Use only building wire, Type THW or THf3N/THWN insulation, in raceway. E. Exterior Locations: Use only building wire, Type THW, THHN/THWN or XHHW insulation, in raceway. F. Use wiring methods indicated. 3.4 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Route wire and cable as required to meet Project Conditions. C. Install cable in accordance with the NECA "Standard of Installation." D. Use solid conductor for feeders and branch circuits 10 AWG and smaller. E. Use stranded conductors for control circuits. 01447214 08/17 BUILDING WIRE AND CABLE 16123 - 3 F. Use conductor not smaller than 12 AWG for circuits. G. Use conductor not smaller than 14 AWG for control circuits. H. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits. I. Install all conductors in conduit. J. Pull all conductors into raceway at same time. K. Use suitable wire pulling lubricant for building wire 4 AWG and larger. L. Protect exposed cable from damage. M. All cables shall be neatly supported. N. Use suitable cable fittings and connectors. O. Neatly train and lace wiring inside boxes, equipment, and panelboards. P. Clean conductor surfaces before installing lugs and connectors. Q. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. S. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. U. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. V. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310 of the 2014 National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing and adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 01447214 BUILDING WIRE AND CABLE 16123 - 4 08/17 SECTION 16130 BOXES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. 1.3 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Submittals for Project closeout. B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 OUTLET BOXES A. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: C. Material: Galvanized cast iron. 01447214 BOXES 16130 - 1 08/17 D. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. E. Boxes for in -grade exterior use shall be sized for the purpose intended. Boxes shall be rated for vehicular traffic where located in drives or similar locations. PART 3-EXECUTION 3.1 EXAMINATION A. Verify locations of outlets in all locations areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights specified in section for outlet device. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. E. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. F. Support boxes independently of conduit. G. Use gang box where more than one device is mounted together. Do not use sectional box. H. Use cast outlet box in exterior locations exposed to the weather and wet locations. I. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for equipment connected under Section 16180. 3.4 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished wail material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. 3.6 REPAIR A. Repair any areas or surfaces damaged during conduit installation. B. Paint (resurface) to original condition. END OF SECTION 01447214 BOXES 16130 - 2 08/17 SECTION 16140 WRUNG DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Wall switches. B. Receptacles. C. Device plates and decorative box covers. 1.3 RELATED SECTIONS A. Section 16130 - Boxes. 1.4 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device -- Dimensional Requirements. D. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. 01447214 WIRING DEVICES 16140 - 1 08/17 PART 2 - PRODUCTS 2.1 WALL SWITCHES A. Manufacturers: 1. Hubbell HBL1221-I. 2. Substitutions: Refer to Section 01600. B. Description: NEMA WD 1, 20 amp, Heavy -Duty, AC only general -use snap switch. C. Body and Handle: nylon ivory handle. D. Utilize equivalent series of manufacturer's numbers above for threeway, four-way and two -pole applications. 2.2 RECEPTACLES A. Manufacturers: 1. Hubbell HBL 5352-I. 2. Substitutions: Refer to Section 01600. Equivalent. B. Description: NEMA WD 1, Heavy-duty general use receptacle, with triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: Ivory plastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. Hubbell GF5352-I or equivalent. G. Provide tamper resistant receptacles of the same manufacturer as indicated above at the location indicated. 2.3 WALL PLATES A. Weatherproof Cover Plate: Gasketed cast metal with gasketed device cover on exterior devices. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that outlet boxes are installed at proper height. B. Verify that wall openings are neatly cut and will be completely covered by wall plates. C. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 01447214 WRUNG DEVICES 16140 - 2 08/17 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole on top. F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. G. Connect wiring devices by wrapping conductor around screw terminal. 3.4 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection, testing, adjusting, and balancing. B. Inspect each wiring device for defects. C. Operate each wail switch with circuit energized and verify proper operation. D. Verify that each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.5 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust devices and wall plates to be flush and level. 3.6 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 01447214 WIRING DEVICES 16140 - 3 08/17 SECTION 16170 GROUNDING AND BONDING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.3 REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.4 GROUNDING SYSTEM DESCRIPTION A. Metal underground water pipe. B. Metal frame of the building. C. Rod electrodes. 1.5 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.6 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for grounding electrodes and connections. 1.7 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 01447214 GROUNDING & BONDING 16170 - 1 08/17 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience, and with service facilities within 100 miles of Project. 1.9 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Material: Bronze. Burndy 12 ton, Hy -Ground or approved equal. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. C. Provide bonding to meet Regulatory Requirements. 01447214 GROUNDING & BONDING 16170 - 2 08/17 D. Bond together metal siding not attached to grounded structure; bond to ground. E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. F. Grounding Electrode System: The new grounding electrode system shall consist ofthe common bonding of reinforcing steel, equipment rack, underground steel water piping and supplemental ground rods as detailed on the drawings. G. Provide proper bonding of the electrical system's grounded conductor (neutral) and the grounding electrode system sized in accordance with N.E.C. Article 250. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection, testing, adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 01447214 GROUNDING & BONDING 16170 - 3 08/17 SECTION 16190 SUPPORTING DEVICES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSI/NFPA 70 - National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". 01447214 SUPPORTING DEVICES 16190 - 1 08/17 C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. Refer to the drawings for equipment rack requirements. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 01447214 SUPPORTING DEVICES 16190 - 2 08/17 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2.2 WIRE/CONDUITBOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 01447214 ELECTRICAL IDENTIFICATION 16195 - 1 08/17 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see specification Section 16000). D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification: 120/208 volts Phase 277/480 volts Black A Brown Red B Orange Blue C Yellow White Neutral Gray Green Ground Green Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 01447214 ELECTRICAL IDENTIFICATION 16195 - 2 08/17 APPENDIX A SOIL AND LINER QUALITY CONTROL PLAN 01447214 APPENDIX A A - 1 09/17 SOIL AND LINER {t j �l (SLQ P) Prepared for WEST TEXAS REGION DISPOSAL FACILITY LUBBOCK COUNTY, TEXAS MSW PERMIT NO.2252 NOVEMBER 1998 9�-fsj�'� HDR Engineering, Inc, 92700 Hillcrest Road, Suite 125 Dallas, Texas 75230 WEST TEXAS REGION DISPOSAL FACILITY ., IIl1SW PERMIT NO.2252 SOIL AND LINER QUALITY CONTROL PLAN TA8LE OF CONTENTS Section FSe 1.0 INTRODUCTION ........................................................... 1.1 General .............................................. ,... 1.2 Definitions ............................................................ 2.0 GEOSYNTHETIG CLAY LINER (CCL)............................................. ......... 4 2.1 General................................................ ..,....,.,.....................................................4 2.2 Submittals ........... ...................... 4 2.2.1 Pre-installation...,.,.....,.,.............,........................................................4 2.2.2 Installation.. ......................................................... ..,.........5 2.3 Delivery, Storage, and Handling.........................................................................5 2.3.1 Packing and Shipping...............................,.,.....,...................................5 2.3.2 Storage and Protection......................................................................... 6 2.4 Materials ..... ................................. ,.,...........,.................... , 6 2.5 Manufacturer ...............,.,...,.,.... ...................., .. ...,...........,..,..,. 6 2.5.1 Aoceptable Manufacturers ........................................ ......................... B 2.5.2 Manufacturing Experience ............. .....7 2.6 Warranty................................................................................................... . ....,.. 7 0.7 Execution 7 2.7.T Examination........,................................,.,..,...,..... ...7 2.7.2 Subgrade Preparation ...................................... . 7 2.7.3 Installation.............................,......:...,,.,...............,.,.,,,......,,....,........... 7 2.8 Equipment ............... .......................................................... I.................................................... , .....10 2.8.1 Storage .................... ................................ 10 2.8.2 Installation......................... ...........................................................10 3.3 FLEXIBLE MEMBRANE LINING (FMI-) ..,.......................................... .............11 3.1 General . ....... ... ............................... ............... 11 3.2 Submittals....................................................,,...,..........,..........................�.11 3.2.1 Manufacturer's Certifcation of SLQGP Conformance........................11 3.2.2 Contractor's and Manufacturer's QC Program ....... .......... ................-11 3.2.3 Contractor's Installation Platt............................................. ..................... ,......,......,.,11 3.2.4 Contractor's Material Submittals ..................................... 12 +2 rS 1: IkA-.�.i... wi.. �r_ IAJ-- - -� .. ....... .................. v.�.v wIunultititulul .'T VviduriArliy........................... ,.................................,...... 12 3.2.6 Contractor's Warranty....—.... .............................................................. 12 3.3 Quality Assurance .......................... ........... ... 13 3.4 Delivery, Storage and Handling........................................................................13 3.5 Products......................................,..................,.,.,..............................................14 3.6 Installation Procedures ............................ ....................... .......,.,.........,,.,.,,........15 3.7 Field Quality Control.....................................................................s.,e-�.�r.....1'7 West Texas Region Disposal Facility Soil and Liner Quality Control Plan i, I 104 rtliCi-iAEL 11 8TACEY ...... y.�..yt �y.-.fa 701W •. yyTf� .y`iiiill� � b~ Sri i 4.0 LEACHATE COLLECTION SYSTEM 21 4.1 Granular Drainage Media 21 4.9 Geocornposite Drainage Materials 21 4.3 Leachate Chimneys 21 4.4 Drainage Layer Placement 21 5.0 PROTECTIVE COVER 25 5.1 General 25 5.2 Protective Cover Soil 25 5.3 Protective Cover Soil Tire Chips 25 6.. 0 MARKING AND IDENTIFYING OF EVALUATED AREAS 27 7.0 SLER, FMLER AND CONSTRUCTION DOCUMENTATION 28 West Texas Region Disposal Facility 0-3i Soil and Liner Ouafity Control Ran x 1.0 INTRODUCTION 1.1 General This Soil and Liner Quality Control Plan (SLQCP) presents engineering and quality control requirements for liner and leachate collection system construction at the West Texas Disposal Facility. The SLQCP shall be used in conjunction with the Site Development Plan Attachments and final construction" drawings and specifications. The SLQCP shall address the following: • A Quality Assurance Program and the Quality Assurance Procedures to be implemented during the composite liner construction including field e' observation, laboratory and field testing, and acceptance criteria for constructed work. +� Recording and documenting procedures to demonstrate that the constructed composite liner meets the requirements of project plans and specifications. • Lines of communication, responsibilities and role of Quality Assurance team and other related project personnel. Report submittals required by the Texas Natural Resource Conservation Commission (TNRCC). 1.2 Definitions This section provides the definitions for terms used in this SLQCP. "Quality Control" - Actions taken by the FAIL manufacturers and FML contractor to ensure t4s t401'.tiL, Ma%.r n#hvtiv riiaterials. a,{d vvorkmianship inset the requiremeras of project plans and specifications. "Quality Assurance" - Actions taken by the Geotechnical Professional (GP) to assure conformity of the liner system production and installation with the Quality Assurance Plan, drawings and specifications. QA is provided by a party independent of installation. "Work" - All tools, equipment, supervision, labor and material or supplies necessary to complete the project as specified herein and as shown on the glans. "Qeosyn#hetics" - A generic classification given to synthetic (man-made plastic) materials used in geotechnical engineering applications. Included are flexible membrane lining, geotextlles, geonets, geogrids, geocomposites and geocells. West Texas Region Disposal Facilii j t 0. I Soil and Liner Quality Control Plan t "Flexible Membrane Lining (FML): - Essentially an impermeable synthetic material used as an integral part of a lining system. It is sometimes referred to as a geomembrane, sheet or panel. On this project, the FML will consist of a High Density Polyethylene (HDPE) material. "Geotext le" - A permeable synthetic textile used with soli, rock, send, gravel or any ether similar materials as an integral part of the composite lining system. It provides protection to the FML as a geosynthetic cushion and also serves as a filter interface between two types of soil materials. "Geasvnthetic Clay Liners" (GCL),, - Geosynthetic clay liners (CCI-s) are factory manufactured, hydraulic barriers typically consisting of bentonite clay or ether very low permeability clay materials, supported by geotextiles and/or geomembranes which are held together by needling, stitching and/or chemical adhesives, "Manufacturer" - Firm(s) responsible for the production of FML and geotextile from resin. "Earthwork Contractor""- The firm responsible for excavation and subgrade preparation under the liner installation. The firm may also be responsible for placing protective cover and granular drainage materials over the installed lining system. "FML, Contractor" - The firm responsible for handling, staring, placing, seaming, and other aspects of the installation of the FML, geosynthetic cushion and geotextiles as a part of the composite lining system. "Geotechnical Professional" (GP) - Person(s) of firms) authorized by the Owner to manage and oversee the execution of the work. For clay liner construction, this includes a professional engineer registered in this state who possesses professional experience in geotechnical engineering and testing, or a graduate geologist who has a minimum of four years experience in engineering geology and is experienced in geotechnical testing and its interpretations. For construction involving geosynthetios, the Geotechnical Professional must be a professional engineer. The Geotechnical Professional is also responsible for observing, testing and doc:lrl en ir, Laactii'itivs rillatved to liner qual r assurance during the installation of the lining system, and for issuing the final report. All completed work is subject to approval of the Ceotechnfcal Professional. "Owner° - The City of Lubbock. "Qualified Engineering Technician' - The qualified representative of the Geotechnfcal Professional who is NICET - Certified in Geotechnieal Engineering Technology at Level 2 or higher, who is an engineering technician with a minimum of four years of directly related experience or a graduate engineer/geologist with one year of directly related experience. "Quality Assurance Laboratory" - The firm responsible for conducting tests on samples of liner system components taken from the site. The laboratory shall be independent of the West Texas Region Disposal Facility 10-2 Soil and Liner Quality Control plan Owner, Manufacturer, Lifting Contractor and any partly involved with the manufacture and/or installation of any of the geosynthetics. "Prolect Plans and Specifications" - All project related plans and specifications including design modifications and "as -built" plans. "Protect Documents" - All contractor submittals, construction plans, "as -built" plans, construction specifications, QA plan, safety plan and project schedule. West Texas Region Disposal Facility 1 p-g Soil and Liner Quality Contral Plan 2.0 CEQSYNTHETIQ CLAY LINER (GCL) 2.1 General This section includes the requirements for selection, installation, and protection of geosynthetic clay liner (GCL). 2.2 Submittal's 2.2.1 Pre -installation Submit the following to the Geotechnicai Professional for approval prior to GCL deployment. 1. The supplier or GCL manufacturer results for standard tests described in Table 2 -1. 2. Written c6dificativn that the GCL meets the properties fisted in Table 2-1. 3. Written certification that GCL manufacturer has continuously inspected each roll of GCL for the presence of needles and other defects and found GCL to be defect -free. 4. Written certification from the GCL manufacturer that the bentonite will not shift during transportation or Installation thereby causing thin spots in the body of the GCL. 5. Quality control certificates signed by a responsible party of the GCL manufacturer for each roll delivered to the site. Each certificate shall include roll identification numbers and results of all quality control tests. At a minimum, results shall be given for tests corresponding to Table 2-1. The bentonite and textile suppliers shall each certify the respective properties under Manufacturer's Quality Control. The GCL manufacturer shall also perform the bentonite tests described under Manufacturer's Quality Control and third party tests. West Texas Region Disposal Facility 10-4 Soil and Liner Quality Control Plan TARL5 2-1 STANDARD TESTS ON GCL MATERIAL TEST ITEM TYPE OF TEST .STANDARD TEST METHOD FREQUENCY OF TESTING Manufacturer's Qualliy Oonhml eentanite(A) Gaolextile GCL Product Free Swath ASTM D Sag4 per 50 tans and 9vW tmok or railcar Fluid LassK ASTM D Soul par 60 tans and every trcrok or raitoar Grab Tensile Strengt0 ASTM R 4832 per 200,000 fte MassNnit Area A5TIVI 0 6261 per 20D,ODD ie Gram Tensile Strengthial ASTM a 4632 par 200,OW tte Clay MasslUnit ATeatq ASTM D SM Per40;00 ftz PermeablUtel ASTM D 5oB4 par waek for each production linem Lap Joint Permeability ASTM 0 5084 Per each material' and lap type Conformance Testing by a marry Independent Laboratory GCL Product Clay MasslUnrt AreaM ASTM 0 5993 eit least 1 tast per 100,000 fts and ASTM D 4354 procedure A Perrneabilityl°in ASTM 0 3084 per 100,0D0 le Direct Shear rr7re] ASTM D 532T Per GOUadjoining rnatedal type Notes: A- Tests to be performed on bentoruts before inoorporation into GCL. Free swell shall have a minimum test value of 24 ml,19VW toss shall have a maximum value of I ml, B - For geotextile backed products only. Geotextlles shall meet minimum manufacturer's criteria. G - Minimum test varuB of O.B IbJfis on an oven dry basis (zero percent molsture). D -1 x 10 mohnxlseo or as required by the parmir. E - Report last 24 permeability values, ending on production data of supplied GCL F - Test at oontninglowsolfdating pressurbs simulating field; conditions. G - Not Applicable for slopes of 7H:1V or flatter. Tes$rrg must be on material in hydrated state unless GCL is to include: gaomarrnbrane on both sldes of GOL 2.2.2 Installation The GCL. installation Contractor shall submit to the Ceotechnical Professional a Subgrade Surface Acceptance Form, signed by the GCL installation Contractor, for each area that will be covered directly by GCL as installation proceeds. 2.3 Delivery, Storage, and Handling 2.3.1 Packing and Shipping The GCL shall be supplied in rolls wrapped individually in relatively imperrneable and opaque protective covers. West Texas Region Disposal Facility 10-5 Soil and Liner Quality Control Plan The GCL roils shall be marked or tagged with the fallowing information: a. Manufacturers name b. Product identification c. Roll number d. Roll dimensions e. Roll weight 2.3.2 Storag- a and Protection The Contractor will provide an on -site storage area for GCL rolls from time of delivery until installed as recommended by the GCL Manufacturer, After Contractor mobilization, he shall store and protect GCL from dirt, water, ultraviolet light exposure, and other sources of damage. He shall preserve the integrity and readability of GCL roll labels. Rolls must not be stacked higher than recommended by the manufacturer to preclude thinning of bentonite at contact points, 2.4 Materials The active ingredient of the GCL shall be natural sodium bentonite. The bentonite shall be encapsulated between two geotextiles. The geotextile-backed GCL shall provide sufficient internal shear strength for the slopes to be lined. All GCLs shall be evaluated for stability prior to use on site and the evaluation included in the SLFRIFMLER submittal. The bentonite shall be continuously adhered to both geotextiles to ensure that the bentonite will not be displaced during handling, transportation, storage and installation, including cutting, patching and fitting around penetrations, * The bentonite sealing compound or bentonite granules used to seal penetrations and make repairs shall be ftheaalNtmade clae aural sodium bentonite as the GCL and shall be as recommended by the GCL manufacturer. The permeability of the GCL overlap seams shall be equal to or less than the permeability of the body of the GCL sheet. 2.6 Manufacturer 2.5,11 Acceptable Manufacturers The GCL shall be CLAYMAX or Br=NTOMAT products produced by CETCO, BENTOFIX as produced by National Seat or an equivalent pre -approved by the t_ Geotechnical Professional. 2.5.2 Manufacturing Experience West Texas, Region Disposal Facility 1 p-6 Sail and diner Quality Control Plan U �a The Manufacturer of the CCL shall have a minimum of 2 years of continuous experience in the manufacture of similar GCL products. The Manufacturer must demonstrate, by submitting a list of previous projects, a minimum of 5 million square feet of manufacturing experience of similar GGL. products. 2.6 Warranty The Manufacturer shall provide a five (b) year warranty to the Owner against manufacturing defects, The warranty shall include defective product found to be not in compliance with the requirements of this SLQCP. The warranty shall include the supply of the replacement GCS. material. The warranty shall not include the cost of re- installation, defects or failures due to improper installation. 2.7 Execution 2.7.1 Examination The Geotechnical Professional or his representative will collect samples of delivered to the site or designated by the Manufacturer by roll number to be delivered to the site for conformance testing. 2.7.2 SubQrade Preparation The subgrade shall be prepared in a manner consistent with proper subgrade preparation techniques for the installation of geosynthetic materials and as recommended by the GOL manufacturer. The subgrade shall be properly compacted so as not to softie and cause excessive strains in the GCL or other synthetic liner materials. Prior to installation, ensure a surface free of debris, roots, or angular stones larger than V2 inch. The subgrade must be rolled with a smooth -wheeled roller. During installation, ensure that rutting or raveling is not caused by installation equipment. 2.7.3 Installation 2.7.3.1 GCL Deployment: Handle GCL, in a manner to ensure it is not damaged as recommended by the GCL manufacturer, At a minimum, comply with the following: 1. Can slopes, anchor the GCL securely and deploy it dawn the slope in a controlled manner. 2. Weight the GCL with sandbags or equivalent in the presence of wind. l , 3. Gut GCL with a cutter (hook blade), scissors, or other approved device. Protect adjacent materials from potentlal damage due to cutting of GCL. West Texas Region Disposal Facility 10-7 Soil and Liner Quality Control Man 4. Prevent damage to underlying layers during placement of GCL. 5. During GCL deployment, do net entrap in or beneath GCL, staves, trash, or moisture that could damage GCL, 6. Visually examine entire GCL surface. Ensure no potentially harmful foreign objects, such as needles, are present. 7. Oo not place GCL in the rain or at times of impending rain. 8. Do not place GCL in areas of ponded water. g. Replace GCL that is hydrated before placement of overlying geomembrane and a. minimum of 12 inches of approved cover soil, 10. In general, only deploy GCL that can be covered during that day by geornembrane. 11, For needle -punched GCLs, add granular bentonite to the overlapped areas at the manufacturer's specified rate. 12. Protective sail cover (including leachate collection media) shall be placed over the liner as scan as practicable. 13: Avoid dragging GCL on the subgrade. 14. Vehicular traffic other than low contact pressure vehicles such as smooth -tired ATV's or golf carts must not be allowed on deployed GCL. 15. Installation personnel must not smoke or wear damaging shoes when working on GCL. 2.7.3,2 Overlaos Overlap GCL to the manufacture's recommendations which will vary according to seam location and climatic conditions. For needle -punched GCLs, apply granular bentonite to overlapped area at a rate required by the manufacturer. At sumps, overlap GCLs at least 1 foot. At bottom of collection sumps, unroll an extra layer of GCL on top of previously installed GCL. Avoid placing seams on top of underlying seams. In general, horizontal seams and mid -slope anchor trenches are not allowed on side shapes. However, if prohibitive slope lengths cannot otherwise be overcome, a glue -bonded seam may be approved by the Geotechnicai Professional. The fallowing conditions must be met as shown below in Figure 1; West Texas Region Disposal Facility 10-8 Soil and Liner Quality Control Plan 4-In C' ij Snip = - - ft 2-Fn Bentonite Strips Figure 1, Horizontal GCL Seam 1. The upper (up -slope) GCL panel shall overlap the lower (down -slope) panel by a minimum of three feat. 2. A wood -type glue shall be used to form a continuous glue -strip not less than four inches wide with sufficient give to provide a uniform white coating on the lower GCL panel. S. Two-inch wide granular bentonite strips shall be installed as shown in Ffgure 1. 4. During startup, at least one destructive sample per 500 linear feet of proposed glued seam will be prepared and tested prier to approval of this method. All seams shall exhibit a tensile strength not less than the parent GCL panel. The glued seam snail not fail in the glued section. 5. Additional destructive testing of actual seams will not be required it the glued seams are verified to have been done in a similar fashion to the startup glued seams described above. 2.7.3.3 Defects and Repairs Repair all flaws or damaged areas by placing a patch of the same material extending at feast i farm beyond the flaw or damaged area. Add granular bentonite to the overlapped edges of the patch at the manufacturer's specified rate. 2.7.3.4 Interface with giber Products: Ensure the following when deploying overlying material: 1. GCL and underlying materiels are not damaged. 2. Minimal slippage of GCL on underlying layers occurs. 3. No excess tensile stresses occur in GCL. 4. If necessary, approved adhesive can be used to keep overlap seams and patches in place during placement of overlying materials. West Texas Regfon Disposal facility 10-9 Soil and Liner Quafity Control Plan a 2.8 Equipment 2.8.1 Storacte Use wooden pallets for above ground storage of GCL and heavy, waterproof tarpaulin for protecting unused GCL unless otherwise specified by GCL manufacturer. 2.8.2 Installation I Use front-end loader, crane or similar equipment for GCL deployment with a spreader bar to prevent slings from damaging edges. 2. A 15 foot long, 3 inch outer diameter schedule 120 steel pipe will be inserted into roll core for lifting. 3. Sand bags for securing tarpaulin. 4. 3 inch wide grips for moving GCL panels into place for each installation technician. 6. Wood g1de for joining overlapped panels, or as dictated by project needs requirements. 6. Bentonite Sealing Compound and/or Granular Bentonite for securing around penetrations and structures as shown on the contract documents. 7. Anchor bolts for securing around concrete structures, if required. B. Utility knives and replacement blades. West Texas Region Disposal Facility 40-10 Soil and Liner Quality Control Plan 3.0 FLEXIBLE MEMBRANE LINING (FML) 3.1 General This Section covers the work necessary to construct and test the flexible membrane lining �. (FML) system, which will consist of a 60 mil High DensityPolyethylene �H©PE) material. The overall objective is to provide an effective lining system at the completion of the work. The flexible membrane liner shall generally conform to the testing requirements of GRI Standard GM13 - „Test Pro erir`es 7'estin Fre uenc and Recommended Warrant for Hir h_Deng Pvlyethylene (W PE) Smooth and Textured Geomembranes" (Geosynthetic Research Institute; Philadelphia, PA; June, 1997) except as modified herein. 3.2 Submittals 3.2.1 Manufacturer's Certification of SLQCP Conformance The Contractor shall submit written certification by the Manufacturer that the lining materials conform to the requirements of the SLQCP; are similar and of same formulation as that for which certification is submitted; and has been demonstrated by actual usage to be satisfactory for the intended application. 3.2.2 Contractor's and Manufacturer's QC Program The Manufacturer and the Contractor, each, shall submit a complete description of its quality control program, as applicable, .for manufacturing, handling, installing, testing, repairing and providing a completed lining in accordance with requirements of the SLQCP. The description shall include, but not be limited to, polymer resin supplier, product identification, acceptance testing, fabrication and production testing, installation testing, documentation of changes, alterations and repairs, retests and acceptance. Each shall also present documented evidence of its ability and capacity to perform this Work as descrlbad in Section 3.3 below, 3.2.3 Contractor's Installation Plan The Contractor shall submit installation drawings, description of installation procedures, and a schedule for performing/completing the Work. Installation drawings shall show a lining sheet layout with proposed size, number, position, and sequence of placing of all sheets and indicating the location of all field seams. Installation drawings shall also show complete details and/or methods for anchoring the lining at its perimeter, making field seams, and making anchors/seals to pipes and structures. The Contractor shall submit a complete description of welding procedures for _a making field seams and repairs, The welding procedures shall conform to the latest procedures recommended by the lining Manufacturer and to the SLQQP. The Contractor shall submit for approval by the Ceatechnical Professional certification that the surface(s) on which the lining will be placed is acceptable. West Texas Region Disposal Facility fo-11 $oil and Liner Quality Control Plan Installation of the lining shall not commence until this certification is furnished to the Geotechnical Professional. The Contractor shall submit a complete description of welding procedures for making field seams and repairs. The welding procedures shall conform to the latest procedures recommended by the lining Manufacturer and to the SLQCP. The Contractor shall submit for approval by the Geotechnical Professional certification that the surface(s) on which the lining will be placed is acceptable. Installation of the lining shall not commence until this certification is furnished to the Geotechnical Professional. 3.2.4 Contractor's Material Submittals The Contractor shall submit for approval by the Ceotechnical Professional samples of lining material(s) and field seams prior to start of construction. The Contractor shall submit six (6) 8 inches x 10 inches samples of lining material(s) and six (6) samples of field seams. The field seam samples shall be fabricated by the Contractor using the, same materials, equipment and procedures for the lining, Samples shall measure 12 inches plus seam width in width and 18 inches in length. The samples shall be numbered and dated, 3.2.5 Manufacturer's Warranty The lining Manufacturer shall fumish a written lining material warranty as described in GRI GM13. The warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet or other normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation of said material. It shall not cover damage due to vandalism, acts of animals or unusual acts of God. 3.2.6 Contractor's Warranty The Contractor shall furnish a written guarantee that the entire lining work constructed by him to be free of defects in material and workmanship and installed pursuant to the SLQCP for a period of two (2) years following the date of acceptance of the work by the Geotechnical Professional. During the 23rd month, a pre -guarantee expiration inspection will be conducted to identify any necessary repair work covered by the guarantee. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship in the Work which become evident within said guarantee period. The Contractor shall make repairs and/or replacements promptly, the Owner may do so, and the Contractor shall be liable to the Owner for the cost of such repairs and/or replacements. 3.3 Quality Assurance Prior to start of work, the lining Manufacturer and the Contractor, each, shall submit for approval by the Geotechnical Professional documented evidence of its ability and West Texas Region Disposal Facility 10-12 Sail and Liner Quality Control Flan I capacity to perform this Work. Each shall have successfully manufactured and/or installed a minimum of two (2) million square feet of similar lining material in solid waste containment structures. The Contractor can meet these criteria by teaming with a subcontractor who is identified in the bid along with the firm's experience. The Contractor shad submit the name and qualifications of its project superintendent that will be on the project whenever lining materials are being handled/installed plus the names and qualifications of senior installation personnel on the project. The Quality Control Plan(s) to be implemented for the Work by the lining Manufacturer and the Contractor shall be in accordance with applicable paragraphs of the SLOOP. The Manufacturer shall provide on -site technical supervision and assistance at all times during installation of the lining system. The Manufacturer and Contractor, as applicable to each, shall submit for approval by the Geotachnical Professional written certification that the lining system was installed in accordance with the Manufacturer's recommendation, the SLQCP, project specifications and drawings, and approved submittals. The Geotechnical Professional will initiate a pre -installation meeting with the Manufacturer and Contractor prior to installation of the lining system. Topics for review/discussion shall include, as a minimum, project plans and specifications, approved submittals, training and qualification procedures for Contractor personnel, and demonstration of making a field welded Seam(s) including peel and shear tests. Prior to installation of the lining system, the Contractor shall instruct the workmen of the hazards of installation, such as handling sheets of lining material in high winds; use of equipment; application of solvents, adhesives and cauiks; and walking on lining surfaces. Work gloves, safety glasses, hard hats, and smooth -soled shoes are minimum safety wear requirements when working on the FIV1L. Safety shoes must be worry when handling heavy objects. The Geotechnical Professional shall have authority to order an immediate stoppage of w..,ait .,CCuuSe of improper U-scctuauvn procedures, SaiCsy infrc'ti.trviis, or It.7f any reason which may result in a defective liner. 3.4 Delivery, Storage and }candling The Contractor shall submit for approval by the Geotechnical Professional a method(s) for handling and storage of lining material(s) which have been delivered to the project site. These materials shall be stored in accordance with the Manufacturer's recommendation. Lining materials delivered to the site shall be inspected for damage, unloaded, and stored with a minimum of handling. Materials shall not be stored directly on the ground. The storage area shall be such that all materials .are protected from mud, soil, dirt and debris. The stacking of lining shall not be higher than two rolls. West Texas Region Disposal Facility 10.13 Soil and Liner Quality Cont7ol Plan Under no circumstances shall the lining be subjected to matedals, sandbags, equipment or otter items being dragged across its surface, Nor shall workmen and others slide down slopes atop the lining. All scuffed surfaces resulting from abuse of any kind caused by the Contractor in performance of the Work small be repaired at the Geotechnlcal Professional's direction. The Contractor shall be completely responsible for shipping, storage, handling, and installation of all lining materials in compliance with the SLGCP. 3.5 Products The High Density Polyethylene (HdPF) fining materials shall be new, first duality products designed and manufactured specifically for the purposes of the Work and shall have satisfactodly demonstrated by prior use to be suitable and durable for such purposes. The ffexible membrane shall be an unmodified HOPE containing no plasticizers, fillers, chemical additives, reclaimed polymers, or extenders. For ultraviolet resistance, the FML material shall contain not less than 2.0 percent carbon black as determined by ASTM D 1603. The only other compound ingredients to be added to the FML resin shall be anti- oxidants and heat stabilizers required for manufacturing. The FML shall be supplied as a single ply continuous sheet with no factory seams and in rolls with a minimum width of 15 FT. The roll length shall be maximized to provide the largest manageable sheet for the fewest field seams. The FLAIL lining materials shall be as manufactured by GSE Lining Systems, Inc., Houston, Texas; Poly-Arnerica, Inc., Grand Prairie, Texas; National Seal Company, Galesburg, Illinois; or approved equal. The standard tests described in Fable 3-1 will be performed on the FLAIL material. West Texas Region Disposal Facility 10-14 Sail and Liner Quality Control Plan TAB._ Standard Tests on HDPE FML Material Test 'type of Test Standard Test Method Frequency t�f Testing Resin Melt F3ow Index ASTM 01238 per 100,WO fe and every resin lot Specific GraviiylDensity ASTM 0 15051d 792 per 106,000 fe and ovary resin lot cturer's ramTuaanii ty ConIroI Thickness ASTM D 5199 (smooih) ASTM D 5994 (textured) per manufactierees quality control specifications Specific Gravity/Density ASTM D 15081 D 792 per 100,000 fe and every resin lot Carbon Slack Content ASTM D 1603 per 100,000 It? and every resin lot Carbon Slack Disperslon ASTM D 5598 per 100,000 fe and every resin lot Tensile Properties ASTM D 638 Type IVt"l per 100,000 fe and every resin rot Tear ASTM D 1OD4 per 100,000 f? and every resin lot Puncture ASTM D 4033 --------- per 100,OOD ft? and every resin lot Conformance Testing by 3rd Party Independent Laboratory Untac Thickness ASTM D 8199 (smooth) ASTM D 5994 (textured) per 100,000 (e and every resin lot Specific Gravity/Density ASTM D 15051 D 792 per 100,000 ft2 and every resin lot CarVvnSlack Co.torit nvTiYiD 4603 ' per iUo,orjo fr` and every resin lot Carbon Black Dispersion ASTM D 5596 per 100,000 ft2 and every resin tat Tens[te Properties ASTM D 635 Type IVW per 10t7.Ct00 feand every resin lot t A - NSF 54 madlfted with 2-Inch Initial gauge length assumed for elongation at break. Extrusion resin used for fusion welding with extrudate to make field seams between FML sheets and for repairs shall be HDPE produced from and the same as the HDPE shoot resin. Physical properties.shall be same as HDPE lining sheets. 3.6 Installation Procedures Prior to instafiation of the FML, a site inspection will be conducted by the Geotechnical Professional and the Contractor to verify measurements, structures and surface _t conditions to support the FML. The Contractor will provide written documentation to the Geote+chnical Professional that surfaces to receive the FML have been inspected and are acceptable for installation of the luting. Before the work begins, the Contractor will inspect all lining materials for damage from transit. Materials that cannot be repaired will be rejected and removed from the work area and site. West Texas Region Disposal Facility 10-15 Soil and Liner Quality Control Plan During unwrapping of lining materials for use and placement, the Contractor will visually inspect all materials, particularly surfaces of lining sheets, for imperfections and faulty areas. All such defective places will be marked and repaired in accordance with approved methods. The FNiL. will be installed as shown on the project plans and approved installation drawings. Placement of the FIVIL. will be done such that good fit, without bridging, is provided can all covers and grade changes. Excessive slack will be avoided to minimize rippling during the soil cover operation. Sheets of FML materials will be of such lengths and widths and will be placed in such a manner as to reduce field seaming to a minimum. The lining will be anchored in accordance with details shown can approved plans and drawings. The lining will be anchored and sealed to structures, pipes and rather types of penetrations, (if any), in accordance with details shown on approved plans and drawings. All changes in approved installation drawings and procedures must be approved by the Geotechnicai Professional. ` Extreme care will be taken during installation of the lining to be certain no damage is done to any part of the lining. Dragging of the FIVIL. material on the subcgrade will be avoided. Smoking by installation personnel will be prohibited. All handling and installation procedures will be performed by workers wearing shoes with smooth sales. Shoes with soles that have patterns in relief shall be prohibited. No foot traffic will be allowed on the FML except with approved shoes. No vehicular traffic will be allowed on the lining. All motor driven equipment using fuel will have spark arresters. No gasoline driven generators or cans of gas or solvent will be placed directly on the lining material. Under no circumstances will the lining be used as a work area to prepare patches or to store tools and supplies. If needed, a tarpaulin of approved material will be spread out as a work area. During installation, the Contractor wifl be responsible for protecting the lining against adverse effects of h-Igh YYfItids such as ;.uplift. Sand sags will be used as required to hold the lining material in position during installation. Sand bags will be sufficiently close-knit to preclude fines from working through the bottom, sides or seams. Paper bags, whether or not fined with plastic, will not be permitted. Burlap bags, if used, must be lined with plastic. Bags will contain not less than 40, nor more than 60 pounds of sand having 100 percent passing a number 8 screen and will be tied closed after filling, using only plastic ties. Bags that are split, tam, or otherwise losing their contents will be immediately removed from the work area and any spills immediately cleaned up. Metal or wire ties will not be used. During installation, water shall not be allowed to pond on the Felt. material, The contractor shall have available appropriate pumps to immediately remove ponding water. West Texas Region Disposal Facility 1C} fs Sail and Miner Quality Control Plan The FML material will not be installed under adverse climatic conditions, unless the Contractor can demonstrate that his installation( techniques adequately compensate for such adverse conditions and quality of workmanship is not compromised. Adverse climatic conditions occur when the air temperature measured 6 inches above the FML surface is less than 32°F and decreasing, or more than 90°F; when the relative humidity is more than 80 percent; when it is raining; or when there is frost on the ground; or daring conditions of excessive winds, FML field seams will be lap seams as shown on approved plans and drawings. The lap seams will be formed by lapping the edges of FML sheets a. minimum of 4 inches. The contact surfaces of the sheets will be wiped clean to remove dirt, dust, moisture, and other foreign materials. For fillet weld seams, bevel edge of FML and clean oxidation from surfaces to receive extrudate by disk grinding or equivalent not more than one hour before seaming. Lap seam intersections involving more than 3 thicknesses of lining material will be avoided, and all seam intersections will be offset at least 2 FT. No horizontal field i seams will be allowed on the slope and sheets of lining material on the slopes will extend down slope out onto bottom a minimum of 5 FT from toe of slope. Field seams between sheets of FML material will be made using approved fusion welding systema, equipment and techniques. Approved fusion welding systems include fillet weld using extrudate, lap weld using axtrudate, and lap weld using single or double wedge welder. If the wedge welder is used, excess free edge of the seam (wider than thIGG'inUhcS� Gi t11G tup 511-100t will be farnoved without affecting the integrity of the seam. Any necessary repairs to the FML will be made with the lining material itself, using approved fusion welding systems, equipment and techniques. The patch size will be 4 inches larger in all directions than the area to be }patched. All comers of the patch will be rounded with a t inch minimum radius. All seams and seals of the FML will be tightly bonded an completion of the YAiLrii. .any lining surface showing injury due to scuffing or penetration by foreign objects or showing distress will be replaced or repaired as directed by the Geotechnical Professional. Cleanup within the work area will be an ongoing responsibility of the Contractor. Particular care will be taken to insure that no trash, tools, and other- unwanted materials are trapped beneath the lining, Care will be taken to insure that all scraps of lining material are removed from the work area prior to completion of the installation. 3.7 Field Quality Control y inspection and testing will involve the full time observation of the installation of the FML, including the making and testing of lining seams and patches and periodic measurement of the liner material thickness to insure compliance. Field thickness West Texas Region Disposal Facility 9 P 1 Q-17 Soil and Liner Miality Control Plan measurements must be taken for each panel before it is seamed. The material thickness shall be checked using a micrometer at a. minimum frequency of one measurement per five feet along the leading edge of each panel with a minimum of five F, measurements along the leading edge of the panel. No single measurement shall be less than 10 percent below the required nominal thickness in order for the panel to be accepted. In addition, the average of all measurements along the edge must be at least 60 mils. Test seams will be made to verify that adequate conditions exist for field seaming to proceed. Each reamer will produce a test 'searn at the beginning of each shift to determine the peel and tensile strength of the seam. The Geotechnfcal professional may require a sample field seam be made at any time during seaming production to verify equipment/operator performance and seam integrity, In addition, if a seaming operation has been suspended for more than 1/2 hour or if a breakdown of the seaming equipment occurs, a test seam will be produced prior to resumption of seaming operations. The trial weld sample must be a minimum of three feet long and one foot wide, with theri, seam centered lengthwise. The Geotechnical Professional must observe all trial welding operations, quantitatively test each trial weld for peel and shear, and record the results. A minimum of two peel and two shear tests will be performed per trial seam. Double wedge weld trial seams shall have a minimum of four peel tests performed. The trial weld shall be completed under the same conditions for which the panels will be welded. The trial weld must meet the requirements for peel and shear as stated In the follol- ing pa agraph and fl is break miust be ductile or a flirt) tearing bon-1 lFTg) for a wedge weld or extrusion weld. During the field seaming operation, destructive samples will be removed from field seams by the Contractor at locations selected by the GeotechnicaJ Professional. Repairs to the field seams will be made in accordance with repair procedures specified in this SLQCP. The samples will have a width of 12 inches plus the seam width and length of 42 to 48 inches. A minimum of one stratified sample per 500 feet of field seam will be made. All field seams will gave a film tear bona in real and shear and w minimum pound per inch width seam strength in shear when tested as specified in this SLQCP. At the very least, the peel adhesion and bonded shear strength must be 62% r� and g5°la, respectively, of the strength of the parent material, but no less than 78 ppi and 120 ppl, respectively. A sufficient amount of the seam must be removed in order to conduct field testing, independent laboratory testing, and archiving of enough material in order to retest the seam when necessary. The archived material will be kept at the I independent laboratory. Field testing shall include at least two peel tests per sample (four when possible for testing bath tracks on dual -track fusion welded seams). � Independent laboratory testing shall consist of five shear tests and five peel tests per sample (ten when possible for both tracks of dual -track fusion welded seams). Destructive seam -testing locations shall be cap -stripped and the cap completely seamed by extrusion welding to the FML. tapped sections shall be non-destructively tested. Additional destructive test samples may be taken if deemed necessary by the Geotechnical Professional or his representative. i West Texas Region Disposal Facility 14-i8 Soil and UnerQuality Control Plan All field-tested samples from a destructive -test location must be passing in both shear i and peel for the seam to be considered as passing. The Independent laboratory testing must confirm these field results. The passing criterion for independent laboratory testing is that four of five samples must pass in shear and four of five must pass in peel (four of five samples from each dual track fusion welded seam, when possible to test each seam, must be passing) before the seam is considered as passing. Sample testing will be conducted by an independent testing agency paid for by the Owner. The independent testing agency will save all test samples including specimens tested until notified by the Geotechnical Professional relative to their disposal. All specimens which . , have failed under test will be shipped immediately by express delivery to the Geotechnical Professional for determination of corrective measures to be taken, which includes retest or repair of failed section. For destructive samples which have failed the passing criterion, the Contractor will reconstruct all the field seams between any two previous passed seam locations which include the failed seam or will go on both sides of the failed seam location (10 feet minimum), take another sample each side and test both. If both pass, the Contractor will reconstruct the field seam between the two locations. if either fails, the Contractor will repeat the process of taking samples for test. In all cases, acceptable field seams must be bounded by two passed test locations. The decision of the Geotechnical Professional will be final. In the event capping of a field seam is required, the Contractor will use a cover strip of il.. aL. t...3 ,...... �.5, aLt 1 U Ie Sal-, Le 'thickness d� cr ie 11241ng taro from the same roil, if available) and of 8 inches minimum width, It will be positioned over the center of the field seam and welded to the lining using a fillet weld each side. All rML sheets, seams, anchors, seals, and repairs will be visually inspected by the Contractor for defects. In addition, all seams and repairs will be further checked by a metal probe. Depending on seam welding equipment used, all seams and repairs will be tested by a vacuum testing device, a spark testing device and/or air pressure, ,A visual inspection of the lifting sheets, seams, anchors and seals will be made by the Contractor as the installation progresses and again on completion of the installation. Defective and questionable areas will be clearly marked and repairer!. Final approval of repairs will be given by the Geotechnical Professional. The Contractor will run a metal probe, such as a dull -pointed ice pick, along the length of all seams and repairs to insure that the seam is continuous and absent of leak paths. Defects will be clearly marked and repaired. LL If the fillet weld, extrusion lap weld or single heat -wedge fusion lap weld is used to weld seams, the Contractor will further test all seams and repairs in the FML by vacuum box. All vacuum box testing will be done in the presence of the Geotechnical Professional. The area to be tested will be cleaned of all dust, debris, dirt and other foreign matter. A soap solution will be applied to the test area with a paint roller and the vacuum of 3 psi West Texas Facia' Re ion Disposal 5 p ►tY 10•19 Soil and Liner Quality Control Plan air pressure will be induced and held at least tern seconds to mark for repair any suspicious afeas as evidenced by bubbles in the soap solution. If the fillet weld is used to weld seams, the Contractor will further test all seams and repairs in the FML by using a high voltage spark detector if vacuum box or air pressure methods cannot be performed. The setting of the detector will be 20,000 volts. In order to conduct this test, all seams to be tested will be provided with not less than gauge 24- 30 copper wires properly embedded in the seams and grounded. All spark testing will be done in the presence of the Geotechnical Professional. All defective areas will be marked for repair. If the double hot -wedge is used, the Contractor will further test all seams in the FML by using the air pressure test which consists of inserting a needle with gauge in the air space between welds. Air will be pumped into space to 30 psi and held for 5 minutes. If pressure does not drop more than 4 psi, then the seam is acceptable. All costs of retesting of the FML including reruns of field weld tests and all repairs will be at the Contractor's expense, The Contractor will retain responsibility for the integrity of the FML system until acceptance by the Geotechnical Professional. The FML will be accepted by the Geotechnical Professional when: a) Written certification letters including "as built" drawings, have been received by the Geotechnical Mr0fu$ OCriai, b) Installation is completed. c) Documentation of completed installation, including all reports, is complete. d) Verification of adequacy of field seams and repairs, including associated testing, is complete. Acceptance of the completed work will include receipt of all submittals and all work completed to the satisfaction of the Geotechnical Professional. r West Texas Region Disposal Facility 10-20 Sail and Liner Quality Control Ptan t s i r 4.8 LEACHATE COLLECTION SYSTEM 4.1 Granular Drainage Media A leachate collection system (LCS) will be placed above the Flexible Membrane Liner. In the floor area, the LOS will consist of a heat bonded HDPE geonet/geotextile drainage composite (geocomposite) on the floor and sidewalls with granular (gravel) embedded leachate collection pipes in the sump and pipe trench areas. The leachate collection pipes will consist of six inch diameter pipe with 3/8 inch diameter holes on six inch centers. To avoid piping losses into the collection pipes, the granular drainage layer shall consist of rounded, river -run gravel meeting the requirements of ASTIVI 0-33 for coarse aggregate. Crushed material will not be acceptable. The gravel should meet, the gradation requirements of Size No. 6 (Nominal size 3/4 inch to 3/8 inch) or coarser. The maximum gravel size shall not exceed two -inches. The required thickness of drainage materials will be verified by survey methods on an established grid system with not less than one verification point per 5,000 square feet of surface area. The gravel will have a permeability of 1 x 10 cm/sec and the percent calcium carbonate by weight shall not exceed 15 percent. A minimum 8-ounce non -woven geotextile will be placed around the gravel drainage components to prevent intrusion of fines. All geotextile materials will be hand placed. 4.2 Geocomposlte Drainage Materials The geocomposite will be farmed of two nonwoven geotextiles heat bonded to a geonet core. The geotextile on both sides of the geonet will be a minimum 8-ounce non -woven material meeting the standard test requirements in Table 4-1. The protective cover will be carefully spread on top of the geocomposite to avoid damage to the liner system. 4.3 Leachate Chimneys °Leachate chimneys" wilii be installed through the protective cover to allow a direct hydraulic conduit between the lowest waste layers and the LOS. A minimum 8-ounce geotextile will completely encase the pipe embedment gravel layer with a full -width geotextile overlap where: the chimney daylights through the protective cover. The geatextile overlap will be covered by a minimum six-inch thick layer of the granular material used as the pipe embedment. 4.4 Drainage Layer Placement All drainage layer materials will be placed in small segments starting from the perimeter, followed by the upper geotemile and protective cover. This operation should continue across the lined area. Placement of granular drainage materials over FINIL's will generally not proceed at ambient temperatures below 32°F or above 104°F, but should be conducted at the coolest part of the day to minimize the development of wrinkles or folding of the geosynthetic materials. A minimum of one foot of material is West Texas Region Disposal Facility 10 21 Sail and Liner Quality Control Plan required between low around pressure dozers (i.e. track pressure less than 5 psi) and the geomembrane. Greater material thickness must be maintained above the geomembrane to support heavier spreading equipment and hauling vehicles. In such cases, a minimum of 2 feet of drainage material thickness will be used unless otherwise specified in the design. The placement of the LCS will be controlled to avoid damage to the liner; however, the drainage layer does not need to be density controlled. Granular drainage materials will be selected to meet the specifications des'cribed above. At least one set of pre -construction tests will be conducted for each drainage media from each proposed source. Gravel and sand sources will include a complete grain -size analysis, including Minus No. 200 Sieve, by ASTM D 422. Hydraulic conductivity may be correlated from the drain -size distribution to determine the gravel's or sand's suitability, Granular drainage materials selected for use will be tested at regular intervals for conformance during construction. Minimum testing frequency will be one grain -size analysis for every 3,000 cubic yards, or portion thereof, for each material being used. The gootextile materials will include a 8-ounce fabric around the leachate chimneys and a minimum 8-ounce nonwoven fabric on both sides of the geonet forming the geocomposite layer. The following tests described In Table 4-1 will be required on the geotextile materials. The gsotextile will be banded can bath sides of the geonet. Geonets will tested as described in Table 4-2. West Texas Region Disposal Faculty 10-22 Soil and Liner Quality Control Plan s- TA9LE 4-1 J_artdard Tuts on Geotextile Materials Test Type of Test Standard Test Method Frequency of Testing Manufacturer's Fabric Weight ASTM 03776 er 1 oQ (?DO ft2 Thickness ASTM D5199 per 100,000 ft2 Crab Tensile Strength (°r6)(MD/CD), ASTIV D5034/5035 per 100,000 to Crab Elongation (%)(MD/CD)' ASTM D5o3415035 per 100,000 ft2 Puncture Resistance ASTM D4833 per 100,000 ft2 Permeability ASTM D4491 per 100,000 ft2 Conformance Testing by 3rd Party Independent Laboratory Thickness ASTM D5199 per 100,000 ft2 Fabric Weight ASTM 0377o per 10o,00D ft2 Gratz Tensile Strength ASTM D5034/5035 per 100,000 ft2 Gratz Elongation ASTM D503415035 per I O0,000 ft2 Puncture Resistance ASTM D4833 per 10od100 fe Permeability ASTJU► D 4491 per 100,000 ff 1. MDtCD = MD - Machine Direction/CIS - Crass Direction West Texas Region Disp osal pvsal Facility 10-23 Soil and Liner Quality Control Plan 4-- TABLE 4-2 Standard Tests on Geocomposite Material Test Type of Test Standard Test Method Frequencv of Testing Resin Melt Frolm Index ASTM Q 12$8 per 100,000 fe and every resin lot Specifio GravitylDensity ASTM D 1606 per 100,000 fe and every resin lot Manufacturers Quality Control Thickness ASTM D 5199 per manufacturer's quality control specifications Mass per Unit Area ASTM D 3776 (option, C) per 100,000 ft2 and every resin lot Polyethylene Content -, per -I 6D,000 fe and every resin lot Density (black resin) ASTM D 1508 per 100,000 a and every resin lot Carbon Slack Content ASTM D 1603 per 100,000 f? and every resin lot Tensile Strength ASTM D 5034/6035 per 100,000 fe and every resin lot Ply Adheslon ASTM D 413 per 100,000 fe and every resin lot Transmissivity ASTM D 4716 per 100,000 fig and every resin lot Conformance Testing by 3rd Party Independent Laboratory Thickness ASTM D 5199 per 100,000 fe and every resin lot Mass per unit area ASTfvi D $776 per 100,000 fe and every resin lot Carbon black content ASTM D 1603 per 100,000 fe and every resin lot Tensile Strength ASTM 0 503415035 per 100,0001? and every resin lot Ply Adheslon ASTM D 413 per 100,000 f? and every resin lot Transmissivity ASTM D 4716 per 100,000 if and every resin lot NOTE: Geatextiles shall be tested in accordance with Table 4.1. [I West Texas Region Disposal Facility 10.24 Soil and Ling Quality Control Plan 5.0 PROTECTIVE COVER 5.1 General This section covers the work necessary for construction of the protective cover system over the LOS. Two protective cover systems are proposed for use at the landfill. One system uses available soil on -site as the cover material. This system is described in Section 5.2. The ogler system uses on -site soil material for the lower 12-inchas and tire chips in the upper 12-inches. The alternative system of soil/tire chips is described in Section 6.3. 5.2 Protective Corner Soil A minimum 2-foot thick protective cover will be placed above the LCS, The protective cover may use on site soils in combination with the chimneys described in Section 4.3. The maximum gravel size shall not exceed two inches. Pre -construction and conformance testing for the protective cover soils will include maximurn size gradation with a minimum conformance testing frequency of one grain -size analysis (ASTM D422) per 5,000 cubic yards (or fraction thereof) of in -place material, Protective cover does not require compaction control, however, it should be stable for construction and disposal traffic. Care will be exercised in placement so as not to shift, wrinkle or damage the underlying goosynthetic layers, and the placement methods will be documented. Protective cover will be placed such that the top surface, while spreading, is at least 2 ft. above the geosynthetic layers at all times, unless low ground pressure dozers are used (i.e. track pressure less than 6 s' , in which case at least one foot should be maintained between the dozer an`' the geosynthetics. A greater thickness will be maintained to support loaded hauling trucks and trailers and for turning areas. Drivers will proceed with caution when on the overlying sail and prevent spinning of tires or sharp turns, Protective cover will generally be placed in an up -slope direction for sidewalis as long v as the came material is being tinnth.,r., t �., 1 t s .I.....-n "s.. the ..au. i. material . uvu . used. +�* pher + �hG lup le IeGL {'i1 S10 NYdU ,lyplcully IlL'sru'` than 5 feet vertically) is to be protected by a different soil type, such as clay for tying in ,# the final cover soil liner, this material may be placed from the top, If adequate care is taken to protect the synthetic liner components, The required thickness of protective cover will be verified by survey methods on an t established grid system with not less than one verification point per 5,000 square feet of surface. 5.3 Protective Cover Soil J Fire Chips As shown on Figure III.ATT.1,16, tire chips may be used to construct the protective cover's upper 12-inch thick layer. The tire chips are to be placed on top of a soli layer that is a minimum 12-inches in thickness. The onsite soil layer is necessary to prevent direct contact between the HDPE cgeomembrane and the tire drips. West Texas Region Disposal Facility Sail and Liner Quality Control Plan Tire chips must be inspected prior to installation for verification that the following criteria is met: ay Nominal tire chip size of two to four inches* bj Tire chips are free of organic material, angular rock, or deleterious materials; cj Steel wire protruding from tire chip is not excessive and does not extend 3-inches beyond edge of tire chip. Prior to placement of tire chips, the lower 12-inoh thick layer of soil will be tested and verified using the procedure outlined in Section 5.2 of this SLOCP. Any areas that do not meet the required 12-inch thickness shall receive additional soil material and the new thickness verified by additional survey for minimum requirements. Upon verification that the lower soil level is at the required thickness, placement of tire chips may begin. Tire chips will be placed using similar equipment employed with the sail cover placement operation. Tire chips will be spread over the required area to a minimum thickness of 12-inches. Care must be takers at all times to avoid direct contact between the tire chips and geomembrane. Following placement of tire chips, the area will be surveyed for thickness verification. A minimum or' one measured survey point per 5,000 fi of constructed surface area will be taken. The surveyed locations will coincide with the locations surveyed to verify lower soil layer thickness. Any locations that are not at the required thickness will receive additional tire chips until the proper thickness is obtained and verified by field survey. The results of the survey will be included in the Flexible Membrane Liner Evaluation Report (FMLFR). West Texas Region Disposal Facility 10 2s Sail and Liner Quality Control Plan t; 6.0 MARKING AND IDENTIFYING OF EVAL UATED AREAS Red markers will be placed so that all areas for which Soil and Liner Evaluation Report (SLER) and Flexible Membrane Liner Evaluation Report (FMLER) have been submitted and approved by the TNRCC are readily identifiable. Such markers are to provide site workers immediate knowledge of the extent of approved disposal areas. Red markers will be steel or wooden posts and will extend at least six feet above ground level. Markers will not be obscured by vegetation and will be placed so that they are not destroyed during operations. Sufficient intermediate markers will be installed to show the required boundary. Lost markers will be promptly replaced. Limits of the evaluated area will be referenced to the site grid system. Markers will not be placed inside the evaluated area. -s West Texas Region Disposal FsciiitY 10-27 Soil and Liner Quality Control Plan 7.0 $LER, FIVILER AND CONSTRUCTION DOCUMENTATION Upon completion of all required liner construction and evaluation, the Ceotechnical Professional will prepare and submit both the Sail Liner Evaluation Report (SLER) and Flexible Membrane Liner Evaluation Report (FMLER) to the Commission for review and approval. These will be submitted along with a construction documentation report. Multiple submittals of the reports or documentation during the project may be made, if they may facilitate review of the project by the TNRCO. The SLER and FMLER will be signed and sealed by the Ceotechnical Professional performing the evaluation and counter -signed by the site operator or his authorized representative. The construction documentation will contain a narrative describing the conduct of work and testing programs required by the SLQCP, "as -built" or record drawings, and appendices of field and laboratory data. Because: the volume of data for these protects can be quite large, the documents may be subdivided for ease of review. The preferred document format will include the SLER, FMLER, narrative, as -built drawings, and summaries of test results in a single volume. The remaining appendices will be placed in accompanying volurpes. SLER1FMLER submittals will include test documentation in a form as recommended in TNRCC technical guides. Specifically, the construction documentation report will contain or discuss the following information, at a Minimum, for geomembrane liners: • Roll shipment and receipt information • Manufacturer's quality control certificates and results Storage and handling information Conformance test sampling and test results • Seamers' names and resume of experience and qualifications • Subgrade acceptance * Anchor trench preparation and backfilling Panel deployment, identification and placement • Panel wrinkling, fishmouthing, and manufacturer's creases • Seam preparation, orientation and identification • Weather and ambient/sheet temperatures • Equipment placed or operated on geomembrane • 100 percent visual inspection for defects, damage, etc. • Trial seam tests for each combination of seaming equipment and personnel • Seaming methods, times, temperature, equipment shutdowns and startups • Continuous 100 percent non-destructive seam testing, methods, criteria and results • Destructive testing methods, criteria and results • Repairs, including preparation and procedures, failure delineation, patch size and shape, and retesting • Material properties and placement of drainage materials and protective covers West Texas Region Disposal Facility 1 Q-2s Sail and Liner Quality Control Plan The report will also include pertinent record drawings including: • Sectorized fill layout plan, • Location of the subject trench or cell with $LEH/FMLER markers, • Previous filled and active areas, • As -built panel layout drawings, showing location of destructive test samples, patches and repairs, and • As -built drawings shovuing elevations of protective cover to confirm its thickness. L West Texas Region Disposal Facility 1 d-29 Soil and Liner Quality Control Plan APPENDIX B GEOTECHNICAL INFORMATION 01447214 APPENDIX B B - 1 09/17 APPENDIX B GEOTECHNICAL INFORMATION 01447010 APPENDIX B B - I 08/ 10 No Text adilNG/ P IEZ0IETER NORJNING LASTING (N)NI G/ PIEZ0WIER NORTHING EASTING pOHIKJ PIE201[1ER WRINIK f4STin a-1 e-2 H T360l61.650 E 926329. 3t0 T]591tG. tto E 925610.Tt0 a-26 N lJ60J50.311 ( 9Z>601.T 31 0-19 ?)ST1Z9. T20 E 92685t.50t fl-3 00-34 N ECC 9l2IB0011164..81l100 TT1)]]S66le]e1091641•. B•2I 00--22 N 1360b26.150 TJ6D15i.38t M E 925093. tT0 E[ 0-SD/P-Ii N i75K22.T61 F 42I<51.]95 H6851}}5.. T!"Ill 9T5J100 N )960 8 N7360"9.410 6]6!]311 L 99T79650..9 808-3-55231 JP-11 NN 0] 933002606 /1.1 0-i x ]67406 N 80 0-31 0 N1)6W1. 120 1)3600t403..31551061 C 9t2569l0T.)9S 9225201).1127/P-2 EE[E 4l9122t1W655919S118+4... 91614e01!lG1 f T17)56160)521.. A 361330.DO E 926122. 136326.161 E 925191. S -!7A 9te963.69 a0-.5565) 0. /IP0P---+53 1393571.90 -34 992066S.T00 [C 65i.350 a-5t O.S. 1]3551:11 E 116603•ISO 53J210C /3 922104.S550 56+3T..... U 52.525666B-12 8-6509 N T33553S-00 E 926782.13+E1 0-3 1362e)).1t0 C 921.1..16 R111.19O E 0 D-36 T 0 >]yy9414G.9111 2,299 E 9t506.+00 8-61 919y922ZiJS74t50033T..O5eJ1Ti15 N5 i SS52290NJ.1 110E 90114y S68904T11 09t618Z5tT 9283i5.370 290450.14t1 0-3I4 0-3511.9 I3 75 T3MSS.6T5 EE 92T50 E 923690.130 p-66Z 0/P-14 i11t T33546012 E 124i50.K9 0E255EE 0+01 NnN 226T99051594D61 SZ76 69 EECE 0N619.601 E 92386. Tab 8-61 9 55.031 51T406<3.. �JTit11>3J]))666661I221 975 0-0-8 5 38. 6m 6-K Je21156.503 7353109.130 [[ 22 103.710 NnNNxNNxxnnx UR392 T61559.366 T1.18 E90 Z61 3.025 a 6i T 9218503!1 9992? 1,t06.906! xxNN 1356032l.M6 8T6 E 92S0991<Z 66P15161.95.1330 f35391.100 35)9K.506f9N22/.95! 00flep880Ba80B----•----•--2226911l1I1i02 / 00a---SN72) /P-54 36145l 001 E 9Ot1. 22T5O01 00-34 8-115 355p09tt0 1 E 92250...66f000, 9Si9t xN J1il61153. 3f149101 E 361396.025 E 929012.06 6 0-1T/P•10 2358112.1500 N 135I405.859 E 1ei E 94367.03 19225599•T10 0-25P6 360101.660E978915.123 1351367.i9 E D 1ON eoo 4 N SCALE FEET 5-5 O9 KR SORIK. t993 1-14 F MIT BONIK. 1991 O-16JA -5\� BOOING G ERTEO i0 PIEZOffTER P IP-37m TEST PIT ICKSS SECTION EDGA110N FTLR )R Engm—irs i- N E PAT4RE, SHIN 6 (gOP[9,4R. Ell 6us6ocN raw 4s WESZ TEXAS PECfON DKW%)SAt FACILITY N sT.u+ 7 `< 011w J TOE 00008-124.037 SiTE MAP/ LOCATION OF BORINGS III. ATT. 4.1 No Text aj L -40( 238( -36C 234E ?3212 -240 3220 3200 31 Bo 3160 Distance (feet) IZV1.1e, LEGEND Ciroundwaterco0ounterod during dn*Wng Static via" level for 12/19)94 sandy Clay Silty Sand clayey Saw clay Liocstona Saad clay I Clays— is SUM �m_o =— VEST TEXAS REGION 01'.05 -L FACILITY yl APRIL 1995 CROSS SECTION C-C note :Wcationot cross sectionswe shorin on fig. 4.17 Ill. ATT. 4.21 No Text 3400: 1000 20e0 3000 4000 5000 6000 7000 8000 9000 10000 3400 LEGEND 89 818/P4 627 837 840/1`8 3380 Groundivnitcrcricounteroddurinj -�A BLACK�VATIFO- 546 -- 854 861 867 3360 DRAW e 3 36 0 SlAtiC WaLr level for 12119/94 BLACKVWE R DAAV'i 3340 334e Sandy Clay 3320- 3320 '. �: ;: ® Silry Sand C 0 330e, .: 3300 X. 0 3280 3280 CiayySand W 326e 3260 oWds A.7 3240 OGALLALA 3240 Sz Limestone 3220 3220 3200- alystonc 3180 CRETACEOUS 3180 aay[Llaystonc 3160 13160 -2 1000 2000 3000 4000 5000 =-200 7000 81300 9000 10000 C,stance, 8 , ,�2a 65460 WEST.TEXAS REGION DISPOSAL FAC LITY APRIL 1995. 1 bl'i.-Ss SECTION F-F note: location of cross sections are shown on fig. 4.17 M. ATT. 4.: r " A 0 WTRDF - III • ATT4 HDR Engineering, Inc. APPENDIX 1 LOG OF BORINGS TNRCC Review December, 1995 No Text ASH ASPHALT BEDROCK BLDRCBBL BRECCIA .6.D.fi.D 06 06 0 Elm . . . . ,0 Q 0 0 o r; 4'444 OoOoO O�G� 'l CLAY CLAYGR CLAYPT CLAYSD CLAYST —x r — x— —x BC Gm GN GN-GC O CJ Q e 0 00 e 0 CC(( 0 11 _. �t CLB 0000 0000, 0000 0000 OP GP -GC GP -GM OPS GRAVEL GRAVELCL BRAVELP 0 0 0-0 —oFOw w w • � .Vb: 16 o 0 0 -o UDST Ca vc , x o 'O � O' ox O O .0 o X o 0 0 ox o O O qt o x o .0 .O. Ox o OL OLSH PEAT PEATCL PEATOR PEATSO PEATST PT SAND SANDCL SANDGR 1, 11 1S ` ` L_ _l • ` L1 i � : � 1_f Y f•-• t 1, ,11 t I� 11U ♦ ,1 / ,\ 1 II , t\ 1 YI • 1 /,� ,1 I At, tLl .ST �7 1 ,� 1, ♦t 1, ♦t / p �•+..++.. d i .. , . 1 .0 ' . .0 � a SANOPT SANDST SANDSTON x .x . x .x .. . X. • •x SILTSTON SN x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x 1 �f --- �- � /CLS SHALE SILT SILTCL SILTOP x x x O Ox x x z—x x x X x X X— X - x x e x x x x x � x x x x x x x x z x x x x 'Si It- x 0x X0 x X x •� x— X X x x z �c le x— x x o x x Y X �W� Xe— x x x z x x •X x x♦t/ix X % X X X X' x •x Ord, m I 0 0104 lml'/Illl ITO PARKHILL, SIRTH d COOPER, INC. _ WEST TEXAS REGION DISPOSAL FACILITY MATERIAL SYMBOL KEY 00006-12"37 FlR,.e LUBBOCK TEXAS 111.ATT 4.APP 1.1 0t• APRIL 1995 MAT CODE F ASH 1 ASPHALT 1 BEDROCK 1 BLDRCBBL 1 BRECCIA 1 CH 1 CHALK 1 CL 1 CL-ML 1 CL/MARL 1 CL/MUDST 1 CLAY 1 CLAYGR 1 CLAYPT 1 CLAYSD 1 CLAYPT 1 CLG 1 CLS 1 COAL 1 CONGLOM 1 CORAL 1 FILL 1 GC 1 GM 1 GP 1 GP -GC 1 GP -GM 1 GPS 1 GRAVEL 1 DESCRIPTION Pyroclastic (volcanic ash) Asphalt Bedrock Boulders and cobbles Breccia USCS High Plasticity Clay Chalk USCS Low Plasticity Clay USCS Low Plasticity Silty Clay CLAY TO WEATHERED MARL Clay / Sandstone (using mudstone BSI Clay BSI Gravelly Clay BSI Clay with Peat BSI Sandy Clay BSI Silty Clay USCS Low Plasticity Gravelly Clay USCS Low Plasticity Sandy Clay Coal Conglomerate Coral Fill (made ground) USCS Clayey Gravel USCS Silty Grave•1 USCS Poorly -graded Gravel symbol for sandst USCS Poorly -graded Gravel with Clay USCS Poorly -graded Gravel with Silt USCS Poorly -graded Sandy Gravel BSI Gravel I OH 1 USCS High Plasticity Organic silt or clay OHSH 1 USCS High Plasticity Organic silt or clay with OL 1 USCS Low Plasticity Organic silt or clay OLSH 1 USCS Low Plasticity Organic silt or clay with PEAT 1 BSI Peat PEATCL 1 BSI Clayey Peat PEATGR 1 BSI Gravelly Peat PEATSD 1 BSI Sandy Peat PEATST 1 BSI Silty Peat PT 1 USCS Peat SAND 1 BSI Sand SANDCL 1 BSI Clayey Sand SANDGR 1 BSI Gravelly Sand SANDPT 1 BSI Sand with Peat SANDST 1 BSI Silty Sand SANDSTON 1 Sandstone SC 1 USCS Clayey Sand SC/CLS 1 Clayey Sand/ Sandy Clay SHALE 1 Shale SILT 1 BSI Silt SILTCL 1 BSI Clayey Silt SILTGR 1 BSI Gravelly Silt SILTPT 1 BSI Silt with Peat SILTSD 1 BSI Sandy Silt SILTSTON 1 Siltstone SM 1 USCS Silty Sand SM/SC 1 SILTY TO CLAYEY SAND SM/SP 1 SILTY TO VERY FINE SAND SP 1 USCS Poorly -graded Sand SP-SC 1 USCS Poorly -graded Sand with Clay SP-SM 1 USCS Poorly -graded Sand with Silt SPG 1 USCS Poorly -graded Gravelly Sand SW 1 USCS Well -graded Sand SW -SC 1. USCS Well -graded Sand with Clay SW-SM 1 USCS Well -graded Sand with Silt SWG 1 USCS Well -graded Gravelly Sand COHESIVE SOILS N (Blows/Ft) Penetrometer (tsf) Consistency 0-2 0 - 0.375 Very Soft 2-4 0.375 - 0.75 Soft 4-8 0.75 - 1.50 Firm 8 - 15 1.50 - 3.00 Stiff 15 - 30 3.00 - 4.50 Very Stiff 30 + No Penetration Hard COHESIONLESS SOILS she shel N (Blows/Ft) Condition 0 - 10 Loose 10 - 30 Medium Dense 30 - 50 Dense 50 + Very Dense WEST TEXAS REGION DISPOSAL FACILITY DESCRIPTIVE KEY HDR Engineering, b1_ PARKWLL, SIATH 8 COOPER, WC. LUBBOCK TEXAS 000D8-124-037 III.ATT 4.APP 1.2 APRIL 1995 LOG OF BORING NO. B1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360762.650 a° Q, E 926329.37 .� o N = u w 3 Ground Surface El.: 3376.0 MSL 0 w .. = > c = E O. V CL > Cr c 3 w H aN o aci in ) c°� d a° m d �E ;Qo c]a ° � y d N m MATERIAL DESCRIPTION p a Z c = v o CLAYEY SAND (SC Dark Brown to Reddish Brown, fine grained 5 10 20 -25 �i -30, _35 ,- i -40 �?• -45 non LOG OF BORING NO. B1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360762.660 Sol U) 0 E 926329.37 r - 0 2 -" u. 0 Cn 4) > IM r- -1) 0) (D E E .2 -J Ground Surface El.: 3376.0 MSL * -'2 2- C l.- r' Cn C 0 CL E M CL M > 0 ICU ': 00 '20 N (n cc 0 (D E A 0 6 MATERIAL DESCRIPTION o.D z 0 J - 0' SILTY SAND continua i -7 -126- 26� 36-- -1 3r� 46- -446: -455- 66- 7� -175- 175.0 CLAYSTONIF Yellow Green 1 R4.0 8 LIME TOW Tan 196- 190.01 Boring Terminated at 190 feet -19 200-1— Completion Depth: 190.0 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 5/17/93 drilling. Date Boring Completed: 5/17/93 1 1 HDR Engineering, Inc, LOG OF BORING NO. B2 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359126.110 0 E 925610.21 ,w Ground Surface El.: 3378.3 MSL ? o LL > a w E O. E U s d > a � s c 3 a W N y O a N 3: v u + aai @ c0i Cr y 0:2 - i3 m MATERIAL DESCRIPTION o a Z c D n o a !�! . SANDY CLAY Ir-I Dark Brown 2,0 SILTY SAND jSM1 Tan 5 10 CLAYEY SAND (SO Reddish Brown =15 15.0 - SILTY SANO ISMReddish Brown -20 -25 - 29.0 _30 CLAYEY SAND 150 Reddish Brown -35 !✓ 39.0 -40 ! SILTY SAND LW Reddish Brown to - Light Brown -45 In 01 A HDR Engineering, Inc. ` LOG OF BORING NO. B2 _ Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359126.110 E 925610.21 o > r X w a Ground Surface El.: 3378.3 MSL ; LL d ►�'- y o Tr.°�' r E L m > d r y c'S d m 0 p C.N > U a CQ1 O _U " m (n t� chi cc a. m m e E c" 0 _J y ii .2 M a Z C A a MATERIAL DESCRIPTION SILTY SAND continued 102.0 Boring Terminated at 102 feet 10 1 1 - --- 2 2 136- 35- 467 14 15 5 8 I 6 ' b7d , 7 8 i i I I I .9 I I 19 i I 20 Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/18/93 Date Boring Completed: 5118/93 I LOG OF BORING NO. B3 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358824.250 E 928018.41 0 0) U) 4) 0 -J Ground Surface El.: 3368.4 MSL 0 00 u W W c: �- 04 4) a, .0 ; - E I , a E M .0 0 > 0 0 M co L 00 0 00 0 QE, OR 6 & 4) M a. MATERIAL DESCRIPTION 0 Z D CLAYEY SAND ISCI Dark Brown 2.0 SILTY 3 (SM Reddish Brown to Tan -10- Y� 75 1 R-0 - - - 20- CLAYEY SAND (SC Reddish Brown -25- 30- -35- - - 39.0 1 1 1 -40- SILTY SAND (SIVI Reddish Brown to Light Brown 45- -50- -55- 60- -65- -75- 80- -85- 90 -95- -400- Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/18/93 Date Boring Completed: 5/18/93 Continued Next Page riurf tnglneering, Inc. LOG OF BORING NO. B3 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7368824.260 y E 92801$.41 C O o *+ U.� m .: C = •� x w a Ground Surface EL: 3368.4 MSL � o � ° d►`�- `N 3 � J J t d > u a oE O 04 U y n i OCcc c ILE C Cr mu rL MATERIAL DESCRIPTION SILIIf SAND continued 102. Boring Terminated at 102 feet Q 1 1 2 2 3 3 4 4 _ 5 .. 5 6 6 7 17 i 8 8 9 i 9 20 Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/18/93 Date Boring Completed: 5/18/93 "uK rngineering, Inc. LOG OF BORING NO. B4 Project Description: West Texas Region Disposal Facility fa Lubbock County, Texas Location: N 7363196.730 ,e .� rn E 924457.05 .- o r Surface El.: 3382.8 MSL o LL CGround > 3�w c o Loai E in > d W a.� N ov � s cM am o f o r °� a ) MATERIAL DESCRIPTION o. Z D Q rL CLAYEY SAND {SCi Dark Brown 5 • 9.0 10 SILT( SAND iSM1 Tan 12.0 ;• CLAYEY SAND JSQ Reddish Brown 15 20 SILTY SAND ISM! Reddish Brown 25 CLAYEY SAND (S1 Reddish Brown 30 35 40 45 50 is 5 5 '' ` SILTY SAND (SMi Reddish Brown to Light Brown 60 65 70 I I 75 I 80 85 i I 90 I ; 95 O I j Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/19193 Date Boring Completed: 5/19/93 Continued Next Paae rrun engineering, Inc. LOG OF BORING NO. B4 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363196.730 ae E 924457.05 ,, C O o U. c .�«: = X d y °' O J U Ground Surface El.: 3382.8 MSL z o 00 �'� yco m CN .y �' w `o E 3 C t N E _ t > U d « y O a y �p Q. N O U v C 'ir C fA c7 cc N d m Y d o f 'e 6 =, 5 M a = ° a MATERIAL DESCRIPTION SILTY SDANcontinued 102. p Boring Terminated at 102 feet 1 1 2 2 36- 3&- -145- -150- 66- 74 6 17 7 1$ $ i 9 I I I ! I 9 I i ' 0 i i ` Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/19/93 Date Boring Completed: 5/19/93 HDR Engineering, Inc. LOG OF BORING NO. B5 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363104.910 a d m J E 928424.81 CO 20 o LLOf iV y c - °' N £_ E X G �- �_ Ground Surface EI.: 3373.3 MSL o �� �~ N(n `' `" - t N (A N U C N Q� m 0 a• N N N Cr 0 CL m OO E * O 0 .G !' ,� Cr J a N M MATERIAL DESCRIPTION a Z = a a '.. CLAYEY SAND ySSI Dark Brown 2,0 Dark Brown to Tan 5 10 12.0 CLAYEY SAND t Reddish Brown to 15 Light Brown 20 25 t 30 35 , � ./,/ 40 45 � SILTY SAN[) t �Ml Reddish Brown to --T--T 50 :. Light Brown (. 55 60 65 75 80 85 I i I I ` i 95 I � I i i o Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 6/19/93 Date Boring Completed: 5/19/93 t t ra ry r Continued Next Page nur, cnyrneerrng, inc. Lo 64 HEIR Engineering, Inc. LOG OF BORING NO. B5 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363104.910 0 E 928424.81 0 r o° o a LL d rn c a' .5 E c �- Q -J Ground Surface El.: 3373.3 MSL o M — W ►- .y a � o a' = o c7 ILm E ; c o. a y a MATERIAL DESCRIPTION 5I1L 1LSANl2continued 102.0 0 Boring Terminated at 102 feet 1 1 2 2 3 3 4 4 T5 5 6 6 7 I I I I 17 18 18 ( i 19 I I ( I I I f l 20 l Completion Depth: 102.0 Remarks: Groundwater not encountered during drilling. Date Boring Started: 5/19/93 Date Boring Completed: 6/19/93 1 LOG OF BORING NO. B6/P1 Project Description: West Texas Region Disposal Facility faq Lubbock County, Texas Location: N 7363406.070 0 w �, 0 E 928944.46 � � 0 0 o N U. 0 � � � a Ground Surface El.: 3371.1 MSL U .m ;; LL _ � a � w o d E T.O.S.C. Elev.:3375.02 a �.. o ..y 3 a� �, �� am ?� V D , N > 2 c7 CD a 0 a a—°o o f ;• 6 o� «. ' a J e CL � MATERIAL DESCRIPTION a_ Z j o a r 1; SANDY CLAY (CL{ Dark Brown to Reddish Brown, very stiff with caliche > - % zz 5 1 streaks 10 - 10.0 CLAYEY SAND (SC) Brown, dense, fine az sz s ze is iz grained with caliche nodules 15 20 -1 - reddish brown, very dense with caliche E4 streaks Nx - 25 30 7e 35 v i 40 0.0 SILTY SAND (SIVI Brown, very dense, 56 fine grained 45 > 50 with some clay dense � as 55 �- i •yY� 60 - very dense with caliche nodules y; ; 53 65 `.;. 70 - ith SC .^..�..^.a ache nn ides and streaks ks I' dY �..4 Sll V�R�I ' 1�i. 77 ga e 75 X, 80 - light brown, dense ;• 38 I }} i 85 ' 90 _ with caliche streaks :� :� 3s I I 0 I -pinkish tan with moderately cemented , Completion Depth: 192.5 Remarks: WELL MATERIAL - Schedule 40, 4-Inch blank and slotted Date Baring Started: 9/19/94 (0.024nch) flush threaded PVC pipe. Groundwater not encountered during drilling. Date Boring Completed: 9/20/94 Continued Next Pane HUK tngrneerrng, Inc. LOG OF BORING NO. B6/P1 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363406.070 a� E 928944.46 c "r ,, o °o o LL tn 4) c d a Ground Surface EL: 3371.1 MSL •° r ,� 0) N ; 5 d «: w °= o E is c EM T.O.S.C. Elev.: 3375.02 o 3 ;, to a N o 0 ° n. ° u E o v `° N a = ° n MATERIAL DESCRIPTION caliche SILTY continneti ' 50/4' 0 ,SAND 1 CLAYEY SAND ISC) Reddish Brown, 50/6" very dense, fine grained with caliche 1 streaks 2120.0 SILTY SAND ISM i Brown, very dense, 50/4" fine grained 2 S - light brown with slightly cemented 50/3' caliche 3 4 - light brown 4/11.5 4 5 - with caliche Streaks 0/4.5 5 B - with caliche nodules and slight 50/5. cementation 6 7 I 7 - hard caliche nodules 50/4• 1 I 8 CLAY / CLAYSTONE Yellow Green 8 LIME, TONE Yellow Tan, Weathered, Vugs 9 - soft, very broken 192.5 Boring Terminated at 192.5 feet � i I i 19 20 i I Completion Depth: 192.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted Date Boring Started: 9/19/94 (0.02-inch) flush threaded PVC pipe. Groundwater not encountered during drilling. Date Boring Completed: 9/20/94 HDR Engineering, Inc. 4 Ln in M LOG OF BORING NO. B7 Project Description: West Texas Region Disposal Facility M?46. Lubbock County, Texas Location: N 7363664.934 y y 9 E 927703.806 °E e U. °' r a Ground Surface El.: 3375.9 MSL o c d a>i y o n�i E E c E U) d > 0 d ••y c 3 a m a N o g in 4) 0 CD cc N O Q. m Y y UO E p Y a� j _Q .J c0 CL N 2 MATERIAL DESCRIPTION a Z C N o a SA[1(DY CLAY (C) Dark Brown, very 25 stiff 5 5.0 ' X. CLAYEY SAND Ic;r- Brown, dense, fine �. grained with caliche streaks and nodules 38 20 - with sandy clay layers 53 13 29 18 71 25 <; 26.0 SILTY SAND with CLAY (,SMi Reddish 30 Brown, dense, fine grained with caliche nodules 50 35 40 - medium dense 24 45 50 48.0 CI Avry e+u.n 1SC Reddish •,L _. c l 3rt�au � � nGuuiah Brown, dense, fine grained as 28 10 27 I n 10 55; 60 38 65 66.0 SILTY SAND (SMI Reddish Brown to Brown, medium dense, fine grained 70 �.' ' .' . • 29 75 i 80 - light brown, dense with caliche 81. as nodules 85 Boring Terminated at 81.5 feet 90 I 95 � i Is 0 Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/23/94 Date Boring Completed: 9/23/94 HDR Engineering, Inc. LOG OF BORING NO. 138/P2 Project Description: West Texas Region Disposal Facility Ila Lubbock County, Texas Location: N 7363330.400 0 E 926422.86 L c o f d a V Ground Surface El.: 3382.3 MSL M M ` in = CL N T.O.S.C. Elev.: 3386.49 E ` m c o c 3 a ` v 0`0. N p arA Q a U N_O a 40 Y o f \ Z _ _Q -� /0 n H M a c = m o a MATERIAL DESCRIPTION g SANDY CLAY ICLI Dark Brown, very 2.0 5 stiff CLAYEY SAND (SQ Brown, dense, fine '` % grained with caliche streaks 10 %^ `� . - reddish brown 44 20 5�01 - red, yellow, orange, and brown, very 54 30 9 31 19 12 dense 25 reddish brown, dense with clay 37 35 40 - brown ti/ j 39 45 50 ;< very dense 3. 63 55 60 SILTY SAND ISM i Light Brown, very 51 dense, fine grained% 65 70 . dense r`r :> 75 �vl Er, I 80 - pinkish light brown to pinkish 6/11.8 24 2 i off-white, very dense with moderately _ 85 cemented caliche nodules and layers I 90 I'-' 1 c CLAY (CI3 Dark Brown, ver dense with y 3/11.5! I caliche streaks 95 97,01, SILTY SAND Im Brown, very dense, Completion Depth: 185.5 Remarks: wWELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 9/13/94 (0.02-inch) flush threaded PVC pipe. Depth to groundwater not determined because of wash rotary Date Boring Completed: 9/14/94 drilling. Continued Next Page HDR Engineering, Inc. s LOG OF BORING NO. B8/P2 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363330.400 E 926422.86 - o d W w a ° Ground Surface El.: 3382.3 MSL O E t5" C O o o W LL r LL d to D1 iU c- �, d N 0 E 3 �= E Z 'G c- C T.0.S.C. Elev.: 3386.49 d o c 3 a d °= o a N y T �U &.2 of � On ,7 Cr J S N MATERIAL DESCRIPTION 20 Z C V1 _m n fine grained SILTY SAND continued 79 0 1 84/9' 1 117.0 SANDY CLAY ICU Brown, very dense, 2 fine grained 50/4" 2 SIL7Y SAND and SAND (SM-SPI Brown, very dense, fine grained 3 99/9• 3 4 - with clay 50/4- 4 5 50/4" 5 s - tan s 7 7 8 180.OM CLAY-L-CLAYMaTOMNE Yellow Green 181. t# LIMESTONE Tan, Weathered, Fossil li Casts 185. Boring Terminated at 185.5 feet -19 � 9 I I i 20 I Completion Depth: 185.5 Remarks: wWELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 9/13/94 (0.024nch) flush threaded PVC pipe. Depth to groundwater not determined because of wash rotary Date Boring Completed: 9/14/94 drilling. r7urs cngineermg, Inc. LOG OF BORING NO. B9 Project Description: West Texas Region Disposal Facility Fal Lubbock County, Texas Location: N 7363726.267 E 925191.509 o co ? r X 0 a J Ground Surface El.: 3385.2 MSL o �° o a `° m $ °C c 3 4, a N '� - O (� a do p- m Y� E Q o Z oo a J Q ., MATERIAL DESCRIPTION rL ? C d SAND (SM) Dark Brown 2.0 SANDY CLAY (C11 Brown to Reddish idSILTY 5 Brown, hard with caliche inclusions 111, ao 70 s zs 17 12 10 �.� ;, 70 15 / 58 54 15 28 18 10 20 - greenish tan 62 25 ! CLAYEY SAND (SQ Reddish Brown, very dense with caliche inclusions 67 38 12 24 16 8 30 - brown 51 35 - reddish brown, dense 42 40 10 26 17 s 40 SILTY , AND(SM) Brown, dense, fine grained 44.0 50 33 8 19 16 3 45 CLAYEY AND (SQ Brown, dense, fine 50 grained caliche lenses 55 41 36 10 25 17 8 60 very dense 88/11" 65 ' 6s 70 SILTY SAND (SM) Brown, dense, fine ( ( I grained 36 12 I 5 NP NP NP 75 - light brown 49 ' I $0>K tan, very dense with caliche nodules 58 31 5 NP NP NP 85 - light tan with cemented nodules 85.5 Boring Terminated at 85.5 feet 90 95 i i 0 Completion Depth: 85.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/5/94 Date Boring Completed: 8/5/94 HDR Engineering, Inc. LOG OF BORING NO. B10/P3 Project Description: West Texas Region Disposal Facility faq Lubbock County, Texas Location: N 7363571.906 0 N O E 924045.165 `- O C O .`. LL W O1 Y 1 a Ground Surface El.: 3380.1 MSL a>i a wE a T.O.S.C. Elev.: 3384.17 CL aN 5 o O aU amU. N Ea' o; •- U) c- MATERIAL DESCRIPTION acr c o _Gmz a %j SANDY CLAY I _ i Brown to Red 5 : , Brown, very stiff, fine grained with sand V 64 8 27 15 12 10 r - hard 35 64 12 30 15 15 15 j 38 51 13 31 18 13 1510 ! 20 SILTY SAND (Sh Reddish Brown, dense with clay, fine grained 3o a3 11 2a I 1s 6 25 CLAYEY SANDAM Reddish Brown, i 67 43 15 31 19 12 very dense, fine grained 30 SILTY SAND Ism Brown, very dense, 35 fine grained with caliche nodules I 63 21 7 NP NP NP a0 54 45 - dense � ' 47 32 7 NP NP N 50 - very dense` 63 5 5 %; - dense 43 - very dense with caliche inclusions ss 25 s NP NP NP 65 - dense 50 23 5 NP NP NP - light brown to tan, very dense with fix, 76 j 1 caliche mixture ; I 75 100 I ( I 38 ! 6 NP NP I NP 80 - brown with caliche streaks 84 j 85 - light brown with slight cementation ' X. I 68 I 31 i a NP NP j NP 90 - caliche ' 95 .i ! ! '� 77 16 4 ' NP NP NP a I Completion Depth: 183.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted Date Boring Started: 8/2/94 (0.024nch) flush threaded PVC pipe. " Groundwater encountered at approximately 160 feet BGS. Date Boring Completed: 8/4/94 Continued Next Pace nuns cnglneerrng, Inc. rn LOG OF BORING NO. B10/P3 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7363571.906 0 E 924045.165 c ,, o r d Ground Surface El.: 3380.1 MSL t0...2 � ; ',� C O OO U. .+ LL Nto ; ►- �N � 'd � + C ad a U Elev.:3384.17 ° 3 0. y 0-T.O.S.C. .c fc " cn L od v _ a d_ m 0 d °o � o J am a _ d 0 a MATERIAL DESCRIPTION SILTY SAND continued, very dense az 10 -caliche nodules and streaks / 50/3" 1 % l 110.0 IN CLAY tCLI Reddish Brown, hard 50/4- 87 16 38 25 13 1 5015" 91 19 46 25 21 2 SILTY SAND (SMI Light Brown, very dense, fine grained with some reddish 0/4.5 brown clay 2 50/4" 3 - light yellowish tan 50/4" 3 - tan j 0/4.5 140.0 4 / '. SANDY SILT IMI 11 Light Brown, very 50/4" 58 11 1 NP f NP NP dense with caliche nodules and 4C, inclusions - tan, fine grained 0/5.5 5 - cemented with caliche i 50• 0/.75 • SILTY SAND (SM) Light Brown, very = dense with Gravel X. 5 50/5" 33 21 NP NP NP 6 17 0/5.5 20 19 NP NP NP 6 • 50/2" 7 :'. . - 5014- I I LIMESTONE Tan, Weathered, Vugs17 883.5 ' I I — Boring Terminated at 183.5 feet 1 g 967 ( i I i � 9 I I ( i I 20 I I Completion Depth: 183.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted Date Boring Started: 8/2/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 160 feet BGS. Date Boring Completed: 8/4/94 HDR Engineering, Inc. LOG F BORING NO. 1311 Project Descriptions: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362925.258 0 E 924014.44 c d r >_ N �- y a 3 Ground Surface El.: 3374.1 MSL Q; O O 0 Qim y 0 w C n a do N ci i =6 vmn°' Q s fie` N N O d. m Y m Q .D = J M a •N c6 MATERIAL DESCRIPTION O a Z C to a SANDY CLAY tCU Dark Brown, hard 2.0 42 SILTY SAND fSMi Tan to White 5 5.0 AYEY SAND i}r1 Reddish Brown, very dense 10 - fine grained with caliche nodules and ss streaks 15 15.0 SANDY CLAY (CL } Reddish Brown, hard ~ ZO 22.0 ss CLAYEY SAN[US} Brown, dense 25 30 '% • - fine grained 43 i 35 37.0 SILTY SAdW8M1 Light Brown to 40 Brown, very dense, fine grained with caliche nodules 5e 20 B NP NP NP 45 50 - reddish brown - dense 33 55 60 - light brown with some clay 42 20 10 NP NP NP 65 70 1 -J �l �I�Ct .6 •a ^ hard pinkish white/of -1r hi— VCI N y civr'1` dense, caliche streaks 73. I ( i SANDY CLAY t }Reddish Brown, hard I ' 75 '' with caliche nodules 80 SILTY SAND (,SM} Light Brown to Tan, i 85 very dense 80 I i , - fine grained with slight cementation i 50/5- s5 i ! I Completion Depth: 174.0 Remarks: Groundwater encountered at approximately 146 feet BGS. Date Boring Started: 9/12/94 Date Boring Completed: 9/13/94 Continued Next Pace I mul-f tl gIneering, Inc. tN In HDR Engineering, Inc. LOG OF BORING NO. B11 Project Description: West Texas Region Disposal Facility 10?41. Lubbock County, Texas Location: N 7362925.258 E 924014.44 dCY) 3 Ground Surface El.: 3374.1 MSL � c c c O Omy s y N .Z az E za Cw > 0 Cr «o p N U o U D: d 0 cL Y d G E C� c y Q Z M a «+ v a Z° rL MATERIAL DESCRIPTION - pinkish tan with caliche and moderate 50/4- cementation 104. p �f lSANDY SILTY SAND continued CLAY IC Dark Brown, hard 1 - fine grained 6/10.6 1 CLAYEY SAND (SC i Reddish Brown, very dense 2 - fine grained with caliche nodules and 015.5 streaks 2 3 0/3.6 3 ' 4 SILTY ISM i Tan to Light Brown, 50/4- very dense with slight cementation 4 :Q 5 - fine grained with hard caliche nodules and moderate cementation 0/2.5 5 6 5012" 17 22 NP NP NP s 167.0 CLAY (CU Yellow Green 169. 7 LIMESTONE Tan to yellowish tan I 17 Boring Terminated at 174 feet i 8 I I 8 1 ! j i 9 s 20 I I Completion Depth: 174.0 Remarks: Groundwater encountered at approximately 146 feet BGS. Date Boring Started: 9/12/94 Date Boring Completed: 9/13/94 LOG OF BORING NO. B12 Project Description: West Texas Region Disposal Facility faq Lubbock County, Texas Location: N 7362871.190 -0 + „ rn E 925795.555 o y a J Ground Surface El.: 3381.6 MSL o O 00 LL t+ lL N (n ; y Cn 07 w y o ( C CL E o odc o� N m p ` U �, v o p y aCi a in C14 °°E 6:2 c Cr a MoZ MATERIAL DESCRIPTION a ° _v a SANDY CLAY (m ) Dark Brown, very 2,O stiff251 5 , /• SILTY SAN_r) ( M► Tan %. CLAYEY SAND (SCI Reddish Brown, very dense — ! f caliche nodules, lenses and streaks so /f J -1 5 -20 - fine grained 56 -25 - ,• - dense 42 _35 _40 - very dense, light caliche streaks, 50r5- I - cemented caliche lens ! r7urf cnglneering, Inc. ■ LOG OF BORING NO. B13 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362833.12 a� W E 927048.287 °o o t = = X w ? 3 Ground Surface El.: 3377.9 MSL c e LL �� C c o .1 o z m E a m > u odc ;H c 3 0...d m MO ° cv U d v y T 2 rn Cr COL 2 rn yc G C BR a :e ~ Y Cr 0 M iz 'M MATERIAL DESCRIPTION a Z c a SANDY CLAY (Ct 1 Dark Brown, very 3 stiff 23 CLAYEY SAND ( 1 Reddish Brown, 6 very dense 10 - caliche nodules 78 I 15 20 11// - fine grained 90 .F 25 j 30 35 '�• brown _40-.' - fine grained 69 46 SILTY SAND (SMl Brown to Reddish Brown, very dense 50 - fine grained 56 25 6 NP NP NP 65 60 - medium dense 29 65 70 - light brown, very dense, pinkish and Sq ` off-white caliche streaks I 75 80 - caliche streaks, slight cementation 81. 59 Boring Terminated at 81.5 feet 85 90 95 i i � 0 I Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/23/94 Date Boring Completed: 9/23/94 HDR Engineering, Inc. LOG OF BORING NO. B14 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362717.190 O E 928375.33 c U. d s , d «. ._ d �- a Ground Surface EL: 3373.3 MSL � o O O @LL d ; i'- N � � �» o � � C E c m o any am �o N >c�i t, v 2 p0 y W w 0 am I E oCL �� c Cr �' _� a MATERIAL DESCRIPTION n° z° = ° a SANDY C-1 AY (CCU Brown to Light Brown, very stiff 3• �6 ss �o za �s �z 5 AYEY SANn ('-qr-) Reddish Brown, very dense 10 if - fine grained with caliche nodules, 50/5' lenses and streaks 15 yF 20 - cemented precipitate lens 64 25 30 ' s9 35 �- j�. 40 i 65 45 F' ILTY SAND (SMi Reddish Brown to 50 Brn;nrn, medium dense, fine grained I 26 55 60 - very dense, caliche nodules and 67 cemented caliche 65 -70 75 80 - tan, fine grained with slight 50/5` cementation and caliche nodules I ' 85 90 ' CI AYEY SAND / SANDY U AY (S`c/CI ti 150/4.5" i Dark Brown, very dense/hard with 92,0 caliche nodules, streaks and 95 cementation i SI TY SAND (SM1 Light Brown to i Brown, very dense 0 t Completion Depth: 190.0 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 9/14/94 drilling. Date Boring Completed: 9/15/94 Continued Next Paae riun tngrneerrng, Inc. r. - Ln HEIR Engineering, Inc. LOG OF BORING NO. B14 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362717.190 E 928375.33 0 > r X N y 0 Ground Surface El.: 3373.3 MSL 0 00 U. NM C9? sue+ E = E C Y M s W > V a ccN C a` d � o a. C) o T t7 am N E c !' Y J En MATERIAL DESCRIPTION o a Z C o g a - slight cementation and caliche streaks SILTY SAND 53 0 continued 1 i - caliche streaks and lenses i 00/7.5 1 - pinkish tan, cemented j 2 - brown, fine grained with caliche 3015.5, nodules and streaks 2 3 - light brown, slight cementation 015.5 3 14 - brown with cemented caliche nodules 0/5.5 4 5 -light brown, fine grained with slight cementation 0/5.75 5 6 - caliche nodules 0/5.75 6 7 ) I i I 1 IMESTONE Tan 173. ! i 71._AY / CLAYSTONE Yellow Green, hard 8 - light olive green to yellow 53 183.5 i I j F g LIMESTONE Tan to Yellowish Tan I I 9 190.0j I Boring Terminated at 190 feet 19 1 i ! 20 I 1 i Completion Depth: 190.0 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 9/14/94 drilling. I Date Boring Completed: 9/16/94 LOG OF BORING NO. B15 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362083.839 E 929040.147 o i a n Ground Surface El.: 3369.6 MSL p .��. � `gin N °' ~ »- c '" E E c CL E Cn t a m ° CI � R� .. c3 d~ o- d�' yp °°N ° `° ° m 0 C� °U' a ° m° cYiE a°o �n Cr p H MATERIAL DESCRIPTION o_ Z c _ v ° "� _m o_ SANDY CLAY ICU Brown, hard with ' caliche inclusions, nodules and streaks 5 7.0 30 64 8 23 12 11 AY Y SAND (SQ Brown, very dense 10 - reddish brown with caliche streaks and 9n1.8 nodules 15 54 20 - orange, yellow, light green, red with 2111.3 slight cementation and caliche lenses 23. SANDY AY (CU Reddish Brown, very 25 dense, fine grained with caliche streaks 28.0 90 56 10 28 18 10 30 CLAYEY SAND tS _1 Reddish Brown to Brown, very dense, fine grained with 66 caliche lenses 35 57 40 et 45 SILTY SAND (SMi Brown, very dense, 56 fine grained 50 •'. I - dense 47 32 7 NP NP I NP 55 - very dense with caliche lenses 59 60 - light brown with caliche inclusions 26 65 - pinkish tan with slight cementation 78 70 - light pinkish brown, dense with 71. 1 37 I 24 1 1 s 1 1 1 cemented nodules and caliche 75 FT Boring Terminated at 71.5 feet_80- i 85 II 90 i I I 95 i 0 I ! ! Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/7/94 Date Boring Completed: 9/7/94 i , r, r•, r Hun Engineering, Inc. IA m Huff Engineering, Inc. LOG OF BORING NO. B16 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362128.794 o E 927651.971 0-0o c o u. d z a� .: != X a y a Ground Surface El.: 3374.3 MSL in o 0 cn C. c1-0 o a c� t i > o Nc 0no NM «MZ t o m x � cE y oE aEo MATERIAL DESCRIPTION ao = o i a SANDY _ AY ICL}1 Brown 1. CLAYEY SAND (Sr-)1 Light Brown to jam. 5 Tan, very dense sz - caliche 10 - brown with caliche nodules 58 � 15 /. - reddish brown with caliche streaks 82 20 brown, caliche streaks and nodules eo 36 10 25 16 9 X/25 1/11.5 30 74 35 y% 63 40 : %• X. so 45 - fine grained 67 __: 5V 9/10.5 r•> -. fine grained, caliche nodules 66 28 s 23 19 a 60 - dense 43 65 SILTY SAND ISM I Light Brown, very 50/5" dense, fine grained with caliche nodules 70 - dense 45 i 75 hard caliche layer f .28 $0 - very dense with off-white caliche 84.0 85 85 SANDY CLAY JQ I Reddish Brown, hard j i i i with caliche nodules 87 es s3 1 1z i 34 3a 2, ,3 90 SANDY SILT IMLS} Brown Be. ! 56 ! ! 13 I NP ! NP SILTY SAND ISM) Brown to Light 78 Brown, very dense, fine grained I 95 i 6 9 I I Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 161.5 feet BGS. Date Boring Started: 8/9/94 Date Boring Completed: 8/12/94 Continued Next Page LOG OF BORING NO. B16 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362128.794 ;e m E 927651.971 e > c = s= a '' Ground Surface El.: 3374.3 MSL o ' i'° d � `N 3 o J m a: c 3 an w m 3 � 2 aai A to W 0 o: 0-s d vE b2 p a ,, YCr M a a m a° Z C o MATERIAL DESCRIPTION SILTY SAND con in led 56 0 - brown to reddish brown - fine grained 9/10• 1 - caliche nodules 2 - caliche streaks 5/9.61 31 79 NP NP NP 2 - light brown with cemented caliche lenses 3 - tan son• 3 4 5ora• 4 6 17 5013' 5 6 50/3• 6 17- ! 172.0 1 1i j CLAY / CLAYSTONE Yellow Green, hard s® 19 i 59 29 30 17 sandy inclusions f ! 18 LIMESTONE Tan 9 20 ' 0 Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 151.6 feet BGS. Date Boring Started: 8/9/94 Date Boring Completed: 8/12/94 I _ _ Continued Next Paoe HVII tngineering, Inc. LOG OF BORING NO. B16 Project Description: West Texas Region Disposal Facility fuq Lubbock County, Texas Location: N 7362128.794 0 0 E 927651.971 ., o LL ~N N t N .. d 'O CD w m a C1 Ground Surface El.: 3374.3 MSL ' o O 2 ; N }}°' m c3 d� nN 9 O y 0 co cc am �S �o on «' m m MATERIAL DESCRIPTION a Z o g a LIMESTONE continuad203.0 U CLAYEY SANDSTONE Reddish Tan and205. Black 20 SHALE Dark Gray Shale with Limestone 21 Layers 210 AYEY SANDSTON Reddish Tan and Black 21 LIMESTONE Gray limestone with clayey216. sandstone layers 2 CLAYEY SAND TON Reddish Tan an Black CLAYSTONE Reddish Brown and Gray 22 with silt/sand partings 23 230.0 Boring Terminated at 230 feet 23 4 24 2S 25 26 6 7 27 I i 28 1 29 i 29 ! � i t I 0 f ! Completion Depth: 230.0 I Remarks: Groundwater encountered at approximately 151.5 feet BGS. Date Boring Started: 8/9/94 !� Date Boring Completed: 8112/94 hurt Engineering, Inc. a Y LOG OF BORING NO. B17 Project Description: West Texas Region Disposal Facility lu Lubbock County, Texas Location: N 7362177.208 0 c, 0 E 926397.876 0 ii' - 0 U. 0 °' m H a Ground Surface El.: 3374.4 MSL ' n c o ; n rn 0 y w °' o E c .c CL in c d a Cr 3 0- r y o a w ? CD p M �°, ¢ c am m eE °o G_ «�� a m MATERIAL DESCRIPTION o_ Z D o a i SANDY CLAY (SL ►f Dark Brown, very 2 5 stiff with caliche nodules and streaks 22 SILTY SAND (SM) Tan 0 5 CLAYEY SAND ISC) Reddish Brown to Brown, dense 10 - fine grained with caliche nodules and 52 35 n 1s some sandy clay layers 15 r�. 20 25 30 ` brown, caliche lenses 47 35 34.0 SILTY SAND ISMI Reddish Brown to Light Brown, medium dense 40 - fine grained 29 31 6 NP NP NP 45 - very dense 53 55 60 . light brown, fine grained with caliche 60 nodules 65 70 - with sandy clay layers ! ' � 54 I 22 i 13 ; 9 75 80 - dense I 45 ! I 85 ! ( ! 90 - very dense with slight cementation ' ! j 8918• i ' 1 i 95 0 I Completion Depth: 160.0 Remarks: Groundwater encountered at approximately 155 feet BGS. Date Boring Started: 9/22/94 A test pit, TP-17, was excavated approximately 13 feet east of B17 on 12/5/94. Date Boring Completed: 9/23/94 I Continued Next Pape Hum tng/neering, Inc. u 0 Y LOG OF BORING NO. B17 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362177.208 E 926397.876 oo °ywy o w °y L \ x o�i y `J Surface El.: 3374.4 MSL M o d ° a in: ai JU cGround <D > d nW G N > n Uc OE J;D p V d C ao m (D* U ii°o -r a M MATERIAL DESCRIPTION e a Z c o a SILTY SAND continued a7n 0 1 - pinkish tan with cemented caliche 50/3" nodules and streaks 1 I 2 -brown fine rained with slight 9 9 4/10.5 cementation 2 3 - caliche nodules 0/5.75 3 4 - light brown, fine grained with caliche 57 nodules and streaks 4 5_ - off-white, moderately cemented caliche 50/1' ' 5 Q 6 160.0 I Boring Terminated at 160 feet 6 7 I 7 18 j I I 9 I 1 ! I 9 20 ! I Completion Depth: 160.0 Remarks: Groundwater encountered at approximately 155 feet BGS. Date Boring Started: 9/22/94 A test pit, TP-17, was excavated approximately 13 feet east of B17 on 12/6/94. Date Boring Completed: 9/23/94 surf cngin eering, Inc. LOG OF BORING NO. B18/P4 Project Description: West Texas Region Disposal Facility faq Lubbock County, Texas Location: N 7362217.912 a dCD o, E 925146.935 c° �W > 0) c w Q Ground Surface EL : 3378.4 MSL 'r. LL C En y N . ~_ 3w E N T.O.S.C. Elev.: 3381.6 2 E '� °' '' 3 " y � N ° = U > c7 a , 'o r Jv a ,CD � MATERIAL DESCRIPTION Z c H CLAYEY SAND (SC Brown, very dense, :�" ; >- ; > fine grained with caliche nodules >> 5 1 O t' O/5.5 moderately hard caliche -brawn and reddish brown with caliche 75 _ lenses and nodules -20 - brown, dense with caliche nodules and 46 36 11 23 17 6 streaks -25 - 40 44 30 tiun tnglneerrng, Inc. Ln HDR Engineering, Inc. LOG OF BORING NO. B18/P4 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7362217.912 E 925146.935 0 o LL = X -J Ground Surface El.: 3378.4 MSL 0 NN Cd N.U. wr c E c a a M L T.O.S.C. Elev.: 3381.6 E 2 N 3 CLE y N o>C at0 O N a m n C9 aON vd N O nm - o E cZ U) .a.20 .Z - �° ' o-. _ 0 a MATERIAL DESCRIPTION SILTY SAND continued sa 10 i 1 67- - tan, fine grained with caliche nodules Y 50/5" 1 2 - brown 58 21 6 NP NP NP 12 3 - light brown with some clay 50/3' 3 - hard caliche 4 - light brown with caliche 5015" 14 5 c 0/3.5 5 6 - tan with cemented caliche ' So/z" 6 7 01AVELS 170. CLAY tn Cl "STONIF Yellow Green I with caliche 7 17 Boring Terminated at 176.5 feet 8 I i I 18 9 f ! J } 20 Completion Depth: 176.5 i Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted (0.024nch) flush threaded PVC pipe. Date Boring Started: 8/18/94 ; Groundwater encountered at approximately 150.5 feet $GS. Date Boring Completed: 8/19/94 LOG OF BORING NO. B19 Project Description: West Texas Region Disposal Facility Lubbock County, Texas e Location: N 7362263.295 iV N 3 E 923990.64U. 0 \ ,. d 0 o N io d C� L tm 6> � E E C a Ground Surface El.: 3374.4 MSL o r o � d E to n > V +.m C ay N tyop d CV i� .0 U �_ 7 r A ate. m N o E 'e p O c ;? y J a •„ MATERIAL DESCRIPTION a Z D o 0 a �'. SANDY Cl A_ Y!C_U Dark Brown, very zs J, F� stiff 5 MIN 10 iz -hard > 1.Q i QAYEY SAND W Reddish Brown, 15- dense with caliche nodules and streaks r20 V. . - very dense, fine grained 240 as -25 SILTY SAND Ism Reddish Brown to - Light Brown, dense _30 _ - fine grained 41 -35 -40 I33 -45 J, -50 I 31 h i LOG OF BORING NO. B20 Project Description: West Texas Region Disposal Facility Faq Lubbock County, Texas Location: N 7361559.366 E 924494.733 O 0 CDU} LL > C� t .�« E = E X Ground Surface El.: 3376.4 MSL ' c LL 3 w +�+ `o � Z c t mM E t a > c d ¢ y c a m p as �- c�i ..� a U v Z U y o cc � m o f� c� Z ii a Z o a MATERIAL DESCRIPTION g SANDY CLAY MIL Dark Brown, very •2.0 24 so 28 is 10 �y stiff 5 ;z .: so CLAYEY SAND ISO Brown, very dense - caliche nodules - fine grained so 15 78 44 11 28 18 10 A 20 - reddish brown 56 25 - dense 41 37 15 32 19 13 30 -brown, very dense 53 35: - reddish brown, dense 30 4a 14 zs 15 11 40 medium dense 27 .r brown 47.01 1 122 SILT( SAND ISM I Light Brown to 5o Brown, fine grained with cemented caliche and streaks 40 - dense 55 - brown 38 38 9 NP NP NP 60 36 65 - light brown 34 70 34 I 6 t:P I NP NP 75 32 I 80 - pinkish off-white, very dense, fine 5013- I i grained with cemented caliche 85 - reddish brown with caliche nodules i 72 90 - light brown �.� 67 I i 95 -dense 141 j f Completion Depth: 225.0 Remarks: Groundwater encountered at approximately 150.6 feet BGS. Date Boring Started: 8/19/94 Date Boring Completed: 8/24/94 Continued Next Pa e Hint kngineering, Inc. m in 69 1 �S LOG OF BORING NO. B20 - Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361559.366 a o, E 924494.733 o d L r w a Ground Surface Et.: 3376.4 MSL p > .. o C O ° U. rLL a > m y A O) «: � _ C o r E I E t E z c y E to n o cc „, my d °«.`m cap 0_ ` U U o g U U cc c a° ID d o f N o 0 p = °' 7 y co y MATERIAL DESCRIPTION m a Z a o 0 _�, a a - pinkish tan with cemented caliche 50/4- SILTY SAND nnnfiinuer1, very dense 0 1 - reddish brown with caliche nodules 0/5.5 and streaks 1 2 - brown, fine grained 0/5.51 28 8 NP NP NP 12 3 - reddish brown, fine grained with 0/2.5 caliche 13 - tan with cemented caliche 4 50/4- 4 i 0/4.75 5 s -off-white with cemented caliche o/2.5 6 167.01 D AYSTONI= Yellow Green, hard 1? i I 1 I I 79 17 1B LIMESTONE Tan 50/1- I , I 18 i I I 9 9 196.0 i SANDY AYSTON Green 198. ; 20 Cl AY Y SANDSTON Yellow to Oran e i I Completion Depth: 225.0 Remarks: Groundwater encountered at approximately 150.5 feet BGS. Date Boring Started: 8/19/94 Date Boring Completed: 8/24/94 Continued Next Pa e HUH Engineering, Inc. Ln m HDR Engineering, Inc. LOG OF BORING NO. B20 17 Project Description: West Texas Region Disposal Facility IFIL 3A Lubbock County, Texas Location: N 7361659.366 ;e O E 924494.733 0 = O o LL > im y r 9 W = X y s O J U Ground Surface El.: 3376.4 MSL d ° LL a F. o _ -' «• E vs :i= M > $ d •• c3 dd w °'N o2 U m a 3 o N g oat 0 cc a aoo o E ° " �' ° ii m MATERIAL DESCRIPTION a Z = c g a. with claystone and limestone layers CLAYEY SANDSTONE r_entinupa 20 21 210 LIMESTONE Gray 212.0 SANDSTONE Orange to Yellow 214, 21 OLAYSTONE Reddish Brown and Gray with silt/sand partings 22 22 Boring Terminated at 225 feet 23 23 24 24 25 25 26 26 7 I f i! 27 I ! I 28 28 i I s a 29 29 I , I 0 1 I � Completion Depth: 225.0 Remarks: Groundwater encountered at approximately 150.5 feet BGS. Date Boring Started: 8/19/94 Date Boring Completed: 8/24/94 r LOG OF BORING NO. B21 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361496.340 E 925746.609 o N t ,: r N w a Ground Surface El.: 3377.1 MSL o 0 0 �° ate+ U. _ > N m 3 r C o J �' zc .. m a 4' C 3 d- �' y O C- N > > v aCi o to t� 1r a m ''�i E ° o ] ii o MATERIAL DESCRIPTION a° Z •o a f• / i SANDY CLAY (CL ►1 Brown hard • '3.0 30 73 10 33 16 17 CLAYEY SANn (SQ Brown, very dense - caliche 62n0• �15- r :20- reddish brown, fine grained 66 -25 -30 . - 61 -35 Al LOG OF BORING NO. B22/P5 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361453.415 3 E 927000.918 '� c a O O o I N C N .O c - E C w y a Ground Surface El.: 3374.8 MSL `LL fh C �- '� 0 r 3 ; c :E a m a T.O.S.C. Elev.: 3378.05 N y Q y N N go N C3 a' , 'F+ N to d C U N G 0-m Y E J M tyo O a Z C N MATERIAL DESCRIPTION g j' CLAY (CL) Reddish Brown with caliche 5 ;"/ ,, • . nodules 5.0 CLAYEY $ANQ (SQ Brown, medium 25 77 9 28 15 12 r .. dense 1 0 - very dense, fine grained with 60 cemented caliche nodules 5 l - with caliche lenses sa 54 40 13 29 18 11 25 � 50 / 30 54 35 f _ reddish brown, dense, fine grained 37 40 - medium dense 24 18 5 NP NP NP 45 ' dense �� ti, 37 V {1{ 5L' j \' 40 5 5 . SILTY to CLAYEY SANn ISM -CSC) Light 52 33 10 34 za 10 `ys Brown, very dense, fine grained 60 - caliche nodules > 72 65 63 70 -dense ;; 42 75 - tan, very dense, fine grained v> 57 12 I a i NP i NP NP 80 - dense, caliche nodules 49 i `Y�' 85 - very dense e9 - brown with caliche streaks and 57 cemented calicheCis �• .. i i t 95 ;;; O ' —� 1 i ropy ( Reddish Brown, hard 53 95 ! 27 i 53 28 , 25 98, - Brown 1 i ! 0 Completion Depth: 200,0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started: 8/15J94 (0.02-inch) flush threaded PVC pipe, Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 8/16/94 Continued Next Pape HDR Engineering, Inc. LOG OF BORING NO. B22/P5 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361453.415 y c, 9 E 927000.918 c p c 0 o a`+ LL O1 c 2) � a Ground Surface El.: 3374.8 MSL t ;5 LL C y o E C Q M =a T.O.S.C. Elev.: 3378.05 0 0 c� a i� L °'N " °.2 H11 cp � a p c3 a° of o a m y U m np Z 'c in n. d MATERIAL DESCRIPTION 0 , very dense, fine grained with catiche - 68 nodules 0 SAND to SILTY SAND rnnfintied ; j 1 i 11 - tan with white caliche streaks 50/4^ fll 117.0 SANDY CLAY (C11 Reddish Brown, hard 12 6/10.5 70 14 34 21 13 12 / 13 • sent^ 13 14 ' - catiche streaks _;'.> 9919^ 91 21 56 33 25 144.0 ;; - _ CLAYEY to SILTY SAND ( -S "1 Tan, 4 ;�, very dense, fine grainedY I �' 5 catiche nodules -cemented catiche ; 6 ;. -cemented catiche nodules ". 50/6• 6 CLAYEY SILT Yellow, very dense with catiche nodules 50120 I i 75- 8 0 AY / AYSTON Yellow, hard 62 I 99 24 I 47 27 I 20 8 183.0 1 , I IMESTONF Tan, Weathered, Vugs ! 9 Completion Depth: 200.0 Date Boring Started: 8/15/94` Date Boring Completed: 8/16/94 -1DR Engineering, Inc. I � 1 200.0 i Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted iJ (0.02-inch) flush threaded PVC pipe. Groundwater encountered at approximately 145 feet BGS. Continued Next Page LOG OF BORING NO. B22/P5 Project Description: West Texas Region Disposal Facility Faq Lubbock County, Texas Location: N 7361453.415 0 Q, E 927000.918 c o ° r x w`- a Ground Surface El.: 3374.8 MSL O O 'r - U. r- ►�- Q) U) 0 y = J •'= S3 —` t T.O.S.C. Elev.:3378.05 .+ N Q1 o c a. ` �,- h O aN O O �. p o n�-, U d o m° o n ° m ii y m MATERIAL DESCRIPTION a Z N ° a Boring Terminated at 200 feet 20 21 2i 22 22 23 3 24 4 I i 25 I II 25 26 26 27 27 I 28 28 I 29 i 29 ( ! I I I i Completion Depth: 200.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Date Boring Started: 8/15/94 10.024nchi flush threaded PVC pipe. Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 8/16/94 hurt cngrneering, Inc. LOG OF PIEZOMETER NO. P5A Project Description: West Texas Region Disposal Facility FUq Lubbock County, Texas Location: N 7361453.001 0 o, E 927011.004 c o a� s w a Ground Surface EL: 3374.8 MSL ° ;� ;, LL U. N y N m r °' w °' E E J E c - T.O.S.C. Elev.: 3377.85 .r o .. c 3 0 ciN p n ° N rm a cj a° in " E o �- a�i ~t1 J MATERIAL DESCRIPTION ° a Z G ° a 5 10 15 20 25 30 35 40 45 , 50 55 i 55 70 75 80 85 �.. 90 I I 95 IL. m.O 'fi Completion Depth: 169.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted � Date Boring Started: 8/16/94 (0.024nch) flush threaded PVC pipe. For materiel description, Log Boring refer to of 622. Date Boring Completed: 8/16/94 Continued Next Pa-ce HDR Engineering, Inc. r LOG OF PIEZOMETER NO. P5A Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361453.001 E 927011.004 �- y a o 2 Ground Surface El.: 3374.8 MSL c c 0 LL m N ; � 0) m - 0 3 � o T.O.S.C. Elev.:3377.85 m C o 3 aN z 13-0 MATERIAL DESCRIPTION a Z j c 'a 0 1 1 2 2 3 3 4 4 = 5 5 6 6 7 Piezometer Completed at 169 feet 7 18 I 8 9 20 Completion Depth: 169.0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started: 8/16/94 (0.02-inch) flush threaded PVC pipe. For material description, refer to Log of Boring B22. Date Boring Completed: 8/16/94 f /A- r rrc.11n ZYlyl/1Clur///y, 1"G. LOG OF BORING NO, B23 "rl Project Description: West Texas Region Disposal Facility ED Lubbock County, Texas Location: N 7361419.201 0-0 o, E 928252.073 — 0 d .: s x C y � Ground Surface El.: 3372.8 MSL ° 20 C O LL U) C CN0 U . w `.. (I Cnm m E = > " o ova0o. di 30 U a tim° 6 . aE ` 0w�-+ MATERIAL DESCRIPTION Zc oyJ _ SANDY _ AY (CU Dark Brown, very . _ stiff with caliche nodules 3 28 SILTY SAND ISM} Tan, very dense 5 10 - cemented caliche 11. �i CLAYEY SAND (= Reddish Brown, 15 very dense 20 . - fine grained with cemented caliche and 50i4• caliche nodules 25 .. 30 - dense 35 35 �40 SILTY SAND ISM)Reddish Brown to Light Brown, very dense 50/5` 16 4 - - off-white caliche -45 lens...s - liptllillC ICI1�C5 46 - - dense -55 -60 - - pinkish tan, very dense, fine grained 53 34 6 -65 -70 - light brown dense, fin vent B �_. ...e grained ....h 4 o I =S nodules =caliche -75 - _80 - very dense 81. 66 ( i Boring Terminated at 81.5 feet 1 I -85 , -90 _ -95-' I i i Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/1/94 Date Boring Completed: 9/2/94 I mun tnglneerrng, Inc. i 8 9 I LOG OF BORING NO. B24 Project Description: West Texas Region Disposal Facility H)L Lubbock County, Texas Location: N 7361396.025 OR } E 929012.096 o t ,� �, d a Ground Surface El.: 3369.2 MSL oU. ; ; t iu E z > d o: .-N c 3 aiu m- mp 0. N �� A U aD v o y u in 0: 0_ m f ; C, J n. @ MATERIAL DESCRIPTION o o_ C D y ° n fi • . SAIyDYCLAY JC i Brown 2.0 I SILTY SAND ISMI Tan, medium dense 5 - cemented caliche 26 9.0 10 CLAYEY SAND (SCI Brown, medium 22 dense with caliche nodules 14.1 15 SANDY CLAY (CL f Reddish Brown, hard eo with caliche streaks 20- 23.0 52 56 20 41 26 15 25 CLAYEY SAND M Reddish Brown, dense, fine grained with caliche lenses 41 30 34 35 - medium dense 29 Xj 4a - dense 31 40 10 22 15 7 45 �. 37 36 55 SILTY SAND ISMr Brown to Light Brown, medium dense with some clay 22 30 10 and caliche streaks 60 - dense with caliche nodules and streaks 37 65 - light brown, medium dense, fine 27 grained with caliche nodules 70 - brown, dense with caliche lenses 31 75 I - light brown, very dense with caliche + I i 57 nodules 80 - dense 41 I 10 a 85 - pinkish off-white, very dense with 5013• I i caliche and slight cementation I ( I 90 - light brown, caliche nodules and 73 I streaks with slight cementation 95 i 50/6'j I 0 Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 142 feet BGS. Date Boring Started: 9/2/94 Date Boring Completed: 9!7/94' I Continued Next Pa e nun rnglneering, Inc. LOG OF BORING NO. B24 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7361396.025 ;e O E 929012.096 a \ ` o 4 � 0i s .: N N y C O '' c� Ground Surface El.: 3369.2 MSL o 0 a> (LL/} ; ; ~ 0�i y rn .0 °1 G. N a O D: _ iV y a N 3 10 a. N ` U O V O 7 U v d o W (� C) C m y ao �E m ao a sv v � w MATERIAL DESCRIPTION O o Z C _ y o SILTY SAND continued 99 0 1 SANDY CLAY ICLI Reddish Brown, hard with caliche nodules and streaks 9015.75 � 1 CLAYEY SAND ISC Reddish Brown, very dense 2 501e^ 12 SANDY CLAY ICLI Reddish Brown 3130.0 SILTY SAND ISMLight Brown, very 92 dense 13 4 :. 7 - fine grained with minor caliche and 99/8" = nodules f 4 5" - pinkish tan with caliche cementation I I 0/2.5 5 t 16 - pinkish off-white with caliche layers 50/2` I g - LIMESTONE Tan ► ; 171.0 r-I AY-RTONF Yellow Green 7 I i i i 18 i I � i I 8 I LIMESTONE Tan I ! I 19 190.0 I Is Boring Terminated at 190 feet 9 ! ( E 20 I I . Completion Depth: 190.0 ! Remarks: Groundwater encountered at approximately 142 feet BGS. Date Boring Started: 9/2/94 Date Boring Completed: 9/7/94 I Hutt engineering, Inc. i L I I J Ch Ch 0 HDR Engineering, Inc. LOG OF BORING NO. B25/P6 IT Project Description: West Texas Region Disposal Facility to ?4,- Lubbock County, Texas Location: N 7360704.660 o, C E 928975.793 w 4 ,. 0 o LL d o, >y r LM .= X w w a Ground Surface El.: 3363.4 MSL .a 0 �; ; V,� �- C J C E t T.O.S.C. Elev.:3366.60 2 o 3 o_� 00 (LN �� c°� ti av am of Z �� r Cr J a H m MATERIAL DESCRIPTION a C D v_1 O a •'j CLAY (CLI Brown 5 5.0 ClAY Y SAND iSC1 Brown, medium 26 dense, fine grained with caliche streaks 10 and nodules - light brown, brown, yellow, orange and 53 light gray, very dense with cemented 15 nodules brown, dense, fine grained with caliche 45 nodules ' 20 • very dense 51 25 :. - dense as 39 35 - very dense with caliche nodules and 71 streaks 40 40.0 f SILTY SAND (3M1 Tan, very dense, fine sfi grained 45 - dense 31 23 6 NP I NP NP 50 - caliche nodules and streaks 43 55 _ light brown, very dense, fine grained �� ' 5016" with caliche nodules and streaks -` 60 - pinkish tan, fine grained with caliche E1 nodules and streaks 65 62 j 70 :.' , _ dense 38 1 75 - light brown, fine grained with caliche 48 � 45 i NP NP , NP nodules ; 80 - pinkish tan, very dense, fine grained with caliche streaks 85 J 50l2- 1 ! 90� light - ght reddish brown, fine grained with ; :; 91 I ; caliche streaks 95 o':�. i Completion Depth: 171.6 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted (0.02-inch) flush threaded PVC pipe. Date Boring Started: 9/7/94 Groundwater encountered at approximately 137 feet BGS. Date Boring Completed: 9/9/94 Continued Next Pa e LOG OF BORING NO. B25/P6 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360704.660 10e E 928975.793 o w n �, Ground Surface El.: 3363.4 MSL - �° _ ►`�- LL y w E E c a Q• T.O. S. C. Elev.: 3366.60 3 aN n d o us M t7 iv c a c a m (D w o f 1 o D� •. �� y a MATERIAL DESCRIPTION a Z D o a - caliche cementation 0/4.5 SILTY SAND contin ugd t) OXy 1 - light brown, fine grained with 82/8• _ cemented caliche nodules 11 12 0/4.25 12 13 s2 13 = 4 - pinkish tan, fine grained with caliche 50l3- - nodules �4 I 15 - fine grained with cemented nodules -15 = I 6 - fine grained with cemented caliche 50/3" 45 23 NP NP NP - nodules -16 �7 168.0 % CLAY / CLAYS Yellow Green, hard 53 Boring Terminated at 171.5 feet 17 18 I i i I I 19 I I ?0 Completion Depth: 171.5 1 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted (0.02-inch) flush threaded PVC pipe. Date Boring Started: 9/7/94 I Date Boring Completed: 9/9/94 Groundwater encountered at approximately 137 feet BGS. � I , I� 'CDR Engineering, Inc, i f ] i__t u c LOG OF BORING NO. B26 Project Description: West Texas Region Disposal Facility 1Uq Lubbock County, Texas Location: N 7360750.311 0 E 927601.234 0 ,� C O o LL L Ot d a Ground Surface El.: 3373.8 MSL c LL c y(n o T L aai E in c > '�' 0 o: «. y o a iu Y d MO a N > U G n c) d � c y m Cr aci o- m o �_ -' ii � MATERIAL DESCRIPTION o z° = a %' SANDY CLAY (CUBrown, very stiff 3.0 28 5;: CLAYEY SAND (SC) Brown, very dense with Sandy Clay Layers 10 �r caliche lenses and nodules 52 15 20 mottled reddish brown, orange -brown, 50 i light olive green 24-0 25- SILTY SAND (SMIReddish Brown to Light Brown, dense 30 - fine grained 36 35 40 - medium dense 28 45 i 50 .. -dense "a 55 60 _ light brown, very dense, fine grained 50 I with caliche streaks and nodules I 65 i 70 - dense 142 75 i i I I 80 - pinkish tan, very dense 80. I I r I ; I f Boring Terminated at 80.3 feet I I 85 I I I 90 i I I I 95_100- I I i i I Completion Depth: 80.3 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/21 /94 Date Boring Completed: 9/21 /94 riurf tngin•eering, Inc. LOG OF BORING NO. B27 Project Description: West Texas Region Disposal Facility FUq Lubbock County, Texas Location: N 7360826.450 0 Y rn E 925095.770 Y o w d o Ground Surface El.: 3376.8 MSL �. Q o o •� LL w tun W 0 0 •n iA °' °' 3 i.'+ ._. n J G sL+ L j d — Y t4 d. tp O T O I 0 Cn ` oc yo n.Co ;�d cE dN �o �a = °' v :, H a m MATERIAL DESCRIPTION a Z = •A 0 a SANDY C AY (rI 1Dark Brown, very -2.0 stiff 5 SILTY SAND t,SMI Tan 0 SANDY CLAY tC 1 Reddish Brown, hard NMI; 10 - caliche nodules i 2.0 77 55 12 38 20 18 0 AYFY SAND tS�CI Reddish Brown, 15 very dense - - caliche nodules 55 25 .'•F'i. 30 - dense, fine grained with caliche 40 nodules 35 l . - pinkish tan with slight cementation and 40 '' caliche nodules - very dense as 40 7 26 16 10 45 SILTY SAND ISM Light Brown, dense 50 -caliche streaks ff I I 38 55 60 34 11 4 NP NP NP 65 70 .�, r ti a d _ .9 a very sense v,;oal 4alilgle nodules an slight cementation ( � I I I ! 75 80 - reddish brown with caliche nodules 80. r I I I i Boring Terminated at 80.8 feet ! I 85 1 ' I I i 90 j I i I 95 j i ( i r ' 0 I I Completion Depth: 80.8 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/26/94 Date Boring Completed: 8/26/94 rrutf engineering, Inc. U � u � H LOG OF BORING NO. B28 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360857.386 a� E 923960.397 0 o d > z C x o 3_ Ground Surface El.: 3376.9 MSL ' o M _ _ ►`- N }» _ B J C C to m $ � c 3 d *, a s > J ? 0 o cc nm c"iE �o a _ o MATERIAL DESCRIPTION a° Z o a SANDY CLAY IC11 Reddish to Dark Brown I 10- - caliche 12.0 62 12 37 22 is CLAYEY SAND Isc Reddish Brown to 15 %l• Brown 20 _ - fine grained with caliche 25 30 - fine grained with caliche nodules and streaks 35 SILIY SAND fSMI Brown to Light Brown 40 - caliche nodules and streaks and slight cementation 45 55 s0 . light brown, fine grained with caliche 20 4 NP NP NP nodules 65 - off-white with cemented caliche 70 . liaht brown; fine grained with caliche nodules and streaks 75 80 i I! 85 ! [ i 90 i B j 2 � NP i { NP NP 95 i 0 Completion Depth: 161.5 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 8/24/94 j drilling. Date Boring Completed: 8/25/94 i Continued Next Pave nuts cngineenng, Inc. LOG OF BORING h Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360857.386 E 923960.397 w y 3 CL t Ground Surface El.: 3376.9 MSL a N 0 I I I MATERIAL DESCRIPTION - pinkish tan, fine grained with caliche nodules and slightly cemented caliche p SILTY SAND rontin red caliche nodules • - - --•-•- 122 2 SILTY SAND ISM! Light Brown, very dense 3 - caliche nodules and slight cementation 3 4 - fine grained, with caliche nodules and slight cementation 4 5 5 YSTONE Green and Yellow, harp Boring Terminated at 161.5 feet L 8 9 Completion Depth: 161.5 Date Boring Started: 8/24/94 Date Boring Completed: 8/25/94 VDR Engineering, Inc. 10. B28 p E_J 0 of c c rn> rn ('' G AL r'C� �v~-•. C E c 0 3> > a O Q d N a N 'y° 0 1 U V v U •-� m a° Z = o a � CS0/5.75 0/5.26 0/5.75 50/2" ,l 0/5.5 74 85 1 1 16 61 1 28 33 I i i i I i i i 1 i i i I Remarks: Depth to groundwater not determined because of wash rotary drilling. l Ln m 0 H?R Engineering, Inc. LOG OF BORING NO. B29 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360157.559 a° « rn 3 E 924444.931 « 20 « uc ' c dd w o Surface EL: 3376.8 MSL -� a Cn oGround >a U a c3do° - N podivi 2 MATERIAL DESCRIPTION CL Z o g n f %T SANDY CLAY (C )Brown, hard with 2,0 caliche streaks I 5 , ; SILTY SAND ISM►Tan j CLAYEY SAND (SC I Brown, dense very pinkish caliche 87 34 5 25 15 10 20 Xz - fine grained 50 25 30 �`• f' - reddish brown, dense, fine grained 32 35 40 - brown, medium dense, fine grained 42. 1 26 with caliche streaks 45 SILTY SAND ISM I Light Brown, dense 50 - fine grained with caliche nodules 40 55 60 - pinkish tan, fine grained with caliche 40 j nodules and streaks 65 70 pinkish brown, very dense, fine 55 I Slight rained with caliche nodules and streaks 75 i 80 -light brown 81. 56 I 13 1 4 NP NP NP Boring Terminated at 81.5 feet 85 I I I i i ! 90 I� Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/25/94 Date Boring Completed: 8/25/94 I LOG OF BORING NO. B30 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360119.490 m E 925697.663 o V to o o Ground Surface El.: 3376.0 MSL o > c o ° ° U. «. LL C o, `y rn a�i E E c L m o @� y H a CDa p N U aai in to �' d 0- Q. Coo N ? N a MATERIAL DESCRIPTION o_ z c 0 a. SANDY GLA_Y jf L 1 Dark Brown to �i Brown, very stiff with caliche nodules sa 5 10 reddish brown, hard, fine grained with t t . caliche streaks and lenses 15 CLAYEY SAND 1S1 Reddish Brown to r Light Brown, very dense 20 fine grained with caliche nodules 57 .X 25 . �. 3o SILTY SAND ISM I Light Brown, dense - caliche streaks and slight cementation 47 35 40 - fine grained with caliche nodules 40 45 50 - pinkish tan with caliche nodules � 34 55 60 - light brown, fine grained with caliche 40 lenses 65 70 - very dense, fine grained, caliche so 20 I 4 ( NP NP NP streaks and nodules with slight = I f 75 cementation 1 , 80 - tan with caliche nodules and 80. � i I --r cementation 85 I I i j Boring Terminated at 80.4 feet I 95 I I 0 Completion Depth: 80.4 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/29/94 Date Boring Completed: 8/29/94 I ryurf cngmeering, Inc. LOG OF BORING NO. B31 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360081.420 o E 926950.395 o > L f, y y J Ground Surface El.: 3373.9 MSL O O LL N (n C .y o 9 r CL cy'S a ` m� nN y ! m 0 ci c°� cc dm 0 o 6 Da C y C J a o m a D Q a. MATERIAL DESCRIPTION g CLAY (St ii Dark Brown to 26 `%%' Brown to Reddish Brown, very stiff with 5 caliche nodules 10 ' - brown, stiff with caliche nodules and 13 j cemented nodules r 20 reddish brown, hard with caliche 70 75 4 40 23 17 lenses 23• 25 CLAYEY SAND (SC1 Reddish Brown, dense fine grained with caliche nodules 42 35 X. 40 ,. 49 45 :. 50 . •. - - fine grained 52 � III 55 I��T—Y SAND tSM►Light Brown, dense 60 - fine grained 31 65 .._; 70 - fine grained with caliche nodules i i 39 I n j I 5 ' NP NP NP 75 - moderately cemented with streaks of I caliche I ' 3 t 80 -pinkish tan, very dense with I ! j 150i0- moderately cemented caliche i 85 I ! { so - light brown with well cemented caliche 75 nodules { 95 { - off-white, fine grained with ! I Completion Depth: 166.5 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 8/29/94 Date Boring Completed: 8/30/94 � Continued Next Pa e Hum &nglneering, Inc. LOG OF BORING NO. B31 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360081.420 ,, rn E 926960.395 c w a 3 Ground Surface El.: 3373.9 MSL a° i= o C O �° y "» C E i= �, i ' G t d E (n c > O d C n �0.. �o G. 04 ° > j 0 U' Cr D_ m a"i O f oQ O? �� J n- m MATERIAL DESCRIPTION a z D a cementation SILTY SAND r_nntirnied 0t5.75 0 1 - light brown, fine grained with caliche 50/3" and moderate cementation 1 12 - brown, fine grained with slight 5014" cementation 2 3 - light pinkish brown, fine grained with 0/5.5 caliche nodules and cementation 13 74 - pinkish tan with cemented caliche 5013' 17 nodules 145- 150 tan with caliche nodules 015.75 5 6 - pinkish off-white with caliche nodules 50/2" 1640 6 AY •LONE Yellow to Green, hard 166.551 Boring Terminated at 166.5 feet 7 i i I 85i I i I i 9 I I I � I i I i 19 i I I i Completion Depth: 166.6 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 8/29/94 Date Boring Completed: 8/30/94 HDR Engineering, Inc. FI, i LOG OF BORING NO. B32 Project Description: West Texas Region Disposal Facility fu�( Lubbock County, Texas Location: N 7360043.351 0-0 w J E 928203.127 0 \ — O O a N (Q C N r •N r .. E rC X C a Ground Surface El.: 3363.2 MSL d M LL d N o ; o �, t s a d N a y mp >U U 0 > y N O o_m Y o f 0, o 6 y Q N !p a MATERIAL DESCRIPTION o. fig �l; 'z SANDY CLAY (rI ) Reddish Brown, ver stiff y 23 50 8 23 13 10 5 ?, fr6.0 CLAYEY SAND (SQ Brown to Reddish 0 Brown, medium dense - fine grained with caliche nodules 22 15 /X' 20 reddish brown, very dense, fine 78 .: grained with caliche nodules 25 30 - dense, fine grained with caliche "• 39 39 9 22 14 8 35 j nodules and lenses 40 . r r. very dense 52 �.::44.0 45 SILTY SAND ISMI Brown to Light Brown, dense 50 : • .I.. - caliche nodules with slight cementation 47 55 j so - light pinkish brown with caliche 38 streaks 65 :... 70 - brown, very dense 50/5" 75 i i 80 - pinkish tan, moderately cemented with 150/4• caliche 85 90brown, fine grained �85/10"i -i - pinkish tan with caliche nodules and � 95 ., I I streaks J0 "• I - brown, fine grained with caliche ! Completion Depth: 150.5 ! Remarks: Depth to groundwater not determined because of wash rotary iI Date Boring Started: 8/31 /94 drilling.! Date Boring Completed: 9/1194 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B32 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360043.351 0 E 928203.127 w a �, Ground Surface El.: 3363.2 MSL 0 0 0 0 '= LL - LL = � . N "' w 3' ;. j C t+ E a 7 U d M �„ H N y o. e" N o 4 cV ). C} a J U r aai V) N O ° in a) 5 E � � 0 '2 = � O m cNo MATERIAL DESCRIPTION a Z A0 'a nodules SILTY SAND continie.a 8/11.6 10 1 92 12 - light brown, fine grained 5015• 2 3 5014• 3 4 0/4.5 5 - fine grained with caliche nodules I II I --iLo4i Boring Terminated at 150.5 feet 5 6 I 6 17 � 17 18 i I 18 i I 19 I I 19 I 20 I Completion Depth: 150.5 Remarks: Depth to groundwater not determined because of wash rotary Date Boring Started: 8/31 /94 drilling. Date Boring Completed: 9/1/94 I riuri rnglneerrng, Inc. I LOG OF BORING NO. B33 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7360020.158 E 928963.699 0 C O o w U. ; ` z Of = ,_ d Ground Surface El.: 3351.5 MSL o LL ' o t a4i rn t > n d y° e� o dC4 d� U ` Cr o w aOiO Z MATERIAL DESCRIPTION g a f SANDY CLAY IC Dark Brown, firm to a i� stiff 5 >� 10 /� - hard 53 SO 14 32 19 14 15 20 - olive green 47 25 y 27.0 0J_AYEY SAND (SCI Reddish Brown 30 : - reddish brown, light olive green, white, 51 and black, hard 35 40 '-�" . -reddish brown, greenish off-white 51 45 . SILTY SAND ISMReddish Brown to Tan, medium dense, fine grained 50 24 56 80 - off -whitish tan, fine grained 61. 25 Boring Terminated at 61.5 feet 65 70. � I 75 I I ` I i i 80 I 1 1 85 ( I I 90 I 1 i 1 95 i _100- 1 � 1 Completion Depth: 61.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/20/94 Date Boring Completed: 9/20/94 HEIR Engineering, Inc. LOG OF BORING NO. B33A Project Description: West Texas Region Disposal Facility faq Lubbock County, Texas Location: N 7359869.110 E 928885.70 o w .; a Ground Surface El.: 3351.0 MSL ,2 o c o U° u �'J F— a>i LM uci C = = E J v E in a > d �, c 3 a N m �oO a cv v o tT W Q @ coy am Y cE o Q a+ MATERIAL DESCRIPTION a z D o a SANDY CLAY. (CLl ) Dark Brown to Green Tan 5 69 32 19 13 10 • greenish tan with caliche nodules 15 - light olive green 16. Boring Terminated at 16.5 feet 20 25 30 35 40 45 50 55 60 65 70 i I 75 80 I I 85 I ! i 90 I I i i 3 i 95 � I 0 Completion Depth: 16.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/26/94 Date Boring Completed: 9/26/94 i HDR Engineering, Inc. LOG OF BORING NO. B34 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359271.480 a� w N a O 0 E 928857.35 Ground Surface El.: 3350.0 MSL a 20 LL o Ow d ►- d 2 y ai ai .: O o E x C E to L m > Q o d o: w c 3 a�; d �o °' N >� v g ;r g 4CL ) c m c'ei E of p „ 2 O m d w M MATERIAL DESCRIPTION O o. Z C D W o g 'a CLAYEY SAND ISCI Reddish Brown to Light Brown, dense, fine grained 5 f j�^. 30 10 , f" -light brown, fine grained with caliche 31 `yam streaks I 15 - reddish brown, very dense with white 73 caliche nodules 20 1 brown with caliche nodules 79 25 - dense, fine grained 47 30 - light brown, very dense 52 35 - brown, dense 33 40 42.0 30 SILTY SAND (SMl Light Brown, dense 45 50 - fine grained with caliche streaks 30 1 55 60 - very dense, fine grained with caliche 50/4• streaks and slight cementation I ! 65 I II 70 - brown, dense, fine grained 145 75 I I I 80 •� �•,. _ very dense 75 � 21 I I 3 85 I - fine grained with slight cementation 50/5` i I and caliche nodules 95 �.97.01 I SANDY CLAY (CUReddish Brown, hard 0 Completion Depth: 130.8 Remarks: Groundwater encountered at approximately 122 feet BGS. Date Boring Started: 9/20/94 Date Boring Completed: 9/21 /94 ! Continued Next Page HEIR Engineering, Inc, LOG OF BORING NO. B34 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359271.480 E 928857.35 o N s , �- v, a 0 Ground Surface El.: 3350.0 MSL 3° o o o° �- d uU.W C a>i y in °' �' cm E E �, c- E t > V C, Cr a 01 0.N ° } U a> En C S' p�o cxiE ao 0d N h t0 w m MATERIAL DESCRIPTION 0] ° a Z c n ° a '/'.. - minor caliche streaking and nodules 102.0 SANDY Q AY con inud 50/6" 0 SILTY SAND (SMI Tan, very dense 1 - pinkish tan, fine grained with slight 50/3" cementation and caliche 1 - 2 :.' - fine grained, with slight cementation, 50/3" = caliche and caliche nodules 2 3 Boring Terminated at 130.8 feet 3 4 4 5- 5 6 6 7 -17 I i s 19 1 1 9 LLI o i I Completion Depth: 130.8 Remarks: Groundwater encountered at approximately 122 feet BGS. Date Boring Started: 9/20/94 Date Boring Completed: 9/21 /94 HDR Engineering, Inc. Ln in t Huff Engineering, Inc. LOG OF BORING NO. B35 Project Description: West Texas Region Disposal Facility fDq Lubbock County, Texas Location: N 7359374.461 0 rn E 927562.288 0 \ o I X d H a J ° Ground Surface El.: 3372.1 MSL 0 0 61W C C. '� O o E E L E a > d m °� `m a�� y pop CN >° G� U y o N T «. o oai o cn M c°i c� Wa.° m W E o Z � � � w C n 2 MATERIAL DESCRIPTION ° o C = ° i CLAY ICL Brown, very stiff 27 5 ^'j 5.0 SILTY SAND ISMI Tan 6. SANDY CLAY AY {SI 1 Brown, dense 10 caliche lenses 42 15 /K15.0 CLAYEY SANr) (SC1 Reddish Brown, very dense 20 - fine grained with caliche nodules and 24 40 12 31 18 13 streaks 25 30 _ dense, fine grained with minor caliche 43 streaks 33. SIL-TY SAND ISM I Reddish Brown to 35 Light Brown, dense 40 - fine grained 43 45 5U - very dense 53 55 60 - brown, fine grained with caliche 64 31 7 ! NP NP NP streaks I 65 70 - light brown, dense, fine grained with 37 nodules, streaks and slight cementation 75 i 80 - very dense, fine grained with some 50 soft caliche nodules -90 -fine grained I i 59 95� I i i Completion Depth: 150.4 Remarks: Groundwater encountered at approximately 150 feet BGS. Date Boring Started: 8/30/94 Date Boring Completed: 8/31 /94 Continued Next Page LOG OF BORING NO. B35 Ir Project Description: West Texas Region Disposal Facility faq Lubbock County, Texas Location: N 7359374.461 0 E 927552.288 w o r K a Ground Surface El.: 3372.1 MSL > o w � `v, V1 3 o E -1 E J m E in t @ > d w c3 N a and ma °N >'o 0 v o o c° a in o E o Q «. a> ' -+ ii M MATERIAL DESCRIPTION n Z oCL - fine grained with small caliche nodules SILTY SANQ 0/5.75 11 3 NP NP NP 0 rontin iPd 104.0 SANDY CLAY (CI I1 Reddish Brown, hard - caliche nodules 50/4- 1 Z SILTY SAND ISM! Light Brown, very dense, fine grained 50/3" 2 3 - fine grained with slight cementation by 50/5' caliche 3 14 - tan, fine grained with cemented caliche 013.5 nodules 4 5 -fine grained with slight cementation 5U• Boring Terminated at 150.4 feet 5 6 6 7 I , 8 Il 8 9 I i I i i i I 20 I ii Completion Depth: 150.4 Remarks: Groundwater encountered at approximately 150 feet BGS. Date Boring Started: 8/30/94 Date Boring Completed: 8/31/94 HDH Engineering, Inc. 9 m o� u+ LOG OF BORING NO. B36 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359412.530 E 926299.556 o F- d N r = E x G '' U Ground Surface El.: 3375.3 MSL z o '� '� 01 ~ `yy x J J m E in a M d o o 0 M ;, N c 3 a;; d d N �8 o.N �� O� U� d Cr 2 aT. .2 x am n° E �Z ,c y MATERIAL DESCRIPTION D o SANDY CLAY (CLI Brown, very stiff, •2. caliche nodules 5 SILTY SAND (SMI Tan, with caliche 10 SANDY CLAY (CAI Reddish Brown, hard 13 with caliche nodules and streaks CLAYEY SAND (SC Reddish Brown to 15 Brown, very dense 20 ' 58 25 30 52 35 SILTY SAND (SM1 Brown to Light Brown, dense 4 48 22 5 NP NP NP 45 50 - brown with caliche nodules - very dense 54 55 t3 -light brown, fine grained with caliche 72 nodules and streaks with slight ss cementation - cemented caliche 70 - fine grained with caliche nodules and 59 i , streaks I l 75 80 -tan with caliche lenses 81. 54 Boring Terminated at 81.5 j 85 90 95 i i I i 0 Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/29/94 Date Boring Completed: 8/29/94 I" HDR Engineering, Inc. LOG OF BORING NO. B37 Project Description: West Texas Region Disposal Facility fa Lubbock County, Texas Location: N 7359446.744 rn E 926048.40 ,, o a> r .: �- 0 a Ground Surface El.: 3376.7 MSL � o � � ; � a o J iu E in it > d � y c 3 a.: a °r' 00 o. N � � V o n c0� a3 N O O- inU Y N E G O Cr MATERIAL DESCRIPTION o° Z No g a SANDY CLAY ICL Dark Brown, very 2.5 stiff 27 5 SILTY SAND Tan D CLAYEY SAND—(= Reddish Brown, 10 •:. ' dense - fine grained with caliche lenses 39 22 17 5 15 20 ' - very dense, fine grained with caliche 70 lenses and streaks 25 30 ,' A - fine grained with caliche nodules 32.0 60 SILTY SAND (SM) Reddish Brown to 35 Light Brown, dense 40 - fine grained with caliche nodules and 46 30 s NP NP NP streaks 45 50 _ light brown, fine grained with caliche nodules and streaks 59 55 60 - very dense 67 65 70 41 75 80 - very dense I 52 j 85 I � 3 I - caliche nodules ; .50/3' E I + 95 Completion Depth: 150.3 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 9/22/94 A test pit, TP-37, was excavated approximately 13 feet east of 837 on 1215/94. Date Boring Completed: 9/22/94 I Continued Next Pa e HDR Engineering, Inc. _ 69 In HEIR Engineering, Inc. LOG OF BORING NO. B37 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359446.744 0-0 E 925048.40 C O a ` U. t X a Ground Surface El.: 3376.7 MSL o LL C h y(n _ a L N to M V C G> N G. N �` •p N : 2 C7 ¢ Co cE 'Qo " «~� - a m MATERIAL DESCRIPTION a Z = o g a - brown, fine grained SILTY SAND s/tt.5 0 continued 1 - light brown with caliche nodules 50/3' 1 2 -brown, fine grained so 2 3 - light brown, fine grained with caliche 0/5.75 streaks 3 14 - pinkish tan, fine grained with hard 50/3" :: Q caliche nodules 14 - 15 Boring Terminated at 150.3 feet 5 6 6 17 I ,7 I ' 18 18 i 90 -19 20 Completion Depth: 150.3 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 9/22/94 A test pit, TP-37, was excavated approximately 13 feet east of 837 on 12/5/94. Date Boring Completed: 9/22/94 1 I LOG OF BORING NO. B37A Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359435.910 a ! I „ �, E 925042.150 o .; I N a Ground Surface El.: 3376.7 MSL \ o 00 2 �(A ; �� y 0 °' w v E U) i_ > °vcc d y c d m� n N , o U v c, 0 oc 3 CL d d o f a° o p� " m ii :. o MATERIAL DESCRIPTION a Z D ca �j SANDY CLAY ICU 1 Dark Brown 2.5 5 SILTY SAND 1SMi Tan 5.0 CLAYEY SAND I&M1 Reddish Brown 10 //,*� - fine grained with caliche nodules 11.6 Boring Terminated at 11.6 feet 15 20 25 3Q 35 40 45 50 55 60 65 70 75 80 I ! 85 90 I i I I I j _95 1 i 10 i i Completion Depth: 11.6 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/22/94 Date Boring Completed: 9/22/94 I nuts rng/neering, Inc. _. w m HDR Engineering, Inc. LOG OF BORING NO. B38/P9 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7369485.675 Ole o, E 923$98.73 ` o 'r = c O O o LL N W > C N 'y .. E E a U Ground Surface El.: 3376.9 MSL +O+ _ ,� ; U. ►- '�,'� �; _ J J C t .. E in o T.O. S. C. Elev.: 3380.31 E 2 w O «. a� Iu c o «� rn 0.� �o m o N > U p U � y .2 o �- c0 O �- v N O °- i'n Y o f A Z = J l0 a to �o MATERIAL DESCRIPTION a c y ° a ��. SANDY CLAY {CL1 Brown, very stiff 27 5 CLAYEY SAND (SC f Light Brown, ver ydense, 10 ! fine grained with caliche nodules 55 and streaks 15 /j 20 , - reddish brown, dense, fine grained v 45 25 7 NP NP NP j;• with some caliche streaking 25 / 30 ; very dense ss 35 40 ' �' .40.0 SILTY SANDS Ml Light Brown, dense, 5s fine grained with caliche nodules and 45 '.. streaks PA 50 - fine grained with caliche streaks 36 55 60 - fine grained 37 / 65 ; I ' 70 -fine grained with a few caliche nodules 31 and minor streaking 75 80 - very dense, fine grained with minor 6110.6 caliche streaking i 85 �.: - light pinkish brown with caliche. ?: 0/5.75� streaking and slight cementation 9 5 0 - fine rained with caliche streakin and :: ��• Completion Depth: 161.5 1 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 9/12/94 t0.024nch► flush threaded PVC pipe. Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 9/12/94 � Continued Next Page LOG OF BORING NO. B38/P9 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7359485.675 a� m E 923890.73 _ o �- p �' t> Ground Surface El.: 3376.9 MSL p d I = C O �° wLL _ > `N � i:- 3 C J E �J d °. m T.O. S.C. Elev.: 3380.31 > m N y O W C v y dN T2 O U Y d o a v ° O °- m Y a� 0 E , a �.2 c - C a 'J ° +° fn MATERIAL DESCRIPTION z = ° ii slight cementation SILTY SAND , 0/4.5 0 continued 1 - brown, fine grained with caliche 50/5" streaks and moderate cementation 1 2 - light brown, fine grained with caliche 0/5.25 streaks and slight cementation 2 i 3 - moderate cementation and caliche 0/2.5 13 4 - tan, fine grained with moderate ' 50n" cementation •14 z -1 5 - white off-white with caliche nodules _ 50/2" 44 18 30 22 e -15 6 CLAY ! CLAYSTONE Yellow Green 161. 59 - Boring Terminated at 161.5 16 �7 7 I i a9 �9 I ! i l 20 i I ! ; Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 9/12/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 145 feet BGS. Date Boring Completed: 9/12/94 HDR Engineering, Inc. I -1 LOG OF BORING NO. B39 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358819.601 E 923876.746 o >Cn = c n Ground Surface EL: 3375.5 MSL � o W_ t a m c n o d cc o a dO N 0 a m o to aCi nm Y w of a°z y o a. ., M MATERIAL DESCRIPTION o. a ,. SANDY CLAY ML) Brown, very stiff, fine Zo grained 4.0 5r.' CLAYEY SAND ISC► Brown to Reddish Brown, very dense 10 fine grained with caliche silt and 2/11.51 38 s 29 16 12 nodules 20 - reddish brown, dense, fine grained ae with caliche nodules 25 ' 30 ��'� - fine grained 50 35 40 - very dense, fine grained with caliche 53 32 a 26 is 11 nodules and streaks 4546.0 SILTY SAND ISM t Brown to Light Brown 50 - brown, fine grained with calichenodules and streaks 26 - medium dense 55 i 60 _ light brown, dense, fine grained with 40 caliche nodules and streaks 65 70 ..• tan 41 75 SO :.', I CLA_Y ICIL Reddish Brown Clay, hard 81.5, 76 i as za sa 35 29 i with Sand 1 85 I l l i Boring Terminated at 81.5 feet 90 i f i 95 I I Ei Completion Depth: 81.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 8/25/94 Date Boring Completed: 8/25/94 riuK tngineerrng, Inc. f i i LOG OF BORING NO. MOW Project Description: West Texas Region Disposal Facility faq Lubbock County, Texas Location: N 7358782.698 E 925023.583 o� y a o Ground Surface El.: 3376.9 MSL �, o c o LL U. ; o, .y a' oci E E c C C T.O.S.C. Elev.: 3380.24 N y O c 3 m °�' o a N � 2 o w t7 a 0 wo n inc �cm0-0 E 'R G o o _, M a „ MATERIAL DESCRIPTION a Z j c a SANDY CLAY (CLt Brown 5.0 5 CLAYEY SAND ( )EIrown, medium 24 51 7 30 17 13 dense, fine grained with white caliche nodules very dense, caliche nodules and 58 streaks 5 - dense, caliche nodules and lenses 90 20 - very dense, off-white caliche streaks 62 35 9 27 16 11 25 - reddish brown, fine grained with ! 51 caliche nodules 30 dense "' 47 35 %� 35 SILTY SANE)(SMi Brown, very dense, 63 14 3 NP NP NP fine grained , 40 N 9e 45 - dense `� '; 46 25 6 NP NP N1 5 fine .d with caliche .dull d - �sna grac�.a� v„1.,, ca�i�he nodules a..��, streaks 42 55 - very denser 53 60 - light brown, dense, fine grained with Y 43 caliche nodules 65 - brown with caliche streaks - - light brown with caliche nodules and , i`'' 49 streaks 70 ' 42 75 - very dense 56 21 i + 3 I NP NP NP 80 - pinkish tan, fine grained with caliche ., 51 streaks 85 - light brown, fine grained with caliche 69 I i streaks 90 86 95 - pinkish tan with caliche nodules 5on• ! i i Cn i 64 Completion Depth: 208.0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started: 8/16/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 147 feet BGS. Date Boring Completed: 8/18/94 Continued Next Paae rrutf tng/neering, Inc. LOG OF BORING NO. B40/P8 17 "VI Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358782.698 a� o E 925023.583 U. Surface El.: 3376.9 MSL O COGround t E i Elev.: 3380.24 Ho p ,U. N �o COL pC� � o UT.O.S.C. E �Z c v, rL MATERIAL DESCRIPTION - caliche streaks SILTY SAND nnntenimd as 0 1 - fine grained with caliche nodules 50/6- 1 2 - light brown, fine grained with caliche 100 25 8 NP NP NP nodules 2 3 016.75 3 - hard cemented caliche 4 50/5- 4 Q b0/4- 16 20 32 28 4 b f3160.0 CLAY / CLAYSTONE Yellow Green ao/s- ' ;. 7 y 7e I i 17 180 i% 6/10.5 91 21 65 I 36 29 $ I I I LIMESTONE Tan, Weathered, Vugs I I I 9 Completion Depth: 208.0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started: 8/16/94 (0.024nch) (lush threaded PVC pipe. Groundwater encountered at approximately 147 feet BGS. Date Boring Completed: 8/18/94 Continued Next Page 1-furi tngineering, Inc. I- LOG OF BORING NO. B40/P8 Project Description: West Texas Region Disposal Facility fliq Lubbock County, Texas Location: N 7358782.698 OR E 925023.583 C d o c o o « u v a, *' M > c Ground Surface El.: 3376.9 MSL - �- LL = ►- a�i y w c N t T.O. S. C. Elev.: 33$0.24 o y a «.N 3 a� �O a N � � U ,v_ , o .� o o v NCr MATERIAL DESCRIPTION o a Z U c a. 20 I IMFSTONE continued 21 Boring Terminated at 208 feet 21 22 22 23 23 24 24 25 25 26 26 27 27 I i I 28 I i 28 29 i i I i ; 1 I i I I i 29 l 0 i Completion Depth: 208.0 Remarks: WELL MATERIAL . Schedule 40, 2-Inch blank and slotted Date Boring Started: 8/16/94 t0.024nchi flush threaded PVC pipe. Groundwater encountered at approximately 147 feet BGS. Date Boring Completed: 8/18/94 HDH Engineering, Inc. LOG OF PIEZOMETER NO. P8A Project Description: West Texas Region Disposal Facility H )qL Lubbock County, Texas Location: N 7358772.098 SR .+ N V1 O7 3 E 925023.58 '- C C O o IL a) > t x 2 Ground Surface El.: 3376.9 MSL H .2 _ m O O m LL w (n ; C L Y C C t T.O.S.C. Elev.: 3380.18 E o m a� .. m d v, a` 4, WO MO IL N U a ? od us c7 nm Ue awm x ay' c mo_o Mc DESCRIPTION Z °MATERIAL an 5 ' 10 15 20 25 30 35 40 \ G' 45 50 v 55 60 65 70 : ;> 75 f 80 ! I .y. 90 F j 95 0 Completion Depth: 158.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Date Boring Started: 8/18/94 ( 10.024nchi flush threaded PVC pipe. For material description refer to Log of Boring B401P8. Date Boring Completed: $/1$/94 Continued Next Page hurt cngineering, Inc. r LOG OF PIEZOMETER NO. P8A Project Description: West Texas Region Disposal Facility Lubbock County, Texas y W a J C7 Location: N 7358772.098 E 925023.58 Ground Surface El.: 3378.9 MSL T.O.S.C. Elev.: 3380.18WO MATERIAL DESCRIPTION N C a CD a U O O M — 0(D. m dCn ; o E 0 C.0 �, a N o Z »- c o +- � ° Cr ii m a 0 • 1 1 2 2 3 3 Kd 4 Z 5 5 6 Piezometer Completed at 158 feet. 8 17 GJ 17 I I I 8 8 9 j (I I 9 20 i Completion Depth: 158.0 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Date Boring Started: 8/18/94 Date Boring Completed: 8/18/94 (0.024nch) flush threaded PVC pipe. For material description refer to Log of Boring 840/P8. ' H©R Engineering, Inc. v If LOG OF BORING NO. B41 /P7 Project Description: West Texas Region Disposal Facility 102m.?v Lubbock County, Texas Location: N 7368701.715 E 926903.025 C ., C O o U. f = m 'O d ..0.. y y O 3 Ground Surface El.: 3373.5 MSL O a+ '`+ v; 0 0 U. •.. N rn d p� y C .'- O 1n Gt r 3_ ♦•+ o E Z E c c C a E U L T.O.S.C. Elev.: 3376.86 E L «. 0 o a d� m o o. CN n o y o ° 0 o_ m o E o c —� FL � ° Z oo. MATERIAL DESCRIPTION :•' CLAYEY ,SAND jSC1 Reddish Brown, t X• very dense, fine grained with caliche 5 nodules 37 19 7 24 14 10 0 - very dense, caliche lenses 79 41 8 33 18 i 15 i 5 cemented nodules with caliche lenses 0/5.5 20 - caliche threads Y 83 31 8 NP NP NP R�1 caliche lenses 76 30 -caliche nodules Be 34 7 21 14 7 dense44 40 . very dense, fine grained a ,'- 73 45 45.0 SILTY SAND (SMf Light Brown, very ss 24 5 1 21 17 a f;;, dense, fine grained with caliche nodules 50 and caliche lenses 54 55 - off-white with cemented caliche f ti.1 - 50/5• I \ 60 - dense, light brown with cemented 46 nodules 65 . fine grained y., 36 14 4 NP NP NP 70 -very dense, fine grained with caliche ;,' 69 j J. nodules ' .= %5 i 53 80 - fine grained with cemented caliche v x ;; 5110.5� 21 i 5 NP j NP' NP 85' •:. 0/3.38F - cemented caliche streaks I 90 ! 0/2.25( ! i i 95 SAY ICLI Reddish Brown, hard with 0/5.75 caliche nodules i ,' sz I ' zo as 27 ' 21 0 - . •'' i r Completion Depth: 1$9.0 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted (0.02-inch) flush threaded PVC pipe. Date Boring Started: $/5/94 � Groundwater encountered at approximately 140 feet BGS. Date Boring Completed: 8/9/94 Continued Next Page tiuti tngineertng, Inc. LOG OF BORING NO, B41 /P7 } Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358701.715 a' E 926903.025 c ,, o -' y a 3 Ground Surface El.: 3373.5 MSL z t; R O O ` U. ¢f Cn d w E a_. J a ro T.O.S.C. Elev.: N c 3 a04 C 0 - o a C a .1d E ae - .. or '� y ! MATERIAL DESCRIPTION o SAND with SILT (SP--SM1 Light Brown, 72 very dense, fine grained o - tan with caliche nodules 106.0 SANDY CLAY•.jC111 Reddish Brawn, hard i/ . 1 - caliche nodules 5013- 69 13 36 23 13 114-0 1 SILTY SAND {SM} Light Brown, very dense, fine grained 0/5.38 2 4l9.5 73 3 NP NP NP 2 125.5 CLAYEY SAND yS.Q Light Brown, Fine Grained 3 r: - off-white cemented caliche 0/2.5 3 3 50/5- 43 18 41 32 I 9 4 :f'. g - �. ;r,. off-white with cemented caliche nodules 50/3- 33 18 35 28 7 -light brown 146. 4 SII_TV_ SAND ISM) Light Brown I 5 - tan 014.5 5 - off-white with cemented caliche 0/3.5 33 23 38 28 10 s ellow- reenish yellow with caliche Y 9 Y 162. 71 r %�/ 100 25 4 25 22 lenses CLAY tCL) Yellow to Blue -Green, hard s 72 100 is 53 30 23 76 '; - cemented caliche nodules 75- - cemented caliche %- - cemented caliche i I 8 9 I IMESTONE Tan, Weathered, Vugs 189. Boring Terminated at 189 feet II 9 i Completion Depth: 189.0 Date Boring Started: 8/5/94 Date Boring Completed: 8/9/94 HEIR Engineering, Inc. Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Ll (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 140 feet BGS. `� ) _I i LOG OF BORING NO. B42 Project Description: West Texas Region Disposal Facility flaq Lubbock County, Texas Location: N 7358759.060 N O E 928769.99 0 0 - N a+ ~ o Ground Surface El.: 3353.6 MSL o LL a W 3 w o -` a0 E CL > ° O o i > Uco� o G tn C'7 coE to n ,Yai a. Z n� MATERIAL DESCRIPTION SANDY CLAY (CLI Dark Brown, hard 2.5 3a with caliche streaking SILTY SAND (SM1 Tan 6.0 5 CLAYEY SAND ISQ Reddish Brown, very dense 10 .�y. - fine grained with caliche nodules and 53 streaks 15 20 •: 23.0 52 25 SILTY SAND ISM I Brown to Light Brown, dense 30 - fine grained with caliche streaks at 35 40 - very dense 55 45 50 - fine grained 3e - dense 55 60 - light brown, very dense, fine grained 61 54 with caliche nodules, streaks and slight ' cementation 65 Boring Terminated at 61.5 feet 70 ( ! I I III 75 80 I I 85 90 i 95 1 I j 0 I i Completion Depth: 61.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/21 /94 ! Date Boring Completed: 9/21 /94 i HDR Engineering, Inc. LOG OF BORING NO. B43 Project Description: West Texas Region Disposal Facility haq Lubbock County, Texas Location: N 7368032.610 ;e O E 927503.342 0 0 o « LL a� Cf = = Y '12 �- H a Ground Surface El.: 3368.5 MSL o LL� Cn ow y inn 3 w aci o J � a E a G y y a y M0 CV � n V ;o o N fn y tr CGi O d m X N V E O 0 '' i ' «+ Cr J Q. •", m MATERIAL DESCRIPTION o° Z C o a SANDY CLAY (t L) Dark Brown, very '= ' stiff •3• 19 CLAYEY SAND (SC) Reddish Brown 5 ! 10 - very dense, fine grained with caliche 56 nodules and streaks 13. SILTY SAND ISM► Reddish Brown, 15 dense 20 - fine grained with a few caliche nodules 39 22 8 NP NP NP 25 27.0 C1 AY Y SAND I=► Brown, very dense 30 - fine grained with caliche lenses, 82,0 77 I nodules and streaks 35 SILTY SAND ISM ► Reddish Brown to Brown, medium dense 40 - fine grained 24 45 - brown, fine grained with caliche 5U nodules and streaks and with some clay as - dense 55 60 - pinkish tan, very dense, fine grained 52 with caliche nodules 65 70 - light brown, f ine grained 64 75 I 80 58 , 85 I I t i 90 . - pinkish tan, fine grained with slight sa ; l ?. cementation i f 95 10 I I I I Completion Depth: 193.0 Remarks: Groundwater encountered at approximately 135 feet BGS. Date Boring Started: 9/27/94 Date Boring Completed: 9/27/94 Continued Next Pace nun tngineering, Inc. c a Y ' LOG OF BORING NO. B43 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358032.610 a w c aai H a c M E 927503.342 Ground Surface El.: 3368.5 MSL MATERIAL DESCRIPTION aQ d u a c Ct C O '- c3 o_m o �+ U. a m� o f ° p� y y �' G °N aZ c Ql °: w '� oa c N d w o _ E 3 Cr -' E H nrL C m SILTY SAND continued Sots• 0 1 - reddish brown, fine grained with slight cementation 5014' 1 2 - light brown, fine grained with caliche streaks 2 3 - pinkish off-white, fine grained with hard caliche nodules and moderate 50/3' 3 V cementation 4 - tan, fine grained 89 4 5_ - pinkish tan; fine grained with slight cementation 50n' 5 6 rI AYSTONE Yellow Green, hard 83 6 7 - Yellow Green Claystone with Limestone layers15013' 7 8 ' -1 8r 9 I IMFSTONF Gray -- — 193.0 I i 9 Boring Terminated at 193 feet 20 Completion Depth: 193.0 Remarks: Groundwater encountered at approximately 135 feet BGS. Date Boring Started: 9/27/94 Date Boring Completed: 9/27/94 nun tnglneering, Inc. LOG OF BORING NO. B44 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358071.200 ,r aA E 926250.609 o d c a Ground Surface El.: 3370.0 MSL U.> 3 c o a E a o s ad �o a N u t7 07 a° c'�i E a cr V MATERIAL DESCRIPTION SANDY CLAY ICU Dark Brown, very 1. stiff with caliche nodules 3 SILTY SAND (6M1 Tan 5 XX CLAYEY SAND MC 1 Brown to Reddish ° Brown 10 - dense, fine grained with caliche 42 Z streaks and nodules 15 20 - reddish brown, fine grained with 33 caliche nodules 25 SILTY SAND ISM I Brown to Reddish Brown, medium dense 30 - fine grained 27 35 40 39 40 10 23 17 6 45 - brown, fine grained with caliche Sv nodules and streaks 51 - very dense 55 60 - light brown, dense, fine grained with 32 some caliche nodules 65 70 - very dense 72.5 54 75 Boring Terminated at 72.5 feet s0 I 85 1 I � go:: 95 1 0 Completion Depth: 72.5 Remarks: Groundwater not encountered during drilling. Date Boring Staited: 9/28/94 Date Boring Completed: 9/28/94 I HDR Engineering, Inc. Ln t HDR Engineering, Inc. LOG OF BORING NO. B45 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358093.200 a� E 925621.1 o o «. U. D1 0 N n O J g Ground Surface EI.: 3371.0 MSL z o M �° m m 3 d o V d V C 3 N O L1- N d 7 b U 0 N (7 CO- m y MATERIAL DESCRIPTION o°. z c g a SANDY CLAY 10L) Dark Brown, stiff 1. SILTY SAND (W Tan with caliche 6 5 nodules CLAYEY SAND (SQ Reddish Brown to to 't ... � Brown, very dense - fine grained with caliche nodules and 61 streaks 20 - fine grained with caliche nodules and 62 caliche lenses zfi 30 Yr . - brown, medium dense, fine grained 31 with caliche lenses 36 SILTY SAND ISM i Brown to Light Brown, very dense 40 - fine grained with caliche streaks and 5013' nodules 45 50 - pinkish brown, fine grained with caliche streaks 57 55 - slightly cemented caliche 60 - light brown and pinkish tan, dense, fine grained with slight cementation 65 70 - light brown, very dense, fine grained 54 76 80 -dense a4 85 89.0 i I I i 90 SANDY CLAY ICL) Reddish Brown, hard 92. �50/5-! ! I S with caliche nodules and streaks SILTY SAND ISM) Tan ( i 95 0 Completion Depth: 150.6 Remarks: Groundwater encountered at approximately 141.1 feet BGS. Date Boring Started: 9/28/94 Date Boring Completed: 9/28/94 Continued Next Page i I LOG OF BORING NO. B45 Project Description: West Texas Region Disposal Facility lalq Lubbock County, Texas Location: N 7358093.200 0 0E 925621.1 0 °o o > L d �- vLL , a Surface El.: 3371.0 MSL M - y =Ground -j E J c iuo L m > N oE U t CD dm � c o *' U U) ZE .v m MATERIAL DESCRIPTION a Z o a - fine grained 2/10" SILTY SAND continued, dense 0 1 - pinkish tan, very dense, fine grained 50/4" with moderately cemented caliche 2 - tan, fine grained 5014" 2 3 - fine grained with slight cementation 015.75 13 4 �Z - 50/6" 4 - fine grained 160.7 1 ori Bng Terminated at 150.6 feet 5 6 6 7 7 8 II j i 1 I j I 9 E i ! 20 ; l Completion Depth: 150.6 Remarks: Groundwater encountered at approximately 141.1 feet BGS. Date Boring Started: 9/28/94 Date Boring Completed: 9/28/94 HDR Engineering, Inc. LOG OF BORING NO. B46 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7358112.800 o, E 924997.877 rc waY J Ground Surface El.: 3369.5 MSL OO du (n 2y • C c e IT V U � «Md 0)i i v m o aZ �2 c -' a m MATERIAL DESCRIPTION o. D o g a , SANDY CLAY (CL 1 Dark Brown, very 1. stiff 5 SILTY SAND ISM I Tan with small 6.0 caliche nodules CLAYEY SAND (Sr-! Reddish Brown, 0 very dense fine 56 35 8 23 16 7 -.> - grained with caliche streaks and 5 %l nodules �. :/Z, . 20 - dense, fine grained with some caliche 22.0 45 streaks 25 SILTY SAND ISM ► Reddish Brown to Brown, medium dense 30 • fine grained 26 35 40 dense, fine grained with caliche 33 nodules and streaks 45 :.'. 50 light brown, fine grained with caliche streaks and nodules 34 55 60 - fine grained with caliche a4 11 3 NP I NP NP 65 � %f) reddish brown, very u$i,Se vrlt,i caliche70, i ( ( streaks and nodules ! 1 Boring Terminated at 70.3 feet 75 ( +I 80 85 90 s 95 j O i Completion Depth: 70.3 Remarks: Groundwater not encountered during drilling. Date Boring Started: 9/29/94 Date Boring Completed: 9/29/94 I" HDR Engineering, Inc. LOG OF BORING NO. B47/P14 Project Description: West Texas Region Disposal Facility Im Lubbock County, Texas Location: N 7357405.859 0 E 924247.038 ° !! a. 2 a Ground Surface El.: 3364.3 MSL 0 c o LL o u. > y rn °' ° _ = i = J a @ a T.O.S.C. Elev.: 3367.4 ° on `n o N o 6) tr3 0N1 c a t) N _o am Y o f �z Q '° c y Cr � a '~ `° MATERIAL DESCRIPTION o. ° n .: SI AYFY SAND (SC Reddish Brown, very dense 5 - 10 - fine grained with caliche lenses 60 37 10 27 22 5 15 r• 20 - dense, fine grained with caliche 22.0 3s streaks 25 SILTY SAND ISM) Reddish Brown to Brown, dense 30 - fine grained 39 35 40 - very dense i • 6918 34 5 22 18 4 45 50 - light brown, fine grained Y % - dense 39 55 �Y ti 60 - medium dense 29 65 l 70 - very dense, fine grained with caliche �J. f: sole• nodules and streaks •„ I j 75 i I I i 80 - off-white moderately cemented with 50/3- caliche ;x 85 light brown, fine grained tt` 51 11 ! i s NP I NP J NP 95 0 - pinkish light brown, fine rained with I LEI 3 i Completion Depth: 171.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 10/19/94 I0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS, Date Boring Completed: 10120/94 Continued Next Page riux Engineering, Inc. 8 ' LOG OF BORING NO. B47/P10 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7357405.859 ;e E 924247.038 w a Ground Surface El.: 3364.3 MSL LL d 6 Cnn o CL FM: r T.O.S.C. Elev.: 3367.4 o d o �y c 3 a• d 0 a N L� v o ° 2 N �T o a V n. m o E o A c d -� ii o_ Z ° _m a MATERIAL DESCRIPTION i slight cementation by caliche 5or3• 0 SILTY SAND contintied ` � 11 50/5" 11 2 - light brown, fine grained with some 50/6• caliche bonding 2 3 - pinkish off-white, fine grained with 50/3" some caliche bonding 13 4 • 4 s - light brown, fine grained with mild :•. caliche bonding and hard nodules 50/4• 5 6 - caliche nodules and cemented 61 portion] GLAYSTONE Yellow Green, hard 6 - li^ht olive -seen 171r, 77,17" Boring Terminated at 171.5 feet 7 g i i I -1901 19 20 Completion Depth: 171.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 10/19/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/20/94 ours rngineenng, inc. LOG O'F'BO'RING NO. B48 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7357367.790 E 925599.77 s Ground Surface El.: 3366.5 MSL z o LL ) � of i; .yin °' m E = E s E t > d �� a� cv o o c a m Y E E Z as c .J y MATERIAL DESCRIPTION a E ° CLAYEY SAND (sr- 1 Reddish Brown, f. dense 10 fine grained with minor caliche streaks 12.0 31 SILTY SAND (M Reddish Brown to 15 Light Brown, medium dense 20 - fine grained 29 33 7 zo 18 2 25 30 - very, dense, fine grained with caliche 74 streaks and nodules 35 40 - brown, dense, fine grained with caliche 34 streaks and nodules 45 50 - light brown, fine grained 35 55 60 31 10 4 NP NP NP 65 70 CLAYEY SAND (SC Reddish Brown, very dense, fine grained with caliche 71. 1/11.e streaks and nodules 75 I Boring Terminated at 71.5 feet s0 i 85 90 i 95 I 0 I I I Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/19/94 Date Boring Completed: 10/19/94 I riuK tngrneering, Inc. ` LOG Or -BORING NO. B49 Project Description: West Texas Region Disposal Facility 1FJLA?'k Lubbock County, Texas Location: N 7357329.720 0 O E 926852.502 off° 0 N O .: X y a o Ground Surface El.: 3367.5 MSL c 212 N W ; r- y y 3 » o E •� C t d E Q > V d 3 �' y d� y0 1col U U r N R C E c �` L C i J MATERIAL DESCRIPTION n Z = fY/1 ° a SANDY _ AY 1 _ 1 Dark Brown 1. CLAYEYs AND (Sr. Brown to Reddish 5 j • - Brown, dense - brown, fine grained with caliche 3e nodules 15 i 20 - reddish brown 23.0 35 25 .SILTY SAND ISM I Reddish Brown to Light Brown 30 - reddish brown, fine grained with 33 42 5 NP NP NP caliche streaks and a few nodules 35 40 - brown, very dense, fine grained with 50i5- caliche nodules and streaks with slight 45 cementation 50 - light brown, fine grained with caiiche nodules and streaks 31 - dense 55 60 44 65 70 - light pinkish brown, fine grained with 71 50 caliche nodules and streaks with slight cementation 75 i Boring Terminated at 71.5 feet 80 85 ( iii f i i ' 90 1 ' I I i 95 i I 1 0 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. " Date Boring Started: 10/17/94 j Date Boring Completed: 10/17/94 nurf rnI "gineering, inc. I LOG OF BORING NO. Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356622.7619 E 927454.395 0 Ground Surface El.: 3365.5 MSL o E = CL T.O.S.C. Elev.: 3368.29 MATERIAL DESCRIPTION I 5 10 -red, orange, light olive green with caliche nodules and streaks 15 reddish brown, fine grained with caliche nodules and streaks 23 25- SILTY SAND ISM Reddish Brown to Light Brown 30- fine grained 35- 40- medium dense, fine grained with caliche streaks 46 light pinkish brown dense very dense, fine grained with slight cementation ]]"I -finekrained with caliche nodules and s strea s 75- light brown 85- 90- T-1- - --i I. I. 1-:1 -light pinkish 10 br Completion Depth: 161.5 Date Boring Started: 10/18/94 Date Boring Completed: 10/19/94 �0R Engineering, Inc. B50/P1 2 A - .2 U 0 (D CJ) r 5 U) E F- 2 - ': 00 0 0 4) M C:> U N 4) - CL c4 6 Cr 6 & z a D (L 48 48 43 35 8 NP NP NP 29 34 61 y. Ll 6014" 62 i 7 2 H 3111.8 fine grained with Remarks: WELL MATERIAL - Schedule 40, 4-Inch blank and slotted (0-02-inch) flush threaded PVC pipe. Depth to groundwater not determined because of wash rotary drilling. Continued Next Pa -ge M m 5 LOG OF BORING NO. B50/P12 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356622.7619 y y m 0 E 927454.395 y 0 0 o «. tL cr CM r '' = x a a Ground Surface El.: 3365.5 MSL U. d N . �' aCi o L d c T.C?.S.C. Elev.: 3368.29 ` ,� E ar N o �, �, a �; oo a a M 0 0 0 a° z D 0 a MATERIAL DESCRIPTION , caliche nodules and slight cementation : - 0/3.5 SILTY SAND cnntinned 0 - light brown with moderate cementation V 5013- i j 2 - fine grained with caliche nodules 5013- 2 3 - light pinkish brown, fine grained with 50t6- caliche nodules 3 4 light brown, fine grained with caliche 50/3- 22 i5 nodules and slight cementation 4 5 - pinkish off-white, fine grained with caliche nodules 0/4.5 5 CLAYSTONE Yellow Green, hard 6161.5s� Boring Terminated at 161.5 feet 6 7 7 8 8 9 9 20 Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 4-inch blank and slotted Date Boring Started: 10/18/94 (0.02-Inch) flush threaded PVC pipe. Depth to groundwater not determined because of wash rotary Date Boring Completed: 10/19/94 drilling. HDR Engineering, Inc. LOG OF BORING NO. B51 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356642.323 0 E 926824.887 r 0 LL > IM cL Ground Surface El.: 3365.2 MSL 2 0 U. C. CD CL E .2 CL > 0a�i 00 0 .2 - & E 6 Cr U) .2 U) MATERIAL DESCRIPTION Z c 0 a. CLAYEY SAND ISO Brown, very dense 5 10 yellow brown, fine grained with caliche 53 streaks and nodules 15 reddish brown, dense, fine grained 22.0 1 41 1 1 1 with minor caliche streaks -25- SILTY SAND ISMReddish Brown to - - Light Brown 30:: very dense, fine grained with caliche 61 lenses -35- -40- medium dense, fine grained with 24 caliche streaks 45 - - - 50- light brown, fine grained with caliche nodules and minor caliche streaks 30 28 5 dense -55- 60-- Pinkish light brown, very dense, fine 50/5" grained with slight cementation by 65- caliche 67.0 1 1 1 1 1 1 1 SANDY CLAY (CL1 Reddish Brown, hard I _70- fine grained with caliche nodules and 72.0 65.5 64 1 10 1 38 1 23 f 15 T streaks -75- SILTY SAND Ism Light Brown, very dense fine grained 54 -85- -90- fine grained with minor caliche streaks 5014* :1 and slight cementation by caliche -95 - - 100- light pinkish brown, fine grained with L9 Completion Depth: 141.5 Remarks: Groundwater encountered at approximately 137 feet BGS. Date Boring Started: 10/17/94 Date Boring Completed: 10/17/94 Continued Next Pa I I I t I I 11 I 11 U I I I HDR Engineering, Inc. I t 0) LOG OF BORING NO. B51 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7366642.323 E 926824.887 6 ? s c X Ground Surface El.: 3365.2 MSL 0 a o 0 ;; LL of cn ra in 3 w o _ B �, _ E c a L .0 °' CJ � M 3 4. m o a' N 7 ? U f O a 0 G a0 m d 41 XE a4o 0 .G «. d C N y MATERIAL DESCRIPTION o a Z c M m o a slightly cemented caliche SILTY SAND enntintied sora- 0 SANDY CLAY (CLI Reddish Brown, hard fine grained with caliche streaks 112.0 sots• SILTY SANDLSM Light Brown, very 1 dense i 2 - light pinkish brown, fine grained with soya• Slightly cemented caliche nodules 2 3 - light brown, fine grained with caliche 76 nodules 3 Q 4 - fine grained with caliche nodules and 141.5 en1.4 caliche streaks with slight cementation Boring Terminated at 141.5 feet 4 5 5 6 6 7 7 18 8 9 9 20 Completion Depth: 141.5 Remarks: Groundwater encountered at approximately 137 feet BGS. Date Boring Started: 10/17/94 Date Boring Completed: 10/17/94 HDR Engineering, Inc. LOG OF BORING NO. B52/P11 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356657.900 E 926199.70 CC 0 «= N N a p �_ Ground Surface El.: 3364.1 MSL 0 ;� C O ; w •�.. U. _ � N = 0 � 3 » � o -E «+ E a E in t CL T.O. S. C. Elev.: 3367.97 2" ° a "'� C 3 ,' d H °- N TU U a U o c9 a.Cr v atea ECOL d o c N '' M °- MATERIAL DESCRIPTION Z a f/ SANDY CLAY 10L) Dark Brown, very 2'5 z5 stiff with caliche nodules , SILTY SAND fSMt Tan 0 5 ' �:% • �t J; t CLAYEY SAND ISC) Brown to Reddish ` Brown, very dense 10caliche streaks, nodules and lenses �` ' 54 20 �.:: - _ fine grained with some caliche f "- 35 25 18 7 25 30 / _fine grained 33.0 52 35 SILTY SAND (SM) Reddish Brown to Light Brown, medium dense 40 Y� - fine grained 27 45 50 ' light brown, fine grained with caliche / j nodules and streaks 31 - dense 55 60 - light pinkish brown, very dense with 50/4" slight caliche cementation with nodules 65 69.0 70- •. CI I►YFV SANQ (SC, Reddish Rrn Ain' very dense with caliche nodules and 50/3" streaks 75 SILTY SAND (SMt Light Brown, very dense X "X 80 - fine grained K; 8919, 21 NP NP NP B5 , J• j 90 - fine grained caliche streaks and small � �,•. sz/s" nodules 95 0 - light pinkish brown, fine grained with Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started: 10/3/94 (0.024nch) flush threaded PVC pipe. Depth to Groundwater not determined because of wash rotary Date Boring Completed: 10/4/94 drilling. Continued Next Page HUH Engineering, Inc. r'! r F! 1 1 1 RW NMI 1 1 Cn fl' LOG OF BORING NO. B52JP11 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7366657.900 a' E 926199.70 C 01 ° g °o 0 O W °f r Y = E c a U Ground Surface El.: 3364.1 MSL ; a LL 'E `� 3 �- o E J Z t E T.O.S.C. Elev.: 3367.97 E .. �+ C c �„ C 0..: 4)� 0 0 a" N 7 o U v c ,� U aU aru of ° a Z a MATERIAL DESCRIPTION slight caliche cementation with nodules `%" ' 50/6' SILTY SAND continued O ' i t - reddish brown, fine grained with 5016• caliche nodules and streaks 1 2 - light pinkish brown, fine grained with %`' 50/6• hard caliche nodules and slight caliche 2 cementation 3 - pinkish tan, fine grained with caliche 5016• = nodules 3 - - light brown, fine grained with caliche ::: 015.75 21 10 NP NP NP nodules 4 5 5a6• 5 6 CLAYSTOM Yellow Green, hard 161. •'•' '''' Boring Terminated at 161.5 feet 6 ---------- 1 E6.0 ::.: Boring reamed to 166 feet to install well 17 7 8 8 � i9 9 !, 20 I Completion Depth: 161.5 Remarks: WELL MATERIAL - Schedule 40, 2-inch blank and slotted Date Boring Started: 10/3/94 (0.024nch) flush threaded PVC pipe. Depth to Groundwater not determined because of wash rotary Date Boring Completed: 1014/94 drilling. HDR Engineering, Inc. = 3 LOG OF BORING NO. B53 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356689.316 E 925578.748 o t G �' V Ground Surface El.: 3364.0 MSL �- r = h N `- y y" = ? _ o -J E -� �. N E M G A m o V N N C S� - a 0/ N y N 0 o" N > o L) 'O U > '«+ C) o n- Co E a: 2Z MATERIAL DESCRIPTION o. C _ N i o. ' CLAYEY SAND ISCCj Reddish Brown, dense 5 ' 10 - fine grained with caliche nodules and 2,0 so streaks 5 SILTY SAND (SMl Reddish Brown to Light Brown, dense 20 - fine grained with caliche streaks and 32 27 7 22 17 5 nodules 25 30 _ fine grained with caliche nodules 41 35 40 - light brown, fine grained with caliche 69 and slight cementation 45 50 - fine grained with caliche nodules and 1 streaks 30 55 60 -very dense, fine grained with slight 63 13 s caliche cementation 6570 ; - reddish brown, fine grained with 71. 59 caliche nodules 75 Boring Terminated at 71.5 feet so 85 90 95 Ln a 0 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/5/94 Date Boring Completed: 10/5/94 d I I 1 1 i� HDH Engineering, Inc. C LOG OF BORING NO. B54 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7356736.900 E 924948.931 b N t x a Ground Surface El.: 3363.7 MSL o c O 2 LL �`.� LL � c O� "w c = E O. E O. 7 0 d o: NH ay d R ° co TV O V 2 '�, wT+ v d 0 va M ¢ c &.2 o E aE ; &— d H � I ii MATERIAL DESCRIPTION o, 'CLAYEY SAND ISG{ Brown, dense 10 - fine grained with caliche nodules, 38 streaks and lenses 15 •�.� 20 J f - reddish brown, very dense with caliche so nodules and streaks 25 30 J - dense, fine grained with minor caliche 32,0 42 54 12 28 1s 10 nodules and streaks 35 SILTY SAND (SM) Reddish Brown to Light Brown, dense 40 - fine grained with minor caliche nodules 36 and streaks 45 50 - light brown, fine grained with caliche nodules and streaks 40 38 a NP NP NP 55 60 _ pinkish tan, very dense with slightly 60 cemented caliche and a large hard 65 nodule 69.0 _70 SANDY CLAY 10 ► Reddish Brown, hard, fine grained with caliche nodules 5013• 1 e2 s 31 zs 1 10 and streaks :75- 82.0 1 150/6' SILTY SAND (SM1 Tan, very dense 85 90 - off-white pinkish with slightly 0/2.5 l cemented caliche 95 0 Completion Depth: 183.0 Remarks: Groundwater encountered at approximately 138.4 feet BGS. Date Boring Started: 10/5/94 Date Boring Completed: 10/7/94 Continued Next Page rrutf tngineering, Inc. LOG OF BORING NO. B54 Project Description: West Texas Region Disposal Facility fu?4. Lubbock County, Texas Location: N 7356736.900 m E 924948.931 o0 00 r x .: a J Ground Surface El.: 3363.7 MSL c; 06 U. M 0` N o d o E E C E c O d0.« > d a- 0 M d f0O N ? V U � U «. o X V o 0) E 3E G� 'cCL � c � y °° c Z _ ° MATERIAL DESCRIPTION SILTY SAND continued 50/2- 06- 106. CLAYEY SAND (SC I Brown, very dense '> ° -fine grained with caliche streaks and ,. 50/4" slight cementation 113. SILTY SAND (SMI Light Brown, very 1 dense 2 - light pinkish brown, fine grained with 0/4.5 nodules and slightly cemented caliche 2 3 - light brown, fine rained with slight g g 50/3" cementation 3 SZ 4 - fine grained with slight caliche 50/3• cementation and hard caliche nodules 4 :• i 15 50/5" 15 16 50/3" 6 1 RR-0 Lamp .7 / V ,air v�iit� 1 —to ne Layers 173.0 7 DLAYSTONE Yellow Green 8 180.5 LIMESTONE Tan 1 $ Boring Terminated at 183 feet j I 9 9 20 Completion Depth: 183.0 Remarks: Groundwater encountered at approximately 138.4 feet BGS. Date Boring Started: 10/5/94 Date Boring Completed: 10/7/94 FIT 1 1 1 r""! 1 HI NI 1 HDH Engineering, Inc. LUU Ur UUMMU NU. t5bb Project Description: West Texas Region Disposal Facility Fa Lubbock County, Texas Location: N 7356052.111 OR 0 E 924300.525 r - 0 0 -' U. > CM X -J Ground Surface El.: 3364.5 MSL 0 '= 2 , c �'O- 4) -- - Z C Q. E M M > M — 0! "00 0 07 C' n U .5 > 0 Q! ;a° E N a a d) Cr 0M MATERIAL DESCRIPTION z C T SANDY _ AY ICL I1 Dark Brown, very stiff 22 5 /y'; hard, fine grained with caliche nodules 44 61 11 is I 15 1a and streaks 15 20- fine grained with caliche 64 26 16 10 25- 26.0 1 j - CLAYEY SAND ISReddish Brown 30- caliche lenses, nodules and streaks 75 34 a 29 15 14 -35- 34.0 SILTY SAND ISMReddish Brown to Light Brown, very dense 40- fine grained with caliche nodules and 55 streaks 45- -50 fine grained with some caliche nodules - 51 49 11 27 16 11 -55- -60 ': light brown, fine grained with caliche 95/9" nodules and streaks -65- 70 70.5 Boring Terminated at 70.5 feet _75- -80- -85- -90- -95- W3 -100- - 61 Completion Depth: 70.6 Remarks: Groundwater not encountered during drilling. 0 Date Boring Started: 10/21/94 Date Boring Completed: 10/21/94 Hutf trigIneering, Inc. LOG OF BORING NO. B56 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355991.940 a E 925550.824 0 U. d d J Ground Surface El.: 3363.4 MSL O O R LL N V} C •y 3 o t C <n G V m 0 a L «- y top a- N >� U y U tD ci C3: 6. C in 4, U E C d '' N l MATERIAL DESCRIPTION o o. Z c _ ° a SANDY CLAY ICU Dark Brown to Brown, very stiff 24 69 16 29 16 13 5 '= ' 10 brown with caliche nodules, lenses and12,0 36 streaks 15 CLAYEY SAND iSCt Reddish Brown, very dense 20 fine grained with caliche nodules and F; streaks 25 61 35 40 -fine grained 41 SILTY SAND ISMI Light Brown, medium 45 dense I, 5o - fine grained with caliche nodules 23 55 , 60 - very dense, fine grained with caliche 67 J. nodules and streaks 65 % 70 fine grained 71. �s Boring Terminated at 71.5 feet 75 80 85 90 95 0 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/21 /94 Date Boring Completed: 10/21 /94 H _1 1 I I 1 HDR Engineering, Inc. LOG OF BORING NO. B57 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355953.870 a, E 926803.5-56 ,- o d r x U y O Ground Surface EL: 3364.5 MSL C O LL Oy> ZO. .Q 0. � 0 ,„ N QU N 3� >D; o� V 3 y V 'U ccCr U E: O = r J m MATERIAL DESCRIPTION � CE Z a Q. a SANDY CLAY 10 Dark Brown to Reddish Brown, very stiff 17 �0 12 2� 15 1z 5 - reddish brown, hard with minor caliche 12, 37 i nodules CLAYEY SAND ISst Reddish Brown, very dense 20 ' { -; - fine grained with caliche lenses and 56 minor caliche streaks 25 30 ' !: fine grained 59 41 12 2e 19 a 35 40 fine grained 41. SILTY SAND 1,SM► Light rown, medium 45 dense - Reddish Brown to Light Brown 50 - light brown, fine grained with caliche � nodules and streaks 27 20 5 NP NP NP 55 60 - dense, fine grained with caliche 33 nodules 65 7n - light pinkish brown, very dense, fine 71 A 3 10.5 grained with caliche nodules and streaks Boring Terminated at 71.4 feet 75 80 85 90 95 0 Completion Depth: 71.4 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/14/94 A test pit, TP-57, was excavated approximately 8 feet south of 857 on 12/5/94. Date Boring Completed: 10/14/94 riun tngrneering, Inc. L. w t LOG OF BORING NO. B58 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355332.100 o r l E 927407.026 �- u, a o Ground Surface El.: 3364.3 MSL o c o w 'u- ►�'- rnm M m o J C s E o. > 0 d a:d N a a� mo �� cli MATERIAL DESCRIPTION 0. Z 7 O 0 0. SANDY CLAY JCI ly Dark Brown to ' r Reddish Brown, very stiff 22 71 9 30 17 ' 13 5 : j. 5. CLAYEY SAND (SC f Reddish Brown, dense caliche nodules 48 15 20 ':% - very dense, fine grained with caliche 53 i lenses and streaks 25 {;. dense, fine grained 43 35 9 22 15 7 35 40 39 45 SILTY SAND ISM 1 Reddish Brown to -J', Light Brown, dense I 50 - fine grained 39 55 i 60 29 - light brown, medium dense with 65 caliche streaks 70 - dense, fine grained with minor caliche 34 streaks 75 80 - very dense, fine grained with caliche 0/5.75 I 14 5 l. nodules and streaks ' I 85 90 - brown, fine grained with caliche 0/5.5 � nodules, streaks and with slight I 95-1 cementation I 0 L i 64 Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 135 feet BGS. Date Boring Started: 9/29/94 Date Boring Completed: 9/30/94 Continued Next Paw 0 0 I HDH Engineering, Inc. Ln LOG OF BORING NO. B58 Project Description: West Texas Region Disposal Facility lu Lubbock County, Texas Location: N 7355332.100 lop, E 927407.026 0 X 4) 7& 3 S2 Ground Surface El.: 3364.3 MSL 0 00 'M 1, - LL (L) U) C F- > c vi (1) CU CL E M > 0 G cc — a) CL - 0 (To CA 0 0 (n a: C CL Co 0 E z Cr M MATERIAL DESCRIPTION z M SILTY SAND continued 50/5* 06- 6- light brown, fine grained 5013' -120- 5013" 8 4 fine grained with caliche nodules and 50/5, slight cementation 3 SZ 77 44 5 50/3* 55- -160 dense, moderately cemented 50 6!� r-t-AYSTONF Yellow Green, hard with Limestone Layers 82 98 26 60 32 28 7!� -18 - 182.0 SANDSTONE Light Brown 184. 8 LIMESTONE Gray 190- 190.0 Boring Terminated at 190 feet I 9E� z 200-- Completion Depth: 190.0 Remarks: Groundwater encountered at approximately 135 feet BGS. Date Boring Started: 9/29/94 Date Boring Completed: 9/30/94 HEIR Engineering, Inc. LOG OF BORING NO. B59 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355351.400 l E 926782.131 o to ,; I w0) Ground Surface EL: 3364.7 MSL 3° o; 2 0 U. a) C ai a�i y w a�i o E z E Z c m s @ ° c 3 m:: aN �� m > to am cE a°6 = «' ° o 1 MATERIAL DESCRIPTION a Z c c- SANDY rI AY IC H Dark Brown, stiff 2.5 �5 with caliche nodules and streaks 5 CLAYEY SAND MC) Reddish Brown to Brown 10 dense, fine grained with caliche lenses 47 r• and nodules 15 20 fine rained with caliche nodules, 49 streaks and lenses 25 30 - ' :r - fine grained 33 33 6 22 14 a 35 40 is , 36 45 50 brovvn, fine grained with caliche ' nodules and streaks 51. SILTY SAND (SMI Reddish Brown to 55 Light Brown 60 - very dense, fine grained with caliche 52 streaks, nodules and slight cementation 65 70 ht II - g pinkish brown, dense 7 i.-+ Boring Terminated at 71.5 feet 75 80 85 90 95 I i I V Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/3/94 Date Boring Completed: 10/3/94 muff tnglneering, Inc. LOG OF BORING NO. B60 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355284.980 I E 926152.717 ,, o Surface El.: 3364.2 MSL U. = r at > 0 d Q V a > cc N E y NM 12 0U. •sGround o++ MATERIAL DESCRIPTION ZC a CLAYEY SANS('1 Brown, dense 5 � r 10 ?. << ' - caliche streaks and nodules 34 15 SILTY SAND (SMt Reddish Brown 20 - medium dense, fine grained 23 24 7 NP NP NP 25 ! 24.0 CLAYEY SAND (SC Reddish Brown 30 - dense, fine grained with caliche 47 streaks and nodules 35 = �' 40 - fine grained with caliche nodules 37 45 : :ilid - 50 ' ! - fine grained with caliche streaks 52.0 4e SILTY SAND ISM► Light Brown, very 55 dense 60 -fine grained with caliche streaks and 57 nodules 65 70 - light pinkish brown, fine grained with 6e caliche nodules and slightly cemented 75 caliche $� - caliche nodules 5016- 85 90 - reddish brown, fine grained with 56 5e 11 23 19 4 caliche nodules and streaks I 95 i 0 - light brown, fine grained with caliche Completion Depth: 141.3 Remarks: Groundwater encountered at approximately 137 feet BGS. Date Boring Started: 10/7/94 Date Boring Completed: 10/10/94 Continued Next Page H©R Engineering, Inc. LOG OF BORING NO. B60 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355284.980 E 926152.717 6 4) 0 -J Ground Surface El.: 3364.2 MSL aR - 0 2 0 '- U r- > W 0) C E g S I CL E Q 0 CL ad M N 0 -J Q & 0 'L) E 'i O:e t: - '15 . -a U) .2 a. % M MATERIAL DESCRIPTION a. z C 0 0. nodules SILTY SAW) confintind 5013] 106: 109.0 -11 r-I AYEY SANn IRr- Reddish Brown fine grained with caliche streaks 113.0 1 SILTY SAND jW Brown fine grained with slightly cemented 5015" caliche and small nodules -13 0- fine grained with some clay, slight 5015' caliche cementation and some caliche nodules -35- 17 J 40- fine grained with slight cementation 141 Boring Terminated at 141.3 feet 146- 50- -155- 6(:T -165- -186- -186- -196- :�l 9 CD -OL— 2 , i 69 Completion Depth: 141.3 Remarks: Groundwater encountered at approximately 137 feet BGS. Date Boring Started: 10/7194 Date Boring Completed: 10/10/94 HVH Engineering, Inc. I I LOG OF BORING NO. B61 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7355323.049 m E 924899.985 ,, o w a .°� Ground Surface El.: 3364.4 MSL °E � o oo° LL auui d a�i y CM a o m E c 'e CI i y n d M °'N o rn 2 oc c3 � uE *C; pa = �, c N ad- a MATERIAL DESCRIPTION a° Z D o ' SANDY CLAY (0L 1 Brown to Reddish `f Brown 10 `1:• _ hard, caliche nodules and streaks 40 %l 15 20 reddish brown with some small caliche 49 nodules and some streaks 23 25 ='/ CLAYEY SAND (SSCt Brown to Reddish j/ Brown, medium dense 30 ZX - fine grained with small caliche nodules 25 35 40 - very dense, reddish brown with small 97 44 11 zs 17 s caliche 45 50 - fine grained Z - dense 53. 49 55 S-1LTY >�AN) (SMl Reddish Brown, dense 60 35 65 70 71.5 35 Boring Terminated at 71.5 feet I 75 ! 80 $5 90 ' 95 OCT Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/7/94 Date Boring Completed: 10/7/94 HDR Engineering, Inc. ` LOG OF BORING NO. B62 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354680.114 o, E 924250.069 a 0 Ground Surface El.: 3365.7 MSL 3e o c o � LL u. `� > `N 0 3 w c o r fn 0. O 6/ N 3 a y N OO aN ?. V U - 2 9 Cal 0 a°'c c am a� cE a`o p`n " 3 o M U) MATERIAL DESCRIPTION n Z o �..` SANDY CLAY (C_l 11 Brown, very stiff 5 10 f ^%% - caliche nodules 16 74 t8 38 22 ,s 15 his; � - minor caliche nodules 21 SILTY SAND [MW Tan { 25 CLAYEY SAND („SS1 Brown to Dark Brown, very dense 30 ` - fine grained with minor caliche nodules 55 35 l and streaks 40 i 78 52 8 31 18 13 45 50 54.0 54 55 SILTY SAND ISMI Brown to Light Brown, very dense 60 I: - fine grained with caliche nodules and 86 streaks 65 70 -fight pinkish brown, fine grained with 75 caliche nodules, streaks and slight 75 cementation 80 - caliche 85 I 90 - light brown, fine grained with small 0/2.5 caliche streaks, nodules and slight 95 cementation 10 Completion Depth: 187.0 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 11 /3/94 Date Boring Completed: 1 1 /3/94 Continued Next Pave ; HDH Engineering, Inc. m sA HEIR Engineering, Inc. LOG OF BORING NO. B62 Ir Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7364680.114 0 d S E 924250.069 o c o o «. u. (D o, > s ai = «c. x d �- Ground Surface El.: 3366.7 MSL o L2 C ►�'- 3 _ c 3 J o Cr.nm aRZ J a M MATERIAL DESCRIPTION �E c CL - fine grained with caliche nodules SILTY SAND cantinl.ed en 1.s 0 109. 1 F'` '. SANDY CLAY (CL Reddish Brown, har f 2.0 50/6' 80 1 14 40 21 19 :. SILTY SAND ISM 1 Light Brown, very t1 -dense-- - 2 - fine grained 98110' 2rr 3 - hard caliche nodules with slight .1320 5012• cementation 35 SANDY CLAY(CI I Reddish Brown, hard /j 4 caliche streaks 141. :' Q SILTY SAND (SMl Light Brown, very 4 = dense ' fine grained ;.ii caliche nodules a„d streaks 60/6' 5 6 - fine grained with caliche nodules and Son' slight cementation 6 i ? - fine grained with a few caliche nodules 50/4' 7 8 8 ! iMFSTONF Tan 187. 9 Boring Terminated at 187 feet 19 20 Completion Depth: 187.0 Remarks: Groundwater encountered at approximately 144 feet BGS. Date Boring Started: 11 /3/94 Date Boring Completed: 11 /3/94 LOG OF BORING NO. B63/P14 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354631.702 E 926504.097 = ` t t aim a Ground Surface El.: 3364.7 MSL . �_ _ ° o r.LLo LL a d 3 d o s T.O. S.C. Elev.: 3367.86 N N o 3; a` ": 0 a N N s cn C9 C a' V a m CD o f o Z o. M MATERIAL DESCRIPTION a Z o g SANDY CLAY (CI-) 1 Brown, hard ; 5 t 0 =✓. - fine grained with caliche nodules and 12, y, 35 76 12 31 17 14 streaks 15 CLAYEY SAN[) ISCC) Brown, dense 20 _ fine grained with caliche lenses, 35 nodules and streaks -25- �. 26.0 r SANDY CLAY ICLI Brown, hard 30 .ter �i -minor caliche nodules and a small %'/x 87 71 13 38 25 13 caliche lens 34.0 35- CLAYEY SAND ISCI Light Olive Green to Reddish Brown, very dense 40- 75 43 9 28 18 10 45 50 - reddish brown, fine grained with a few \MA \ caliche nodules 52 55 SILTY SAND (SMI Light Brown, very dense 60 - fine grained with caliche streaks and 67 nodules 65 70 - dense 40 24 4 75 80 - very dense 87 i 85 l 90 -brown, dense, fine grained with minor 50 caliche nodules 95 0 Completion Depth: 181.6 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Date Boring Started: 10/13/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/14/94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B63/P14 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7354631.702 lop- E 925504.097 ` C c c o LL ; = = X U Ground Surface El.: 3364.7 MSL - 7 c0 M �- 0 "+ d N �- > O J J a Lt E�o T.O.S.C. Elev.: 3367.86 o c 3;- 0 aN as d y } 0 o a. 0 ago o. m x E o c a J m a a Z •o a. MATERIAL DESCRIPTION - fine grained with slightly cemented : " 50/6' caliche 0 SILTY SAND continued, very dense r 1 - fine grained ; : 50/6' 1 2 - fine grained with a few caliche nodules '. 86n1- 2 3 - reddish brown, fine grained with minor 50/5' caliche streaks 3 4 _ - brown, fine grained with one caliche 50/3' nodules 4 5 - fine grained with a few caliche nodules 5/10.5 » 20 NP NP NP 5 6 - light brown, fine grained 50/4' 6 WZ v 50/5-X.M., i I 86 CLAYSTONE Yellow Green, hard181.5 78 ss zi as za z, Boring Terminated at 181.5 feet 19 91 I i 20 Completion Depth: 181.5 Remarks: WELL MATERIAL - Schedule 40, 24nch blank and slotted Date Boring Started: 10/13/94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/14/94 HDR Engineering, Inc. LOG OF BORING NO. B64 '71 Project Description: West Texas Region Disposal Facility fi I Lubbock Countv, Texas Location: N 7354590.999 E 926755.038 0 0 0 -J 0 Ground Surface El.: 3364.5 MSL 'r.'? LL (D (n C �- > , s J) & E :3 'va C1 E M > U) W 0 0 CL N n >- _2 0 U .2 > M C 0.2 4) -X 0Z .7 M rK .2 NCL MATERIAL DESCRIPTION a Mn 0 M CLAYEY SAW) tc_Sl Reddish Brown to Brown, medium dense -5 - 10 fine grained with minor caliche nodules 29 15- -20 brown, very dense, fine grained with 68 48 13 32 18 14 caliche nodules and streaks -25 '0- reddish brown, fine grained 52 35:: 40 fine grained with caliche lenses and 55 37 11 30 16 14 minor caliche streaks 44.0 -45 SILTY SAND ISM Reddish Brown, very dense, fine grained -50- fine grained 59 -55- 56.0 - - CLAYEY SANQ ISCI Reddish Brown, 60 dense, fine grained fine grained 49 11 13 29 17 12 i. 63.0 - - 65- SILTY SANDMIBrown, dense 70 slight caliche streaking 71 1 35 Boring Terminated at 71.5 feet - 75- -80- -85- -- :goL -9� -1 O Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/20/94 Date Boring Completed: 10/20/94 I I I I HUH Engineering, Inc. Ln kfl LOG OF BORING NO. B65/P13 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353871.061 3 E 927356.503 c y O ,, O o rLL pay Of w a Ground Surface El.: 3364.E MSL a LL F- a in 3 w E J t N O. T.O.S.C. Elev.: 3367.04 2 0 c °' °' " a N a N o a v � '2 .0 d fA C7 0. U 0. m v E �` 0= m � 7 Sr J tO y i I � MATERIAL DESCRIPTION °' o SANDYLAY_ ICH Dark Brown " rr CLAYEY SAND (SQ Brown, dense 10 - fine grained with caliche streaks, ; a '• 45 59 13 31 17 I 14 nodules and lenses 15 i/ 20 medium dense, fine grained with >j 29 caliche nodules and lenses 25 30 brown, orange, yellow very dense with 91 31 11 2e 17 11 caliche nodules, streaks and lenses 35 -4 'lye. 40 dense, fine grained with caliche 49 nodules and streaks 45 50 - fine grained with caliche nodules - very dense 68 40 10 27 16 11 55 ;. 60 62.0 52 SILTY SAND (Mt Light Brown, dense 65 70 -fine grained 36 75 80 -light pinkish brown, fine grained with 46 caliche nodules i35 �;. CLAYEY SAND (SC) Dark Reddish 90 Brown, very dense, fine grained with caliche nodules 92.0 ; 61 SILTY SAND ISM) Light Brown 95 ,x I �f 10 Completion Depth: 172.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 10/21/94 (0.02-inch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/21 i94 Continued Next Page HDR Engineering, Inc. LOG OF BORING NO. B65/P13 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353871.061 d m E 927356.503 C O r LL. C! C w a Ground Surface El.: 3364.6 MSL 4 Q M M U. 4) 3 T.O.S.C. Elev.: 3367.04 7 o ` .� c 3 H a�N o n O m Y o t4 0` U a m o E 3 Z M( a ' MATERIAL DESCRIPTION o. c a 0 , a - fine grained with caliche nodules SILTY SAND continued 5016• o 4 1 _ 86 12 �; 53 23 8 2 v 3 - light brown and reddish brown with 50/5• caliche nodules 3 4 - fine grained with some caliche nodules 5016- 4 5 50l4' 5 6 a� ti .7- LA CYSTONE Yellow Green, very dense 172. 72 -{ Boring Terminated at 172.5 feet 1 8 9 9 20 Completion Depth: 172.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 10/21 /94 (0.02-inch) flush threaded PVC pipe. Groundwater encountered at approximately 138 feet BGS. Date Boring Completed: 10/21 /94 HDH Engineering, Inc. I c Ln m I LOG OF BORING NO. 866 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353909.130 E 926103.77 a o LL �� s 3 aru x �- a Ground Surface El.: 3363.5 MSL o O O �- d� _ x o J I: C Q.E L M o � , dN �i d a� mp 0. N >o U a o u W to c 0! a� c E a N Cr y M a MATERIAL DESCRIPTION n Z = c n r.1 AY Y SAND (sr- Dark Brown to Brown, dense 5 10 fine grained with caliche nodules and 45 l/ streaks 15 f 20 - brown, very dense, fine grained with 5016' caliche nodules and streaks 25 30 - reddish brown, dense, fine grained 42 56 14 25 19 6 35 40 - brown, very dense, fine grained with 42.0 60 caliche nodules, streaks and lenses 45 SILTY SAND (SM) Light Brown 50 - fine grained with caliche nodules and streaks 35 - dense 55 60 - very dense, fine grained 62 65 " . 70>< very dense, fine grained with caliche streaks 75 $0 5016" 85 90 - fine grained with a few caliche nodules 5015" and slight cementation 95 :.. o I Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 138 feet BGS. Date Boring Started: 10/10/94 Date Boring Completed: 10/13/94 Continued !Next Page HDR Engineering, Inc. LOG OF BORING NO. B66 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353909.130 m E 926103J7 = G b -- U �„ > L5 "Es ' Ground Surface El.: 3363.5 MSL z o 'P `10 y 3 r= o m E i c CL > d cc .. y c$ a 1 (Dd '�c oN U o Y �] n c0i am cE �:c d a M MATERIAL DESCRIPTION I Z j a a - light pinkish brown, fine grained SILTY SAND confintied 0/3.5 0 1 - brown, fine grained with caliche 50/4- nodules and streaks 1 2 - light brown, fine grained with minor 0/5.5 ze 7 NP NP NP caliche streaks and slight cementation 2 3 - brown, fine grained with caliche Sore• nodules and streaks 3 17 ¢ - light brown with slightly cemented 50/4• nodules 4 1 ! 50/4' 5 6 - caliche nodules 50/5' 6 7 CLAYSTONE Yellow Green, hard 4e 7 8 61 97 is as ze 21 8 1 IMPSTQNE Tan 9 19 1 LIMESTONE Gray o 20rf. iA Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 138 feet BGS. Date Boring Started: 10/10/94 Date Boring Completed: 10/13/94 Continued Next Page HUH tngineering, Inc. LOG OF BORING NO. B66 Project Description: West Texas Region Disposal Facility IU?4, Lubbock County, Texas Location: N 7353909.130 o, E 926103.77 N 9 N x N J Ground Surface El.: 3363.5 MSL z o O O rLL N ULL ; P y i"n (' w m cc c 3 d °p N p a m nni to o COC S a° _J 'J `° y MATERIAL DESCRIPTION o. Z C ip o g a LIMESTONE continued 204.0 20 CLAYSTONE Dark Gray 209.0 21 LIMESTONE Gray I 21 CLAYSTONE Dark Gray with Limestone and Sandstone Seams SANDSTONE Dark Gray with limestone 22 seams 220. CLAYSTONE Blue with silt/sand partings 22 - Red and Gray 2 Boring Terminated at 230 feet 23 24 [241 25 25 f 26 26 27 I 27 28 28 29 29 0 Completion Depth: 230.0 Remarks: Groundwater encountered at approximately 138 feet BGS. Date Boring Started: 10/10/94 Date Boring Completed: 10/13/94 HDR Engineering, Inc. LOG OF BORING NO. B67 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353947.200 o! E 924851.038 g d x" a o u Ground Surface El.: 3363.9 MSL ;E i o c a R U I � yin rn 3 w o J = a a�i to a > OdC (a 4 ;; (A 0hi p aN > c U ;o 2 ac O a in Y 01 o f a' o as r d Q y ii •� cyo MATERIAL DESCRIPTION a z c o a SANDY CLAY iCU Brown, very stiff ,. with caliche nodules 16 71 14 31 14 17 10 = - a few caliche nodules and caliche 12 18 streaks 15 SILTY SAND -ISM Reddish Brown to Brown, dense, fine grained with caliche ao 37 s 27 16 11 nodules and streaks 20 - medium dense 22 25- SANDY CLAY IC 1 Reddish Brown, hard t„- with caliche nodules 70 30 �.. - caliche nodules and streaks 32 70 CLAYEY SAND IW Reddish Brown, 35 �: dense, fine grained 36 32 13 NP NP NP .a 40 SILTY SAND I,S(NI Light Brown to Brown, very dense with some sandy 74 26 17 +' ..: clay layers 45 50 - fine grained with caliche nodules SILTY SAND continued 7 i11 7 , 55 - light g pinkish brown, fine rained with 79 caliche nodules and streaks so - light brown, dense, fine grained 33 65 light g - g pinkish brown, fine rained 39 za a 70 - light brown, fine grained with slight 71. 35 cementation 75 Boring Terminated at 71.5 feet BO i35 90 95 0 Completion Depth: 71.5 Remarks: Groundwater not encountered during drilling. Date Boring Started: 10/31 /94 A test pit, TP-67, was excavated approximately 10 feet north of 867 on 12/5/94. Date Boring Completed: 10/31 /94 Hurf Engineering, Inc. ; -, fI LOG OF BORING NO. B68/P15 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353966.506 d y O E 924227.958 y q c 0 o « U. 0) > ,: N - ~ x a Ground Surface El.: 3365.1 MSL r .r U. .y N 3 w o J i t C c n l`0 T.0.S.C. Elev.: 3368.04 +� ° " °' �. C b �' a- yo W o a N " U '� I U G c7 i% U a 0).2 Y u E z O ` y a MATERIAL DESCRIPTION 0 a D 0 'a SANDY CLAY (C ;1 Dark Brown to Reddish Brown, very stiff -10:: - caliche nodules 2e 15 ,, 20 `�' reddish brown, hard with caliche 53 39 10 26 17 11 >i� nodules and streaks 25 1/0� � Y 30 ;- J 32.0 as CLAYEY SAND (SC) Reddish Brown, 35 '`'' �/�, dense ' .G 40 fine grained with caliche nodules 50 31 10 NP NP NP 45 %.� � •'i: 50 - fine grained - 52.0 very dense 51 SILTY SAND (SM) Light Brown, very 55 / dense 60 - fine grained 54 li 5 70 :� .. _ dense 40 .. ✓ 75 v" ,max, 80 - very dense, slight cementation with 5014- caliche nodules and streaks / / $5 i / 90 - fine grained se 95 0 - light pinkish brown, fine grained with r Completion Depth: 190.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 10/31 /94 (0.024nch) flush threaded PVC pipe. Groundwater encountered at approximately 143 feet BGS. Date Boring Completed: 11 /3/94 Continued Next Page HDR Engineering, Inc. a LOG OF BORING NO. B68/P15 Project Description: West Texas Region Disposal Facility Lubbock County, Texas Location: N 7353966.506 E 924227.958 a Ground Surface El.: 3365.1 MSL Q ; U. d ►e'- a CDw i; J R T.O.S.C. Elev.: 3368.04 a c 3 °= a N= o s �' U t7 O. G� p v O ' 'Q C) m p a Z C > N 0 -� MATERIAL DESCRIPTION caliche nodules and slight cementation (� 0/6.75 10 SILTY $AND contint.ed >y 1 5016" 2 - pinkish tan, fine grained with caliche 64 nodules 2 i 13 - pinkish off-white, fine grained with Sore• moderate cementation 3 4 - light brown with caliche nodules 69 4 5 - light pinkish brown, fine grained with caliche nodules 5o�s• 5 6 - light brown, fine grained with caliche ssrs" nodules 6 7 2/11.6 17 8 50/5" -18§ 186.0 LIMIEST©NE Tan and Gray gci- 190.5 Boring Terminated at 190.5 feet I 19 i 20 Completion Depth: 190.5 Remarks: WELL MATERIAL - Schedule 40, 44nch blank and slotted Date Boring Started: 10/31 /94 I0.o2-inchl flush threaded PVC pipe. Groundwater encountered at approximately 143 feet BGS. Date Boring Completed: 11 /3/94 HVH Engineering, Inc. Specifications Caliche Canyon Landfill Cell VI Construction TCEQ MSW Permit No. 69 Lubbock, Texas September 2017 PARKHILLSMITH&COOPER PSC Project # 01449014 Specifications Caliche Canyon Landfill Cell VI Construction TCEQ MSW Permit No. 69 Lubbock, Texas Qi...........u.........i.*. a � TODD E. STIGGINS % � i 9/21/17 September 2017 PARKHILLSMITH&COOPER PSC Project # 01449014 in TABLE OF CONTENTS DIVISION 00 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00800 Supplementary General Conditions........................................................................................... 4 DIVISION 01- GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 1 01019 Contract Considerations............................................................................................................. 1 01025 Measurement and Payment........................................................................................................ 3 01039 Coordination and Meetings........................................................................................................ 2 01090 Reference Standards.................................................................................................................. 2 01300 Submittals.................................................................................................................................. 3 01400 Quality Control.......................................................................................................................... 1 01500 Construction Facilities and Temporary Controls....................................................................... 2 01600 Material and Equipment............................................................................................................ 2 01700 Contract Closeout...................................................................................................................... 3 DIVISION 02 - SITE WORK 02200 Excavation and Earthwork......................................................................................................... 6 02245 Geomembrane Liner................................................................................................................ 10 02260 Protective Soil Cover................................................................................................................. 3 DIVISIONS 03 —16 (Not Used) APPENDICES APPENDIX A SOIL AND LINER QUALITY CONTROL PLAN APPENDIX B SOIL BORING LOGS 01449014 TABLE OF CONTENTS TOC - 1 09/17 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and regulations. SECTION 00700 - STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by INWO �III.wA4IIiM,I,l�.lVA I~s��IW• ` • y* ] ! Issued and Published Jointly by ACEC ASCE }'tEIU'A'" S 0 C I, '. OF C i V F ! N G Pir'F FIRS National Society of Professional Engineers® E1CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. I i These General Conditions have been prepared for use with Agreement between Owner and Contractor for Construction Contract. Provisions are interrelated and change in one may necessitate change in the other. To prepare supplementary conditions coordinated with General Conditions, use EJCDC's Guide to the Preparation of Supplementary Conditions. Full EJCDC Construction series of documents is discussed in Commentary on 2013 EJCDC Construction Documents. Copyright © 2013: National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314-2794 703.684.2882 www.nspe.org American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 202.347.7474 www.acec.org American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 800.548.2723 www.asce.org Copyright for this document is owned jointly by the three sponsoring organizations listed. The National Society of Professional Engineers is Copyright Administrator for EJCDC documents; please direct all inquiries regarding EJCDC copyrights to NSPE. NOTE: EJCDC publications may be purchased at www.eicdc.org, or from any of the sponsoring organizations. EJCDC® 00700, Standard General Conditions of the Construction Contract. -, Copyright @ 2ui3 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page ARTICLE 1— Definitions and Terminology....................................................................................... 1 1.01 Defined Terms........................................................................................................................1 1.02 Terminology...........................................................................................................................4 ARTICLE 2 — Preliminary Matters.................................................................................................... 6 2.01 Delivery of Bonds and Evidence of Insurance........................................................................6 2.02 Copies of Documents............................................................................................................. 6 2.03 Before Starting Construction.................................................................................................6 2.04 Preconstruction Conference; Designation of Authorized Representatives ...........................6 2.05 Initial Acceptance of Schedules.............................................................................................7 2.06 Electronic Transmittals...........................................................................................................7 ARTICLE 3 — Documents: Intent, Requirements, Reuse.................................................................. 7 3.01 Intent...................................................................................................................................... 7 3.02 Reference Standards..............................................................................................................8 3.03 Reporting and Resolving Discrepancies.................................................................................8 3.04 Requirements of Contract Documents..................................................................................9 3.05 Reuse of Documents..............................................................................................................9 ARTICLE 4 — Commencement and Progress of Work.................................................................... 10 4.01 Commencement of Contract Times; Notice to Proceed......................................................10 4.02 Starting Work.......................................................................................................................10 4.03 Reference Points..................................................................................................................10 4.04 Progress Schedule................................................................................................................10 4.05 Delays in Contractor's Progress...........................................................................................10 ARTICLE 5 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions..................................................................................................................................... 11 5.01 Availability of Lands.............................................................................................................11 5.02 Use of Site and Other Areas.................................................................................................12 5.03 Subsurface and Physical Conditions.....................................................................................13 5.04 Differing Subsurface or Physical Conditions........................................................................13 5.05 Underground Facilities.........................................................................................................15 5.06 Hazardous Environmental Conditions at Site......................................................................16 ARTICLE 6 — Bonds and Insurance................................................................................................. 18 E1CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page i i 6.01 Performance, Payment, and Other Bonds...........................................................................18 6.02 Insurance -General Provisions............................................................................................19 6.03 Contractor's Insurance.........................................................................................................20 6.04 Owner's Liability Insurance..................................................................................................22 6.05 Property Insurance...............................................................................................................22 6.06 Waiver of Rights...................................................................................................................24 6.07 Receipt and Application of Property Insurance Proceeds...................................................25 ARTICLE 7 - Contractor's Responsibilities.................................................................................... 25 7.01 Supervision and Superintendence.......................................................................................25 7.02 Labor; Working Hours..........................................................................................................25 7.03 Services, Materials, and Equipment.....................................................................................26 7.04 "Or Equals"...........................................................................................................................26 7.05 Substitutes...........................................................................................................................27 7.06 Concerning Subcontractors, Suppliers, and Others.............................................................28 7.07 Patent Fees and Royalties....................................................................................................30 7.08 Permits.................................................................................................................................30 7.09 Taxes....................................................................................................................................30 7.10 Laws and Regulations...........................................................................................................31 7.11 Record Documents...............................................................................................................31 7.12 Safety and Protection...........................................................................................................31 7.13 Safety Representative..........................................................................................................32 7.14 Hazard Communication Programs.......................................................................................32 7.15 Emergencies.........................................................................................................................32 7.16 Shop Drawings, Samples, and Other Submittals..................................................................33 7.17 Contractor's General Warranty and Guarantee...................................................................35 7.18 Indemnification.................................................................................................................... 35 7.19 Delegation of Professional Design Services.........................................................................36 ARTICLE 8 - Other Work at Site.................................................................................................... 37 8.01 Other Work..........................................................................................................................37 8.02 Coordination........................................................................................................................37 8.03 Legal Relationships...............................................................................................................37 ARTICLE 9 - Owner's Responsibilities........................................................................................... 38 9.01 Communications to Contractor............................................................................................38 9.02 Replacement of Engineer.....................................................................................................39 EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page ii 9.03 Furnish Data.........................................................................................................................39 9.04 Pay When Due......................................................................................................................39 9.05 Lands and Easements; Reports, Tests, and Drawings..........................................................39 9.06 Insurance.............................................................................................................................. 39 9.07 Change Orders......................................................................................................................39 9.08 Inspections, Tests, and Approvals........................................................................................39 9.09 Limitations on Owner's Responsibilities.............................................................................. 39 9.10 Undisclosed Hazardous Environmental Condition...............................................................39 9.11 Evidence of Financial Arrangements....................................................................................39 9.12 Safety Programs...................................................................................................................40 ARTICLE 10 — Engineer's Status During Construction................................................................... 40 10.01 Owner's Representative.......................................................................................................40 10.02 Visits to Site..........................................................................................................................40 10.03 Project Representative.........................................................................................................40 10.04 Rejecting Defective Work.....................................................................................................40 10.05 Shop Drawings, Change Orders and Payments....................................................................40 10.06 Determinations for Unit Price Work....................................................................................41 10.07 Decisions on Requirements of Contract Documents and Acceptability of Work ................41 10.08 Limitations on Engineer's Authority and Responsibilities....................................................41 10.09 Compliance with Safety Program.........................................................................................41 ARTICLE 11— Amending Contract Documents; Changes in Work ................................................ 42 11.01 Amending and Supplementing Contract Documents..........................................................42 11.02 Owner -Authorized Changes in Work...................................................................................42 11.03 Unauthorized Changes in Work...........................................................................................43 11.04 Change of Contract Price.....................................................................................................43 11.05 Change of Contract Times....................................................................................................44 11.06 Change Proposals.................................................................................................................44 11.07 Execution of Change Orders.................................................................................................45 11.08 Notification to Surety...........................................................................................................45 ARTICLE12 — Claims...................................................................................................................... 45 12.01 Claims...................................................................................................................................45 ARTICLE 13 — Cost of Work; Allowances; Unit Price Work........................................................... 46 13.01 Cost of Work.........................................................................................................................46 13.02 Allowances...........................................................................................................................49 EJCDC® 00700, Standard General Conditions of the Construction Contract. LAI Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page ill I t--1 13.03 Unit Price Work....................................................................................................................49 ARTICLE 14 —Tests and Inspections; Correction, Removal or Acceptance of Defective Work.... 50 14.01 Access to Work..................................................................................................................... 50 14.02 Tests, Inspections, and Approvals........................................................................................50 14.03 Defective Work.....................................................................................................................51 14.04 Acceptance of Defective Work.............................................................................................51 14.05 Uncovering Work................................................................................................................. 52 14.06 Owner May Stop Work......................................................................................................... 52 14.07 Owner May Correct Defective Work....................................................................................52 ARTICLE 15 — Payments to Contractor; Set -Offs; Completion; Correction Period ....................... 53 15.01 Progress Payments...............................................................................................................53 15.02 Contractor's Warranty of Title............................................................................................. 56 15.03 Substantial Completion........................................................................................................56 15.04 Partial Use or Occupancy.....................................................................................................57 15.05 Final Inspection....................................................................................................................57 15.06 Final Payment.......................................................................................................................58 15.07 Waiver of Claims..................................................................................................................59 15.08 Correction Period................................................................................................................. 59 ARTICLE 16 — Suspension of Work and Termination.................................................................... 60 16.01 Owner May Suspend Work.................................................................................................. 60 16.02 Owner May Terminate for Cause.........................................................................................60 16.03 Owner May Terminate For Convenience.............................................................................61 16.04 Contractor May Stop Work or Terminate............................................................................ 61 ARTICLE 17 — Final Resolution of Disputes................................................................................... 62 17.01 Methods and Procedures.....................................................................................................62 ARTICLE 18 — Miscellaneous......................................................................................................... 62 18.01 Giving Notice........................................................................................................................62 18.02 Computation of Times.......................................................................................................... 62 18.03 Cumulative Remedies..........................................................................................................62 18.04 Limitation of Damages......................................................................................................... 62 18.05 No Waiver............................................................................................................................ 63 18.06 Survival of Obligations.........................................................................................................63 18.07 Controlling Law....................................................................................................................63 18.08 Headings...............................................................................................................................63 EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page iv ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents, a term printed with initial capital letters, including the term's singular and plural forms, will have the meaning indicated in definitions. In addition to terms specifically defined, terms with initial capital letters in Contract Documents include references to identified articles and Articles, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —Written instrument, executed by Owner and Contractor, that sets forth Contract Price and Contract Times, identifies the parties and the Engineer, and designates the specific items that are Contract Documents. 3. Application for Payment —Form acceptable to Engineer which is to be used by Contractor during the course of Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by Contract Documents. 4. Bid —Offer of a Bidder submitted on the prescribed form setting forth the prices for Work to be performed. 5. Bidder —Individual or entity that submits a Bid to Owner. 6. Bidding Documents —Bidding Requirements, proposed Contract Documents, and all Addenda. 7. Bidding Requirements —Advertisement or invitation to bid, Instructions to Bidders, Bid Bond or other Bid security, if any, Bid Form, and Bid with any attachments. 8. Change Order —Document which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in Work or an adjustment in Contract Price or Contract Times, or other revision to Contract, issued on or after Effective Date of Contract. 9. Change Proposal —Written request by Contractor, duly submitted in compliance with the procedural requirements set forth herein, seeking an adjustment in Contract Price or Contract Times, or both; contesting an initial decision by Engineer concerning the requirements of Contract Documents or the acceptability of Work under Contract Documents; challenging a set-off against payments due; or seeking other relief with respect to the terms of Contract. 10. Claim —(a) Demand or assertion by Owner directly to Contractor, duly submitted in compliance with the procedural requirements set forth herein: seeking an adjustment of Contract Price or Contract Times, or both; contesting an initial decision by Engineer concerning the requirements of Contract Documents or the acceptability of Work under Contract Documents; contesting Engineer's decision regarding a Change Proposal; seeking resolution of a contractual issue that Engineer has declined to address; or seeking other relief with respect to the terms of Contract; or (b) a demand or assertion by Contractor directly to Owner, duly submitted in compliance with the procedural requirements set forth herein, contesting Engineer's decision regarding a Change EJCDC® 00700, Standard General Conditions of the Construction Contract. LJ Copyright ® 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. r Page 1 of 63 i Proposal; or seeking resolution of a contractual issue that Engineer has declined to address. A demand for money or services by a third party is not a Claim. 11. Constituent of Concern —Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous waste, and any substance, product, waste, or other material of any nature whatsoever that is or becomes listed, regulated, or addressed pursuant to (a) the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); (b) the Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; (c) the Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); (d) the Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; (e) the Clean Water Act, 33 U.S.C. §§1251 et seq.; (f) the Clean Air Act, 42 U.S.C. §§7401 et seq.; or (g) any other federal, state, or local statute, law, rule, regulation, ordinance, resolution, code, order, or decree regulating, relating to, or imposing liability or standards of conduct concerning, any hazardous, toxic, or dangerous waste, substance, or material. 12. Contract —Entire and integrated written contract between Owner and Contractor concerning Work. 13. Contract Documents —Items so designated in Agreement, and which together comprise Contract. 14. Contract Price —Money Owner agreed to pay Contractor for completion of Work in accordance with Contract Documents. . 15. Contract Times —Number of days or the dates by which Contractor shall: (a) achieve Milestones, if any; (b) achieve Substantial Completion; and (c) complete Work. 16. Contractor —Individual or entity who Owner contracted for performance of Work. 17. Cost of Work —See Article 13.01 for definition. 18. Drawings —Part of Contract that graphically shows the scope, extent, and character of Work to be performed by Contractor. 19. Effective Date of Contract —Date, indicated in Agreement, on which Contract becomes effective. 20. Engineer —Individual or entity named as such in Agreement. 21. Field Order —Written order issued by Engineer which requires minor changes in Work but does not change Contract Price or Contract Times. 22. Hazardous Environmental Condition —Presence at Site of Constituents of Concern in such quantities or circumstances that may present a danger to persons or property exposed thereto. Presence at Site of materials necessary for execution of Work, or incorporated in Work, and controlled and contained pursuant to industry practices, laws and regulations, and Contract requirements, does not establish a Hazardous Environmental Condition. 23. Laws and regulations, Laws or regulations —Any and all applicable laws, statutes, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 24. Liens —Charges, security interests, or encumbrances upon Contract -related funds, real property, or personal property. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 63 25. Milestone —A principal event in the performance of Work that Contract requires Contractor to achieve by an intermediate completion date or by a time prior to Substantial Completion of all Work. 26. Notice of Award —Written notice by Owner to a Bidder of Owner's acceptance of Bid. 27. Notice to Proceed —Written notice by Owner to Contractor fixing the date on which Contract Times will commence to run and on which Contractor shall start to perform Work. 28. Owner —Individual or entity with which Contractor has contracted regarding Work, and which has agreed to pay Contractor for the performance of Work, pursuant to the terms of Contract. 29. Progress Schedule —Schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising Contractor's plan to accomplish Work within Contract Times. 30. Project —Total undertaking to be accomplished for Owner by engineers, contractors, and others, including planning, study, design, construction, testing, commissioning, and start-up, and of which Work to be performed under Contract Documents is a part. 31. Project Manual —Written documents prepared, or made available for, procuring and constructing Work, including but not limited to Bidding Documents or other construction procurement documents, geotechnical and existing conditions information, Agreement, bond forms, General Conditions, Supplementary Conditions, and Specifications. Contents of Project Manual may be bound in one or more volumes. 32. Resident Project Representative —Authorized representative of Engineer assigned to assist Engineer at Site. As used herein, "Resident Project Representative" ("RPR") includes any assistants or field staff of Resident Project Representative. 33. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of Work and that establish the standards by which such portion of Work will be judged. 34. Schedule of Submittals —Schedule, prepared and maintained by Contractor, of required submittals and the time requirements for Engineer's review of the submittals and the performance of related construction activities. 35. Schedule of Values —Schedule, prepared and maintained by Contractor, allocating portions of Contract Price to various portions of Work and used as the basis for reviewing Contractor's Applications for Payment. 36. Shop Drawings —All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 37. Site —Lands or areas indicated in Contract Documents as being furnished by Owner upon which Work is to be performed, including rights -of -way and easements, and such other lands furnished by Owner which are designated for the use of Contractor. 38. Specifications —Part of Contract that consists of written requirements for materials, equipment, systems, standards, and workmanship as applied to Work, and certain administrative requirements and procedural matters applicable to Work. EJCDC® 00700, Standard General Conditions of the Construction Contract. - Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 of 63 39. Subcontractor —Individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of Work. 40. Substantial Completion —Time at which Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, Work (or a specified part thereof) is sufficiently complete, in accordance with Contract Documents, so that Work (or a specified part thereof) can be utilized for the purposes for which it is intended. "Substantially complete" and "substantially completed" as applied to all or part of Work refer to Substantial Completion thereof. 41. Successful Bidder —Bidder whose Bid the Owner accepts, and to which Owner makes an award of contract, subject to stated conditions. 42. Supplementary Conditions —Part of Contract that amends or supplements these General Conditions. 43. Supplier —Manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any subcontractor to furnish materials or equipment to be incorporated in Work by Contractor or a subcontractor. 44. Technical Data —Those items expressly identified as Technical Data in the Supplementary Conditions, with respect to either (a) subsurface conditions at Site, or physical conditions relating to existing surface or subsurface structures at Site (except Underground Facilities) or (b) Hazardous Environmental Conditions at Site. If no such express identifications of Technical Data have been made with respect to conditions at Site, then the data contained in boring logs, recorded measurements of subsurface water levels, laboratory test results, and other factual, objective information regarding conditions at Site that are set forth in any geotechnical or environmental report prepared for the Project and made available to Contractor are hereby defined as Technical Data with respect to conditions at Site under Articles 5.03, 5.04, and 5.06. 45. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 46. Unit Price Work —Work to be paid for on the basis of unit prices. 47. Work —Entire construction or the various separately identifiable parts thereof required to be provided under Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction; furnishing, installing, and incorporating all materials and equipment into such construction; and may include related services such as testing, start-up, and commissioning, all as required by Contract Documents. 48. Work Change Directive —Written directive to Contractor issued on or after Effective f Date of Contract, signed by Owner and recommended by Engineer, ordering an addition, deletion, or revision in Work. 1.02 Terminology A. Words and terms discussed in the following Articles are not defined but, when used in Bidding Requirements or Contract Documents, have indicated meaning. E1CDC4'00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, - and American Society of Civil Engineers. All rights reserved. Page 4 of 63 �_s B. Intent of Certain Terms or Adjectives: 1. Contract Documents include "as allowed," "as approved," "as ordered," "as directed," or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, Work for compliance with the information in Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of Work, or any duty or authority to undertake responsibility contrary to the provisions of Article 10 or any other provision of Contract Documents. C. Day: 1. Calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. "Defective," when modifying "Work," refers to unsatisfactory, faulty, or deficient Work in that it: a. does not conform to Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in Contract Documents; or c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Article 15.03 or 15.04). E. Furnish, Install, Perform, Provide: 1. "Furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. "Install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. "Perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. If Contract Documents establish an obligation of Contractor with respect to specific services, materials, or equipment, but do not expressly use "furnish," "install," "perform," or "provide," then Contractor shall furnish and install said services, materials, or equipment complete and ready for intended use. F. Unless stated otherwise in Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in Contract Documents in accordance with such recognized meaning. EJCDC® 00700, Standard General Conditions of the Construction Contract. LJ Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 of 63 f t ARTICLE 2 — PRELIMINARY MATTERS 2.01 Deliver o Bonds and Evidence o Insurance Delivery f A. Bonds: When Contractor delivers the executed counterparts of Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Contractor's Insurance: When Contractor delivers the executed counterparts of Agreement to Owner, Contractor shall also deliver to Owner, with copies to each named insured and additional insured (as identified in the Supplementary Conditions or elsewhere in Contract), the certificates and other evidence of insurance required to be provided by Contractor in accordance with Article 6. C. Evidence of Owner's Insurance: After receipt of the executed counterparts of Agreement and all required bonds and insurance documentation, Owner shall promptly deliver to Contractor, with copies to each named insured and additional insured (as identified in the Supplementary Conditions or otherwise), the certificates and other evidence of insurance required to be provided by Owner under Article 6. -' 2.02 Copies of Documents A. Owner shall furnish to Contractor four printed copies of Contract (including one fully executed counterpart of Agreement), and one copy in electronic portable document format (PDF). Additional printed copies will be furnished upon request at the cost of reproduction. B. Owner shall maintain and safeguard at least one original printed record version of Contract, including Drawings and Specifications signed and sealed by Engineer and other design professionals. Owner shall make such original printed record version of Contract available to Contractor for review. Owner may delegate responsibilities under this provision to Engineer. 2.03 Before Starting Construction A. Preliminary Schedules: Within 10 days after Effective Date of Contract (or as otherwise specifically required by Contract Documents), Contractor shall submit to Engineer for timely review, a preliminary: 1. Progress Schedule indicating times (numbers of days or dates) for starting and completing the various stages of Work, including any Milestones specified in Contract; 2. Schedule of Submittals; and 3. Schedule of Values for all of Work which includes quantities and prices of items which when added together equal Contract Price and subdivides Work into component parts in sufficient detail to serve as the basis for progress payments during performance of Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to Work and to discuss the schedules referred to in Article 2.03.A, procedures for handling Shop Drawings, Samples, and other submittals, processing Applications for Payment, electronic or digital transmittals, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as his authorized representative with respect to the services and responsibilities under EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 of 63 Contract. Such individuals shall have the authority to transmit and receive information, render decisions relative to Contract, and otherwise act on behalf of each respective party. 2.05 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference, attended by Contractor, Engineer, and others as appropriate, will be held to review for acceptability to Engineer as provided, the schedules submitted in accordance with Article 2.03.A. Contractor shall have an additional 10 days to make corrections and adjustments and ' to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. Progress Schedule will be acceptable to Engineer if it provides an orderly progression of U Work to completion within Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of Work, nor interfere with or relieve Contractor from Contractor's full Fit responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a F.- workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of Contract Price to the component parts of Work. 2.06 Electronic Transmittals A. Except as otherwise stated elsewhere in Contract, the Owner, Engineer, and Contractor may transmit, and shall accept, Project -related correspondence, text, data, documents, drawings, information, and graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format, either directly, or through access to a secure Project a website. B. If Contract does not establish protocols for electronic or digital transmittals, then Owner, Engineer, and Contractor shall jointly develop such protocols. C. When transmitting items in electronic media or digital format, the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the recipient's use of software application packages, operating systems, or computer hardware differing from those used in the drafting or transmittal of the items, or from those established in applicable transmittal protocols. ARTICLE 3 — DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with Contract Documents. C. Unless otherwise stated in Contract Documents, if there is a discrepancy between the electronic or digital versions of Contract Documents (including any printed copies derived r-i from such electronic or digital versions) and the printed record version, the printed record 11 version shall govern. 3 Lj EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 7 of 63 D. Contract supersedes prior negotiations, representations, and agreements, whether written or oral. E. Engineer will issue clarifications and interpretations of Contract Documents as provided herein. 3.02 Reference Standards A. Standards Specifications, Codes, Laws and regulations 1. Reference in Contract Documents to standard specifications, manuals, reference standards, or codes of any technical society, organization, or association, or to Laws or regulations, whether such reference be specific or by implication, shall mean the standard specification, manual, reference standard, code, or Laws or regulations in effect at the time of opening of Bids (or on the Effective Date of Contract if there were no Bids), except as may be otherwise specifically stated in Contract Documents. 2. No provision of any such standard specification, manual, reference standard, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the part of Contract Documents prepared by or for Engineer. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of Work or any duty or authority to undertake responsibility inconsistent with the provisions of the part of Contract Documents prepared by or for Engineer. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Verification of Figures and Field Measurements: Before undertaking each part of Work, Contractor shall carefully study Contract Documents, and check and verify pertinent figures and dimensions therein, particularly with respect to applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy that Contractor discovers, or has actual knowledge of, and shall not proceed with any Work affected thereby until the conflict, error, ambiguity, or discrepancy is resolved, by a clarification or interpretation by Engineer, or by an amendment or supplement to Contract Documents issued pursuant to Article 11.01. 2. Contractor's Review of Contract Documents: If, before or during the performance of Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within Contract Documents, or between Contract Documents and (a) any applicable Law or regulation, (b) actual field conditions, (c) any standard specification, manual, reference standard, or code, or (d) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with Work affected thereby i- (except in an emergency as required by Article 7.15) until the conflict, error, ambiguity, or discrepancy is resolved, by a clarification or interpretation by Engineer, or by an amendment or supplement to Contract Documents issued pursuant to Article 11.01. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in Contract Documents unless Contractor had actual knowledge thereof. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. i Page 8 of 63 3.04 3.05 B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in Contract Documents, the provisions of the part of Contract Documents prepared by or for Engineer shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between such provisions of Contract Documents and provisions of any: a. standard specification, manual, reference standard, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference as a Contract Document); or b. laws or regulations applicable to the performance of Work (unless such an interpretation of the provisions of Contract Documents would result in violation of such law or regulation). Requirements of Contract Documents A. During the performance of Work and until final payment, Contractor and Owner shall submit to the Engineer all matters in question concerning the requirements of Contract Documents (sometimes referred to as requests for information or interpretation—RFIs), or relating to the acceptability of Work under Contract Documents, as soon as possible after such matters arise. Engineer will be the initial interpreter of the requirements of Contract Documents, and judge of the acceptability of Work thereunder. B. Engineer will, with reasonable promptness, render a written clarification, interpretation, or decision on the issue submitted, or initiate an amendment or supplement to Contract Documents. Engineer's written clarification, interpretation, or decision will be final and binding on Contractor, unless it appeals by submitting a Change Proposal, and on Owner, unless it appeals by filing a Claim. C. If a submitted matter in question concerns terms and conditions of Contract Documents that do not involve (1) the performance or acceptability of Work under Contract Documents, (2) the design (as set forth in the Drawings, Specifications, or otherwise), or (3) other engineering or technical matters, then Engineer will promptly give written notice to Owner and Contractor that Engineer is unable to provide a decision or interpretation. If Owner and Contractor are unable to agree on resolution of such a matter in question, either party may pursue resolution as provided in Article 12. Reuse of Documents A. Contractor and his Subcontractors and Suppliers shall not have or acquire any title: 1. to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or his consultants, including electronic media editions, or reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer; or 2. or ownership rights in any other Contract Documents, reuse any such Contract Documents for any purpose without Owner's express written consent, or violate any copyrights pertaining to such Contract Documents. B. Prohibitions of this Article 3.05 will survive final payment, or termination of Contract. Nothing herein shall preclude Contractor from retaining copies of Contract Documents for record purposes. EJCDC® 00700, Standard General Conditions of the Construction Contract. Li Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 9 of 63 ARTICLE 4 — COMMENCEMENT AND PROGRESS OF WORK 4.01 Commencement of Contract Times; Notice to Proceed A. Contract Times will commence to run on the 30t' day after the Effective Date of Contract or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of Contract. In no event will Contract Times commence to run later than the 60th day after the day of Bid opening or the 30th day after the Effective Date of Contract, whichever date is earlier. 4.02 Starting Work A. Contractor shall start to perform Work on the date when Contract Times commence to run. No Work shall be done at Site prior to such date. 4.03 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction, which in Engineer's judgment, are necessary to enable Contractor to proceed with Work. Contractor shall be responsible for laying out Work, protect and preserve established reference points and property monuments, and make no changes or relocations without prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. i_ 4.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Article 2.05 as it may be adjusted from time to time as provided: 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Article 2.05) proposed adjustments in the Progress Schedule that will not result in changing Contract Times. 2. Proposed adjustments in the Progress Schedule that will change Contract Times shall be submitted in accordance with the requirements of Article 11. B. Contractor shall carry on Work and adhere to the Progress Schedule during all disputes or t disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, or during any appeal process, except as permitted by Article 16.04, or as Owner and Contractor may otherwise agree in writing. 4.05 Delays in Contractor's Progress A. If Owner, Engineer, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of Work, then Contractor shall be entitled to an equitable adjustment in Contract Times and Contract Price. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times. B. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of Contractor. Delay, disruption, and interference attributable to and within the control of a Subcontractor or Supplier shall be deemed to be within the control of Contractor. - EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 10 of 63 C. If Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of Owner, Contractor, and those for which they are responsible, then Contractor shall be entitled to an equitable adjustment in Contract Times. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this Article. Causes of delay, disruption, or interference that may give rise to an adjustment in Contract Times under this Article include but are not limited to: 1. severe and unavoidable natural catastrophes such as fires, floods, epidemics, and earthquakes; 2. abnormal weather conditions; 3. acts or failures to act of utility owners (other than those performing other work at or adjacent to Site by arrangement with the Owner, as contemplated in Article 8); and 4. acts of war or terrorism. D. Delays, disruption, and interference to the performance or progress of Work resulting from the existence of a differing subsurface or physical condition, an Underground Facility that was not shown or indicated by Contract Documents, or not shown or indicated with reasonable accuracy, and those resulting from Hazardous Environmental Conditions, are governed by Article 5. E. Article 8.03 governs delays, disruption, and interference to the performance or progress of Work resulting from the performance of certain other work at or adjacent to Site. F. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for any delay, disruption, or interference if such delay is concurrent with a delay, disruption, or interference caused by or within the control of Contractor. G. Contractor must submit any Change Proposal seeking an adjustment in Contract Price or Contract Times under this Article within 30 days of the commencement of the delaying, disrupting, or interfering event. ARTICLES —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner shall furnish Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of Site with which Contractor must comply in performing Work. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which permanent improvements are to be made and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. f Page 11 of 63 j y t_ J i T i_ 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to Site, adjacent areas that Contractor has arranged to use through construction easements or otherwise, and other adjacent areas permitted by Laws and regulations, and shall not unreasonably encumber Site and such other adjacent areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for (a) damage to Site; (b) damage to any such other adjacent areas used for Contractor's operations; (c) damage to any other adjacent land or areas; and (d) for injuries and losses sustained by the owners or occupants of any such land or areas; provided that such damage or injuries result from the performance of Work or from other actions or conduct of Contractor or those for which Contractor is responsible. 2. If a damage or injury claim is made by the owner or occupant of any such land or area because of the performance of Work, or because of other actions or conduct of Contractor or those for which Contractor is responsible, Contractor shall (a) take immediate corrective or remedial action as required by Article 7.12, or otherwise; (b) promptly attempt to settle the claim as to all parties through negotiations with such owner or occupant, or otherwise resolve the claim by arbitration or other dispute resolution proceeding, or at law; and (c) to the fullest extent permitted by Laws and regulations, indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against any such claim, and against all costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused directly or indirectly, in whole or in part by, or based upon, Contractor's performance of Work, or because of other actions or conduct of Contractor or those for which Contractor is responsible. € B. Removal of Debris during Performance of Work: During progress of Work, Contractor shall keep Site and other adjacent areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall -- conform to applicable Laws and regulations. C. Cleaning: Prior to Substantial Completion of Work Contractor shall clean Site and Work and make it ready for utilization by Owner. At completion of Work, Contractor shall remove from Site and adjacent areas all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for y alteration by Contract Documents. D. Loading of Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part- of Work or adjacent structures or land to stresses or pressures that will endanger them. E)CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 12 of 63 5.03 5.04 Subsurface and Physical Conditions A. Reports and Drawings: Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or adjacent to Site; 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at Site (except Underground Facilities); and 3. Technical Data contained in such reports and drawings. B. Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the Technical Data expressly identified in the Supplementary Conditions with respect to such reports and drawings, but such reports and drawings are not Contract Documents. If no such express identification has been made, then Contractor may rely upon the accuracy of the Technical Data (as defined in Article 1) contained in any geotechnical or environmental report prepared for the Project and made available to Contractor. Except for such reliance on Technical Data, Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, with respect to: 1. completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any Technical Data or any such other data, interpretations, opinions, or information. Differing Subsurface or Physical Conditions A. Notice by Contractor: If Contractor believes that any subsurface or physical condition that is uncovered or revealed at Site either: 1. is of such a nature as to establish that any Technical Data on which Contractor is entitled to rely as provided in Article 5.03 is materially inaccurate; or 2. is of such a nature as to require a change in the Drawings or Specifications; or 3. differs materially from that shown or indicated in Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Article 7.15), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except with respect to an emergency) until receipt of a written statement permitting Contractor to do so. B. Engineer's Review: After receipt of written notice as required by the preceding Article, Engineer will promptly review the subsurface or physical condition in question; determine EJCDC® 00700, Standard General Conditions of the Construction Contract. -- Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 13 of 63 s the necessity of Owner's obtaining additional exploration or tests with respect to the condition; conclude whether the condition falls within any one or more of the differing site condition categories in Article 5.04.A; obtain any pertinent cost or schedule information from Contractor; prepare recommendations to Owner regarding Contractor's resumption of Work in connection with the subsurface or physical condition in question and the need for any change in the Drawings or Specifications; and advise Owner in writing of Engineer's findings, E conclusions, and recommendations. C. Owner's Statement to Contractor Regarding Site Condition: After receipt of Engineer's written findings, conclusions, and recommendations, Owner shall issue a written statement to Contractor (with a copy to Engineer) regarding the subsurface or physical condition in question, addressing the resumption of Work in connection with such condition, indicating whether any change in the Drawings or Specifications will be made, and adopting or rejecting Engineer's written findings, conclusions, and recommendations, in whole or in part. D. Possible Price and Times Adjustments: 1. Contractor shall be entitled to an equitable adjustment in Contract Price or Contract Times, or both, to the extent that the existence of a differing subsurface or physical condition, or any related delay, disruption, or interference, causes an increase or decrease in Contractor's cost of, or time required for, performance of Work; subject, however, to the following: a. such condition must fall within any one or more of the categories described in Article 5.04.A; b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Article 13.03; and, c. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times. 2. Contractor shall not be entitled to any adjustment in Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew the existence of such condition at time Contractor made a commitment to Owner with respect to Contract Price and Contract Times by submission of Bid or becoming bound under negotiated contract, or otherwise; or b. the existence of such condition reasonably could have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such commitment; or } c. Contractor failed to give the written notice as required by Article 5.04.A. 3. If Owner and Contractor agree regarding Contractor's entitlement to and the amount or extent of any adjustment in Contract Price or Contract Times, or both, then any such adjustment shall be set forth in a Change Order. 4. Contractor may submit a Change Proposal regarding his entitlement to or the amount or extent of any adjustment in Contract Price or Contract Times, or both, no later than 30 days after Owner's issuance of the Owner's written statement to Contractor regarding the subsurface or physical condition in question. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 14 of 63 _F 5.05 Underground Facilities A. Contractor's Responsibilities: Information and data shown or indicated in Contract Documents with respect to existing Underground Facilities at or adjacent to Site is based on information and data furnished to Owner or Engineer by owners of such Underground Facilities, including Owner, or by others. Unless otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer do not warrant or guarantee the accuracy or completeness of any such information or data provided by others; and 2. cost of all of the following will be included in Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all information and data regarding existing Underground Facilities at Site; . P b. locating all Underground Facilities shown or indicated in Contract Documents as being at Site; c. coordination of Work with the owners (including Owner) of such Underground Facilities, during construction; and d. safety and protection of all existing Underground Facilities at Site, and repairing any damage thereto resulting from Work. B. Notice by Contractor: If Contractor believes an Underground Facility uncovered or revealed at Site was not shown or indicated in Contract Documents, or was not shown or indicated with reasonable accuracy, then Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Article 7.15), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. C. Engineer's Review: Engineer will promptly review Underground Facility and conclude whether such Underground Facility was not shown or indicated in Contract Documents, or was not shown or indicated with reasonable accuracy; obtain any pertinent cost or schedule information from Contractor; prepare recommendations to Owner regarding Contractor's resumption of Work in connection with Underground Facility in question; determine extent, if any, to which a change is required in the Drawings or Specifications to reflect and document the consequences of the existence or location of the Underground Facility; and advise Owner in writing of Engineer's findings, conclusions, and recommendations. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. D. Owner's Statement to Contractor Regarding Underground Facility: After receipt of Engineer's written findings, conclusions, and recommendations, Owner shall issue a written statement to Contractor (with a copy to Engineer) regarding the Underground Facility in question, addressing the resumption of Work in connection with such Underground Facility, indicating whether any change in the Drawings or Specifications will be made, and adopting or rejecting Engineer's written findings, conclusions, and recommendations in whole or in part. E. Possible Price and Times Adjustments: 1. Contractor shall be entitled to an equitable adjustment in Contract Price or Contract Times, or both, to the extent that any existing Underground Facility at Site that was not shown or indicated in Contract Documents, or was not shown or indicated with reasonable accuracy, or any related delay, disruption, or interference, causes an EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 15 of 63 i increase or decrease in Contractor's cost of, or time required for, performance of Work; subject, however, to the following: a. Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated the existence or actual location of the Underground Facility in question; b. With respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Article 13.03; c. Contractor's entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times; and d. Contractor gave the notice required in Article 5.05.13. 2. If Owner and Contractor agree regarding Contractor's entitlement to and the amount or extent of any adjustment in Contract Price or Contract Times, or both, then any such adjustment shall be set forth in a Change Order. 3. Contractor may submit a Change Proposal regarding his entitlement to or the amount or extent of any adjustment in Contract Price or Contract Times, or both, no later than 30 days after Owner's issuance of the Owner's written statement to Contractor regarding the Underground Facility in question. 5.06 Hazardous Environmental Conditions at Site A. Reports and Drawings: Supplementary Conditions identify: 1. those reports and drawings known to Owner relating to Hazardous Environmental i. Conditions that have been identified at or adjacent to Site; and 2. Technical Data contained in such reports and drawings. B. Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the Technical Data expressly identified in the Supplementary Conditions with respect to such reports and drawings, but such reports and drawings are not Contract Documents. If no such express identification has been made, then Contractor may rely on the accuracy of the Technical Data (as defined in Article 1) contained in any geotechnical or environmental report prepared for the Project and made available to Contractor. Except for such reliance on Technical Data, Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or _3 3. any Contractor interpretation of or conclusion drawn from any Technical Data or any such other data, interpretations, opinions or information. _- C. Contractor shall not be responsible for removing or remediating any Hazardous Environmental Condition encountered, uncovered, or revealed at Site unless such removal or remediation is expressly identified in Contract Documents to be within the scope of Work. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 16 of 63 D. Contractor shall be responsible for controlling, containing, and duly removing all Constituents of Concern brought to Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible, and for any associated costs; and for the costs of removing and remediating any Hazardous Environmental Condition created by the presence of any such Constituents of Concern. E. If Contractor encounters, uncovers, or reveals a Hazardous Environmental Condition whose removal or remediation is not expressly identified in Contract Documents as being within the scope of Work, or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, then Contractor shall immediately: (1) secure or otherwise isolate such condition; (2) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Article 7.15); and (3) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Article 5.06.F. If Contractor or anyone whom Contractor is responsible created Hazardous Environmental Condition in question, then Owner may remove and remediate the Hazardous Environmental Condition, and impose a set-off against payments to account for associated costs. F. Contractor shall not resume Work in connection with such Hazardous Environmental Condition or in any affected area until after Owner has obtained any required permits related thereto, and delivered written notice to Contractor either (1) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (2) specifying any special conditions under which such Work may be resumed safely. G. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, then within 30 days of Owner's written notice regarding the resumption of Work, Contractor may submit a Change Proposal, or Owner may impose a set-off. H. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of Work that is in the area affected by such condition to be deleted from Work, following Contractual change procedures in Article 11. Owner may have such deleted portion of Work performed by Owner's own forces or others in accordance with Article 8. To the fullest extent permitted by laws and regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition (1) was not shown or indicated in the Drawings, Specifications, or other Contract Documents, identified as Technical Data entitled to limited reliance pursuant to Article 5.063, or identified in Contract Documents to be included within the scope of Work, and (2) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 17 of 63 r >. Article 5.06.1-1 shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. J. To the fullest extent permitted by Laws and regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the failure to control, contain, or remove a Constituent of Concern brought to Site by Contractor or by anyone for whom Contractor is responsible, or to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Article 5.06.J shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. K. Provisions of Articles 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or to a Hazardous Environmental Condition uncovered or revealed at Site. ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Contractor shall furnish a performance bond and a payment bond, each in an amount at least equal to Contract Price, as security for the faithful performance and payment of all of Contractor's obligations under Contract. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Article 15.08, whichever is later, except as provided otherwise by Laws or regulations, the Supplementary Conditions, or other specific provisions of Contract. Contractor shall also furnish such other bonds as are required by the Supplementary Conditions or other specific provisions of Contract. B. All bonds shall be in the form prescribed by Contract except as provided otherwise by Laws or regulations, and shall be executed by such sureties as are named in "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (as amended and supplemented) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. A bond signed by an agent or attorney -in -fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show effective on the date the agent or attorney -in -fact signed the accompanying bond. C. Contractor shall obtain required bonds from duly licensed or authorized surety companies in jurisdiction in which the Project is located to issue bonds in the required amounts. D. If the surety on a bond furnished by Contractor is declared bankrupt or becomes insolvent, or his right to do business is terminated in any state or jurisdiction where any part of the Project is located, or the surety ceases to meet the requirements, then Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the bond and surety requirements. E. If Contractor has failed to obtain a required bond, Owner may exclude Contractor from Site and exercise Owner's termination rights under Article 16. EICDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 18 of 63 t F. Upon request, Owner shall provide a copy of the payment bond to any subcontractor, supplier, or other person or entity claiming to have furnished labor or materials used in the performance of Work. 6.02 Insurance —General Provisions A. Owner and Contractor shall obtain and maintain insurance as required in this Article and in Supplementary Conditions. B. All insurance required by Contract to be purchased and maintained by Owner or Contractor shall be obtained from insurance companies that are duly licensed or authorized, in the state or jurisdiction in which the Project is located, to issue insurance policies for the required limits and coverages. Unless a different standard is indicated in the Supplementary Conditions, all companies that provide insurance policies required under this Contract shall have an A.M. Best rating of A-VII or better. C. Contractor shall deliver to Owner, with copies to each named insured and additional insured (as identified in this Article, in the Supplementary Conditions, or elsewhere in Contract), certificates of insurance establishing that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by Contract. Upon request by Owner or any other insured, Contractor shall also furnish other evidence of such required insurance, including but not limited to copies of policies and endorsements, and documentation of applicable self -insured retentions and deductibles. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this provision. D. Owner shall deliver to Contractor, with copies to each named insured and additional insured (as identified in this Article, the Supplementary Conditions, or elsewhere in Contract), certificates of insurance establishing that Owner has obtained and is maintaining the policies, coverages, and endorsements required of Owner by Contract (if any). Upon request by Contractor or any other insured, Owner shall also provide other evidence of such required insurance (if any), including but not limited to copies of policies and endorsements, and documentation of applicable self -insured retentions and deductibles. Owner may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this provision. E. Failure of Owner or Contractor to demand such certificates or other evidence of the other party's full compliance with these insurance requirements, or failure of Owner or Contractor to identify a deficiency in compliance from the evidence provided, shall not be construed as a waiver of the other party's obligation to obtain and maintain such insurance. F. If either party does not purchase or maintain all of the insurance required of such party by Contract, such party shall notify the other party in writing of such failure to purchase prior to the start of Work, or of such failure to maintain prior to any change in the required coverage. G. If Contractor has failed to obtain and maintain required insurance, Owner may exclude Contractor from Site, impose an appropriate set-off against payment, and exercise Owner's termination rights under Article 16. H. Without prejudice to any other right or remedy, if a party has failed to obtain required insurance, the other party may elect to obtain equivalent insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and Contract Price shall be adjusted accordingly. E1CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 19 of 63 I. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor or Contractor's interests. J. Insurance and insurance limits required herein are not deemed as a limitation on Contractor's liability under indemnities granted to Owner and other individuals and entities in Contract. 6.03 Contractor's Insurance pA. Workers'Compensation: Contractor shall purchase and maintain workers' compensation and employer's liability insurance for: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts. 2. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 3. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees (by stop -gap endorsement in monopolist worker's compensation states). 4. Foreign voluntary worker compensation (if applicable). B. Commercial General Liability —Claims Covered: Contractor shall purchase and maintain commercial general liability insurance, covering all operations by or on behalf of Contractor, on an occurrence basis, against claims for damages: 1. because of bodily injury, sickness or disease, or death of any person other than Contractor's employees. 2. insured by reasonably available personal injury liability coverage. 3. other than to Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom. C. Commercial General Liability —Form and Content: Contractor's commercial liability policy shall be written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage: a. Such insurance shall be maintained for three years after final payment. b. Contractor shall furnish Owner and each other additional insured (as identified in the Supplementary Conditions or elsewhere in Contract) evidence of continuation y of such insurance at final payment and three years thereafter. l 2. Blanket contractual liability coverage, to the extent permitted by law, including but not : limited to coverage of Contractor's contractual indemnity obligations in Article 7.18. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground, explosion, and collapse coverage. 6. Personal injury coverage. 7. Additional insured endorsements that include both ongoing operations and products and completed operations coverage through ISO Endorsements CG 20 10 10 01 and -= E1CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. + Page 20 of 63 CG 20 37 10 01 (together); or CG 20 10 07 04 and CG 20 37 07 04 (together); or their equivalent. 8. For design professional additional insureds, ISO Endorsement CG 20 32 07 04, "Additional Insured —Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Automobile liability: Contractor shall purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The automobile liability policy shall be written on an occurrence basis. E. Umbrella or excess liability: Contractor shall purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the Articles. Subject to industry -standard exclusions, the coverage afforded shall follow form as to each and every one of the underlying policies. F. Contractor's pollution liability insurance: Contractor shall purchase and maintain a policy covering third -party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from Contractor's operations and completed operations. This insurance shall be maintained for no less than three years after final completion. G. Additional insureds: Contractor's commercial general liability, automobile liability, umbrella or excess, and pollution liability policies shall include and list as additional insureds Owner and Engineer, and any individuals or entities identified in the Supplementary Conditions; include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds; and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby (including as applicable those arising from both ongoing and completed operations) on a non-contributory basis. Contractor shall obtain all necessary endorsements to support these requirements. H. Contractor's professional liability insurance: If Contractor will provide or furnish professional services under this Contract, through a delegation of professional design services or otherwise, then Contractor shall be responsible for purchasing and maintaining applicable professional liability insurance. This insurance shall provide protection against claims arising out of performance of professional design or related services, and caused by a negligent error, omission, or act for which the insured party is legally liable. It shall be maintained throughout the duration of Contract and for a minimum of two years after Substantial Completion. If such professional design services are performed by a Subcontractor, and not by Contractor himself, then the requirements of this Article may be satisfied through the purchasing and maintenance of such insurance by such subcontractor. I. General provisions: The policies of insurance required by this Article 6.03 shall: 1. include at least the specific coverages provided in this Article. 2. be written for not less than the limits of liability provided in this Article and in the Supplementary Conditions, or required by Laws or regulations, whichever is greater. 3. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least 10 days prior written notice has been given to Contractor. Within three days of receipt of any such written notice, EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 21 of 63 Contractor shall provide a copy of the notice to Owner, Engineer, and each other insured under the policy. 4. remain in effect at least until final payment (and longer if expressly required in this Article) and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work as a warranty or correction obligation, or otherwise, or returning to Site to conduct other tasks arising from Contract Documents. be appropriate for Work being performed and provide protection from claims that may arise out of or result from Contractor's performance of Work and Contractor's other obligations under Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of Work, or by anyone for whose acts any of them may be liable. ` J. Coverage requirements for specific policies of insurance must be met by such policies, and not by reference to excess or umbrella insurance provided in other policies. 6.04 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Article 6.03, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under Contract Documents. B. Owner's liability policies, if any, operate separately and independently from policies required to be provided by Contractor, and Contractor cannot rely upon Owner's liability policies for any of Contractor's obligations to the Owner, Engineer, or third parties. 6.05 Property Insurance A. Builder's Risk: Unless otherwise provided in the Supplementary Conditions, Contractor shall purchase and maintain builder's risk insurance upon Work on a completed value basis, in the amount of the full insurable replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and regulations). This insurance shall: 1. include Owner and Contractor as named insureds, and all subcontractors, and any individuals or entities required by the Supplementary Conditions insured under such builder's risk policy, as insureds or named insureds. For purposes of remainder of Articles 6.05, 6.06, and 6.07, and any corresponding Supplementary Conditions, the parties required to be insured shall collectively be referred to as "insureds." 2. be written on a builder's risk "all risk" policy form that shall at least include insurance for physical loss or damage to Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief, mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition _ occasioned by enforcement of Laws and regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. If insurance against mechanical breakdown, boiler _ a explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk --• EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 22 of 63 policies, by endorsement or otherwise, such insurance may be provided through other insurance policies acceptable to Owner and Contractor. cover, as insured property, at least the following: (a) Work and all materials, supplies, machinery, apparatus, equipment, fixtures, and other property of a similar nature that are to be incorporated into or used in the preparation, fabrication, construction, erection, or completion of Work, including Owner -furnished or assigned property; (b) spare parts inventory required within the scope of Contract; and (c) temporary works which are not intended to form part of the permanent constructed Work but which are intended to provide working access to Site, or to Work under construction, or which are intended to provide temporary support for Work under construction, including scaffolding, form work, fences, shoring, falsework, and temporary structures. 4. cover expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects). 5. extend to cover damage or loss to insured property while in temporary storage at Site or in a storage location outside Site (but not including property stored at the premises of a manufacturer or Supplier). 6. extend to cover damage or loss to insured property while in transit. 7. allow partial occupation or use of Work by Owner, so those portions of Work not yet occupied or used by Owner shall remain covered by the builder's risk insurance. 8. allow for the waiver of the insurer's subrogation rights, as set forth. 9. provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 10. not include a co-insurance clause. 11. include an exception for ensuing losses from physical damage or loss with respect to any defective workmanship, design, or materials exclusions. 12. include performance/hot testing and start-up. 13. be maintained in effect, subject to the provisions herein regarding Substantial Completion and partial occupancy or use of Work by Owner, until Work is complete. B. Notice of Cancellation or Change: All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Article 6.05 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 10 days prior written notice has been given to the purchasing policyholder. Within three days of receipt of any such written notice, the purchasing policyholder shall provide a copy of the notice to each other insured. C. Deductibles: The purchaser of any required builder's risk or property insurance shall pay for costs not covered because of the application of a policy deductible. D. Partial Occupancy or Use by Owner: If Owner will occupy or use a portion or portions of Work prior to Substantial Completion of all Work as provided in Article 15.04, then Owner (directly, if it is the purchaser of the builder's risk policy, or through Contractor) will provide notice of such occupancy or use to the builder's risk insurer. The builder's risk insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy; rather, those portions of Work that are occupied or used by Owner may come off the builder's risk policy, EJCDC® 00700, Standard General Conditions of the Construction Contract. — Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 23 of 63 i_. 3 while those portions of Work not yet occupied or used by Owner shall remain covered by the builder's risk insurance. E. Additional Insurance: If Contractor elects to obtain other special insurance to be included in or supplement the builder's risk or property insurance policies provided under this Article 6.05, it may do so at Contractor's expense. Insurance of Other Property: If the express insurance provisions of Contract do not require or address the insurance of a property item or interest, such as tools, construction equipment, or other personal property owned by Contractor, a subcontractor, or an employee of Contractor or a subcontractor, then the entity or individual owning such property item will be responsible for deciding whether to insure it, and if so in what amount. 6.06 Waiver of Rights A. All policies purchased in accordance with Article 6.05, expressly including the builder's risk policy, shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any insureds thereunder, or against Engineer or its consultants, or their officers, directors, members, partners, employees, agents, consultants, or subcontractors. Owner and Contractor waive all rights against each other and the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to Work; and, in addition, waive all such rights against Engineer, its consultants, all Subcontractors, all individuals or entities identified in the Supplementary Conditions as insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, under such policies for losses and damages so caused. No waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner or Contractor as trustee or fiduciary, or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them, for loss: 1. due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial occupancy or use pursuant to Article 15.04, after Substantial Completion pursuant to Article 15.03, or after final payment pursuant to Article 15.06. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Article 6.06.13 shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, or the officers, directors, members, partners, employees, agents, consultants, or subcontractors of each and any of them. D. Contractor shall be responsible for assuring that Agreement under which a Subcontractor performs a portion of Work contains provisions whereby the Subcontractor waives all rights against Owner, Contractor, all individuals or entities identified in the Supplementary EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright m 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 24 of 63 .o Conditions as insureds, the Engineer and its consultants, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by builder's risk insurance and any other property insurance applicable to Work. Receipt and Application of Property Insurance Proceeds A. Any insured loss under the builder's risk and other policies of insurance required by Article 6.05 will be adjusted and settled with the named insured that purchased the policy. Such named insured shall act as fiduciary for the other insureds, and give notice to such other insureds that adjustment and settlement of a claim is in progress. Any other insured may state its position regarding a claim for insured loss in writing within 15 days after notice of such claim. B. Proceeds for such insured losses may be made payable by the insurer either jointly to multiple insureds, or to the named insured that purchased the policy in its own right and as fiduciary for other insureds, subject to the requirements of any applicable mortgage clause. A named insured receiving insurance proceeds under the builder's risk and other policies of insurance required by Article 6.05 shall distribute such proceeds in accordance with such agreement as the parties in interest may reach, or as otherwise required under the dispute resolution provisions of this Contract or applicable Laws and regulations. C. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the money so received applied on account thereof, and Work and the cost thereof covered by Change Order, if needed. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 7.02 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform Work in accordance with Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out Work and perform construction as required by Contract Documents. Contractor shall at all times maintain good discipline and order at Site. B. Except as otherwise required for the safety or protection of persons or Work or property at Site or adjacent thereto, and except as otherwise stated in Contract Documents, all Work at Site shall be performed during regular working hours, Monday through Friday. Contractor will not perform Work on a Saturday, Sunday, or any legal holiday. Contractor may perform Work outside regular working hours or on Saturdays, Sundays, or legal holidays only with Owner's written consent, which will not be unreasonably withheld. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 25 of 63 j 1 a__3 7.03 Services, Materials, and Equipment A. Unless otherwise specified in Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start up, and completion of Work, whether or not such items are specifically called for in Contract Documents. B. All materials and equipment incorporated into Work shall be of good quality and new, except as otherwise provided in Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in Contract Documents. 7.04 "Or Equals" A. Whenever an item of material or equipment is specified or described in Contract Documents by using the name of a proprietary item or the name of a particular Supplier, Contract Price has been based upon Contractor furnishing such item as specified. The specification or description of such an item is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or equal" item is permitted, Contractor may request that Engineer authorize the use of other items of material or equipment, or items from other proposed suppliers under the circumstances described. 1. If Engineer, in his sole discretion, determines an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, Engineer shall deem it an "or equal" item. For the purposes of this Article, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines it: 1) is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; 3) has a proven record of performance and availability of responsive service; and 4) is not objectionable to Owner. b. Contractor certifies that, if approved and incorporated into Work: 1) there will be no increase in cost to Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in Contract Documents. B. Contractor's Expense: Contractor shall provide all data in support of any proposed "or equal" item at Contractor's expense. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 26 of 63 C. Engineer's Evaluation and Determination: Engineer will be allowed a reasonable time to evaluate each "or -equal" request. Engineer may require Contractor to furnish additional data about the proposed "or -equal" item. Engineer will be the sole judge of acceptability. No "or - equal" item will be ordered, furnished, installed, or utilized until Engineer's review is complete and Engineer determines that the proposed item is an "or -equal", which will be evidenced by an approved Shop Drawing or other written communication. Engineer will advise Contractor in writing of any negative determination. D. Effect of Engineer's Determination: Neither approval nor denial of an "or -equal" request shall result in any change in Contract Price. Engineer's denial of an "or -equal" request shall be final and binding, and may not be reversed through an appeal under any provision of Contract Documents. E. Treatment as a Substitution Request: If Engineer determines that an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item, Contractor may request that Engineer considered the proposed item as a substitute pursuant to Article 7.05. 7.05 Substitutes A. Unless the specification or description of an item of material or equipment required to be furnished under Contract Documents contains or is followed by words reading that no substitution is permitted, Contractor may request that Engineer authorize the use of other items of material or equipment under the circumstances described. To the extent possible such requests shall be made before commencement of related construction at Site. 1. Contractor shall submit sufficient information as provided to allow Engineer to determine if the item of material or equipment proposed is functionally equivalent to that named and an acceptable substitute therefor. Engineer will not accept requests for review of proposed substitute items of material or equipment from anyone other than Contractor. 2. Requirements for review by Engineer will be as set forth in Article 7.05.13, as supplemented by Specifications, and as Engineer may decide is appropriate under the circumstances. 3. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: a. shall certify the proposed substitute item will: 1) perform adequately the functions and achieve the results called for by the general design, 2) be similar in substance to that specified, and 3) be suited to the same use as that specified. b. will state: 1) the extent, if any, to which the use of the proposed substitute item will necessitate a change in Contract Times, 2) whether use of the proposed substitute item in Work will require a change in any of Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 27 of 63 3) whether incorporation or use of the proposed substitute item in connection with Work is subject to payment of any license fee or royalty. c. will identify: 1) all variations of the proposed substitute item from that specified, and 2) available engineering, sales, maintenance, repair, and replacement services. d. shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including but not limited to changes in Contract Price, shared savings, costs of redesign, and claims of other contractors affected by any resulting change. B. Engineer's Evaluation and Determination: Engineer will be allowed a reasonable time to evaluate each substitute request, and to obtain comments and direction from Owner. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No substitute will be ordered, furnished, installed, or utilized until Engineer's review is complete and Engineer determines that the proposed item is an acceptable substitute. Engineer's determination will be evidenced by a Field Order or a proposed Change Order accounting for the substitution itself and all related impacts, including changes in Contract Price or Contract Times. Engineer will advise Contractor in writing of any negative determination. C. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. D. Reimbursement of Engineer's Cost: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. E. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute at Contractor's expense. F. Effect of Engineer's Determination: If Engineer approves substitution request, Contractor shall execute proposed Change Order and proceed with substitution. Engineer's denial of a substitution request shall be final and binding and not reversed through an appeal under any provision of Contract Documents. Contractor may challenge the scope of reimbursement costs imposed under Article 7.05.1), by timely submittal of a Change Proposal. 7.06 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of Work. Such Subcontractors and Suppliers must be acceptable to Owner. B. Contractor shall retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of Work if required by Contract to do so. C. Subsequent to the submittal of Contractor's Bid or final negotiation of the terms of Contract, j Owner may not require Contractor to retain any Subcontractor, Supplier, or other individual or entity to furnish or perform any of Work against which Contractor has reasonable objection. _ EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 28 of 63 t .< D. Prior to entry into any binding subcontract or purchase order, Contractor shall submit to Owner the identity of the proposed Subcontractor or Supplier (unless Owner has already deemed such proposed Subcontractor or Supplier acceptable, during the bidding process or otherwise). Such proposed Subcontractor or Supplier shall be deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within five days. Owner may require replacement of any subcontractor, supplier, or other individual or entity retained by Contractor to perform any part of Work. Owner also may require Contractor to retain specific replacements; provided, however, that Owner may not require a replacement to which Contractor has a reasonable objection. If Contractor has submitted the identity of certain subcontractors, Suppliers, or other individuals or entities for acceptance by Owner, and Owner has accepted it (either in writing or by failing to make written objection thereto), then Owner may subsequently revoke the acceptance of any such Subcontractor, Supplier, or other individual or entity so identified solely on the basis of substantive, reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected subcontractor, supplier, or other individual or entity. If Owner requires the replacement of any Subcontractor, Supplier, or other individual or entity retained by Contractor to perform any part of Work, then Contractor shall be entitled to an adjustment in Contract Price or Contract Times, or both, with respect to the replacement; and Contractor shall initiate a Change Proposal for such adjustment within 30 days of Owner's requirement of replacement. G. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of the right of Owner to the completion of Work in accordance with Contract Documents. H. Contractor shall monthly submit to Engineer a complete list of all Subcontractors and Suppliers having a direct contract with Contractor, and of all other Subcontractors and Suppliers known to Contractor at the time of submittal. 1. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of Work just as Contractor is responsible for Contractor's own acts and omissions. J. Contractor is solely responsible for scheduling and coordinating Work of subcontractors, suppliers, and all other individuals or entities performing or furnishing any of Work. K. Contractor shall restrict all subcontractors, suppliers, and such other individuals or entities performing or furnishing any of Work from communicating with Engineer or Owner, except through Contractor or in case of an emergency, or as otherwise expressly allowed herein. L. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing Work among Subcontractors or Suppliers or delineating Work to be performed by any specific trade. M. All Work performed for Contractor by a subcontractor or supplier shall be pursuant to an appropriate contractual agreement that specifically binds the subcontractor or supplier to applicable terms and conditions of Contract Documents for benefit of Owner and Engineer. N. Owner may furnish to any subcontractor or supplier, to the extent practicable, information about amounts paid to Contractor on account of Work performed for Contractor by the particular subcontractor or supplier. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 29 of 63 O. Nothing in Contract Documents shall create: 1. for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier, or other individual or entity; nor any obligation on the part of Owner or Engineer to pay or to see to the payment of any money due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and regulations. 7.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of Work or the incorporation in Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in Contract Documents for use in the performance of Work and if, to the actual knowledge of Owner or Engineer, his use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in Contract Documents. B. To fullest extent permitted by laws and regulations, Owner shall indemnify and hold harmless Contractor, and his officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of Work or resulting from the incorporation in Work of any invention, design, process, product, or device specified in Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of Work or resulting from the incorporation in Work of any invention, design, process, product, or device not specified in Contract Documents. 7.08 Permits A. Unless otherwise provided in Contract Documents, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of Work which are applicable at the time of the submission of Contractor's Bid (or when Contractor became bound under a negotiated contract). Owner shall pay all charges of utility owners for connections for providing permanent service to Work 7.09 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and regulations of the place of the Project which are applicable during the performance of Work. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 30 of 63 7.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all laws and regulations applicable to the performance of Work. Except where otherwise expressly required by applicable laws and regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or regulations. B. If Contractor performs any Work or takes any other action knowing or having reason to know that it is contrary to laws or regulations, Contractor shall bear all resulting costs and losses, and shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work or other action. It shall not be Contractor's responsibility to make certain that Work described in Contract Documents is in accordance with Laws and regulations, but this shall not relieve Contractor of Contractor's obligations under Article 3.03. C. Owner or Contractor may give the other party notice of any changes after submission of Contractor's Bid (or after Contractor became bound under a negotiated contract) in Laws or regulations having an effect on the cost or time of performance of Work, including but not limited to changes in Laws or regulations having an effect on procuring permits and on sales, use, value-added, consumption, and other similar taxes. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times resulting from such changes, then within 30 days of such notice Contractor may submit a Change Proposal, or Owner may initiate a Claim. 7.11 Record Documents A. Contractor shall maintain in a safe place at Site one printed record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, written interpretations and clarifications, and approved Shop Drawings. Contractor shall keep such record documents in good order and annotate them to show changes made during construction. These record documents, together with all approved Samples, will be available to Engineer for reference. Upon completion of Work, Contractor shall deliver these record documents to Engineer. 7.12 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. all persons on Site or who may be affected by Work; 2. all Work and materials and equipment to be incorporated therein, whether in storage on or off Site; and 3. other property at Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 31 of 63 B. Contractor shall comply with all applicable Laws and regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to Site, when prosecution of Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. Supplementary Conditions identify any Owner's safety programs that are applicable to Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at Site. E. All damage, injury, or loss to any property referred to in Articles 7.12.A.2 or 7.12.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any subcontractor, supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor at his expense (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and protection shall continue until such time as all Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Article 15.06.13 that Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). G. Contractor's duties and responsibilities for safety and protection shall resume whenever Contractor or any Subcontractor or Supplier returns to Site to fulfill warranty or correction obligations, or to conduct other tasks arising from Contract Documents. 7.13 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 7.14 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at Site in accordance with Laws or regulations. 7.15 Emergencies A. In emergencies affecting the safety or protection of persons or Work or property at Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in Work or variations from Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 32 of 63 7.16 Shop Drawings, Samples, and Other Submittals A. Shop Drawing and Sample Submittal Requirements: 1. Before submitting a Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of Work and Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under Contract Documents with respect to Contractor's review of that submittal, and that Contractor approves the submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of Contract Documents. This notice shall be set forth in a written communication separate from the Shop Drawings or Sample submittal; and, in addition, in the case of Shop Drawings by a specific notation made on each Shop Drawing submitted to Engineer for review and approval of each such variation. B. Submittal Procedures forShop Drawings and Samples: Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals. Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Contractor shall submit the number of copies required in the Specifications. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Article 7.16.D. 2. Samples: a. Contractor shall submit the number of Samples required in the Specifications. b. Contractor shall clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Article 7.16.D. 3. Where a Shop Drawing or Sample is required by Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of civil Engineers. All rights reserved. Page 33 of 63 C. Other Submittals: Contractor shall submit other submittals to Engineer in accordance with the accepted Schedule of Submittals, and pursuant to the applicable terms of the Specifications. D. Engineer's Review: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in Work, conform to the information given in Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Engineer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 4. Engineer's review and approval of Shop Drawing or Sample shall not relieve Contractor from responsibility for any variation from Contract Document requirements unless Contractor complied with requirements of Article 7.16.A.3 and Engineer gave written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer will document any such approved variation from the requirements of Contract Documents in a Field Order. 5. Engineer's review and approval of a Shop Drawing or Sample shall not relieve Contractor from responsibility for complying with the requirements of Articles 7.16.A and B. 6. Engineer's review and approval of a Shop Drawing or Sample, or of a variation from the requirements of Contract Documents, shall not, under any circumstances, change Contract Times or Contract Price, unless such changes are included in a Change Order. 7. Neither Engineer's receipt, review, acceptance nor approval of a Shop Drawing, Sample, or other submittal shall result in such item becoming a Contract Document. 8. Contractor shall perform Work in compliance with the requirements and commitments set forth in approved Shop Drawings and Samples, subject to the provisions of Article 7.16.D.4. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and return required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 2. Contractor shall furnish required submittals with sufficient information and accuracy to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing a fourth or subsequent submittal of a Shop Drawings, sample, or other item requiring approval, and Contractor shall be responsible for Engineer's charges to Owner for such time. Owner may impose a set-off against payments due to Contractor to secure reimbursement for such charges. i - EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 34 of 63 I I€ 7.17 7.18 3. If Contractor requests a change of a previously approved submittal item, Contractor shall be responsible for Engineer's charges to Owner for his review time, and Owner may impose a set-off against payments due to Contractor to secure reimbursement for such charges, unless the need for such change is beyond the control of Contractor. 1 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with Contract Documents and will not be defective. Engineer and his officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with Contract Documents or a release of Contractor's obligation to perform Work in accordance with Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal; 6. issuance of a notice of acceptability by Engineer; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by Owner. D. If Contract requires Contractor to accept the assignment of a contract entered into by Owner, then the specific warranties, guarantees, and correction obligations contained in the assigned contract shall govern with respect to Contractor's performance obligations to Owner for Work described in the assigned contract. Indemnification A. To the fullest extent permitted by laws and regulations, and in addition to any other obligations of Contractor under Contract or otherwise, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. V a 9 Page 35 of 63 Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of Work or anyone for whose acts any of them may be liable. B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any subcontractor, any supplier, or any individual or entity directly or indirectly employed by any of them to perform any of Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Article 7.18.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such subcontractor, supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. Indemnification obligations of Contractor under Article 7.18.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. preparation or approval of, or failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 7.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by Contract Documents for a portion of Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable Laws and regulations. B. If professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor by Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and other submittals prepared by such professional. Shop Drawings and other submittals related to Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Article, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Article 7.16.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria ` specified by Owner or Engineer. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 36 of 63 ARTICLE 8 — OTHER WORK AT SITE 8.01 Other Work A. In addition to and apart from Work under Contract Documents, the Owner may perform other work at or adjacent to Site. Such other work may be performed by Owner's employees, or through contracts between the Owner and third parties. Owner may also arrange to have third -party utility owners perform work on their utilities and facilities at or adjacent to Site. B. If Owner performs other work at or adjacent to Site with Owner's employees, or through contracts for such other work, then Owner shall give Contractor written notice thereof prior to starting any such other work. If Owner has advance information regarding the start of any utility work at or adjacent to Site, Owner shall provide such information to Contractor. C. Contractor shall afford each other contractor that performs such other work, each utility owner performing other work, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to Site, and provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work. Contractor shall do all cutting, fitting, and patching of Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be affected. D. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 8, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 8.02 Coordination A. If Owner intends to contract with others for performance of other work at or adjacent to Site, perform other work at or adjacent to Site with Owner's employees, or arrange to have utility owners perform work at or adjacent to Site, the following will be set forth in Supplementary Conditions or provided to Contractor prior to start of any such other work: identity of the individual or entity that will have authority and responsibility for coordination of the activities among the various contractors; 2. an itemization of the specific matters to be covered by such authority and responsibility; and 3. extent of such authority and responsibilities. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 8.03 Legal Relationships A. If, in the course of performing other work at or adjacent to Site for Owner, the Owner's employees, any other contractor working for Owner, or any utility owner causes damage to Work or to the property of Contractor or his Subcontractors, or delays, disrupts, interferes with, or increases the scope or cost of the performance of Work, through actions or inaction, EJCDC® 00700, Standard General Conditions of the Construction Contract. 1 J Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 37 of 63 t� then Contractor shall be entitled to an equitable adjustment in Contract Price or Contract Times, or both. Contractor must submit any Change Proposal seeking an equitable adjustment in Contract Price or Contract Times under this Article within 30 days of the damaging, delaying, disrupting, or interfering event. The entitlement to, and extent of, any such equitable adjustment shall take into account information (if any) regarding such other work that was provided to Contractor in Contract Documents prior to the submittal of the Bid or the final negotiation of the terms of Contract. When applicable, any such equitable adjustment in Contract Price shall be conditioned on Contractor assigning to Owner all Contractor's rights against such other contractor or utility owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Contractor's 9 entitlement to an adjustment of Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete Work within Contract Times. , L. B. Contractor shall take reasonable and customary measures to avoid damaging, delaying, disrupting, or interfering with Work of Owner, any other contractor, or any utility owner performing other work at or adjacent to Site. If Contractor fails to take such measures and as a result damages, delays, disrupts, or interferes with Work of any such other contractor or utility owner, then Owner may impose a set-off against payments due to Contractor, and assign to such other contractor or utility owner the Owner's contractual rights against Contractor with respect to the breach of the obligations set forth in this Article. C. When Owner is performing other work at or adjacent to Site with Owner's employees, Contractor shall be liable to Owner for damage to such other work, and for the reasonable direct delay, disruption, and interference costs incurred by Owner as a result of Contractor's failure to take reasonable and customary measures with respect to Owner's other work. In response to such damage, delay, disruption, or interference, Owner may impose a set-off against payments due to Contractor. D. If Contractor damages, delays, disrupts, or interferes with Work of any other contractor, or any utility owner performing other work at or adjacent to Site, through Contractor's failure to take reasonable and customary measures to avoid such impacts, or if any claim arising out of Contractor's actions, inactions, or negligence in performance of Work at or adjacent to Site is made by any such other contractor or utility owner against Contractor, Owner, or Engineer, then Contractor shall (1) promptly attempt to settle the claim as to all parties through negotiations with such other contractor or utility owner, or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law, and (2) indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against any such claims, and against all costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such damage, delay, disruption, or interference. ARTICLE 9 — OWNER'S RESPONSIBILITIES 9.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 38 of 63 9.02 Replacement of Engineer A. Owner may at his discretion appoint an engineer to replace Engineer, provided Contractor makes no reasonable objection to the replacement engineer. The replacement engineer's status under Contract Documents shall be that of the former Engineer. 9.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under Contract Documents. 9.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Agreement. 9.05 Lands and Easements; Reports, Tests, and Drawings A. Owner's duties with respect to providing lands and easements are set forth in Article 5.01. B. Owner's duties with respect to providing engineering surveys to establish reference points are set forth in Article 4.03. C. Article 5 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of conditions at Site, and drawings of physical conditions relating to existing surface or subsurface structures at Site. 9.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 6. 9.07 Change Orders A. Owner's responsibilities with respect to Change Orders are set forth in Article 11. 9.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Article 14.02.6. 9.09 Limitations on Owner's Responsibilities A. Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and regulations applicable to performance of Work. Owner will not be responsible for Contractor's failure to perform Work in accordance with Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Article 5.06. 9.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under Contract Documents (including obligations under proposed changes in Work). EJCDC® 00700, Standard General Conditions of the Construction Contract. LJ Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of civil Engineers. All rights reserved. Page 39 of 63 $ i t_. i 9.12 Safety Programs A. While at Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed. B. Owner shall furnish copies of any applicable Owner safety programs to Contractor. ARTICLE 10 — ENGINEER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in Contract. 10.02 Visits to Site A. Engineer will make visits to Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if Work is proceeding in accordance with Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on Site to check the quality or quantity of Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Article 10.08. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and regulations applicable to the performance of Work. 10.03 Project Representative A. If Owner and Engineer agree that Engineer will furnish a Resident Project Representative to represent Engineer at Site and assist Engineer in observing the progress and quality of Work, then the authority and responsibilities of any such Resident Project Representative will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Article 10.08. If Owner designates another representative or agent to represent Owner at Site who is not Engineer's consultant, agent, or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 10.04 Rejecting Defective Work A. Engineer has the authority to reject Work in accordance with Article 14. 10.05 Shop Drawings, Change Orders and Payments A. Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, are set forth in Article 7.16. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 40 of 63 f_ c B. Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, are set forth in Article 7.19. C. Engineer's authority as to Change Orders is set forth in Article 11. D. Engineer's authority as to Applications for Payment is set forth in Article 15. 10.06 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor as set forth in Article 13.03. 10.07 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will render decisions regarding the requirements of Contract Documents, and judge the acceptability of Work, pursuant to the specific procedures set forth herein for initial interpretations, Change Proposals, and acceptance of Work. In rendering such decisions and judgments, Engineer will not show partiality to Owner or Contractor, and will not be liable to Owner, Contractor, or others in connection with any proceedings, interpretations, decisions, or judgments conducted or rendered in good faith. 10.08 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 10 or under any other provision of Contract, nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer, shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs incident thereto, or for any failure of Contractor to comply with laws and regulations applicable to performance of Work. Engineer not responsible for Contractor's failure to perform Work in accordance with Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Article 15.06.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals, that the results certified indicate compliance with Contract Documents. E. Limitations upon authority and responsibility set forth in this Article 10.08 shall also apply to the Resident Project Representative, if any. 10.09 Compliance with Safety Program A. While at Site, Engineer's employees and representatives will comply with the specific applicable requirements of Owner's and Contractor's safety programs (if any) of which Engineer has been informed. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 41 of 63 1 [_ z ARTICLE 11—AMENDING CONTRACT DOCUMENTS; CHANGES IN WORK 11.01 Amending Supplementing and Su lementin Contract Documents A. Contract Documents maybe amended or supplemented by a Change Order, a Work Change Directive, or a Field Order. Change Orders: If an amendment or supplement to Contract Documents includes a change in Contract Price or Contract Times, such amendment or supplement must be set forth in a Change Order. A Change Order also may be used to establish amendments and supplements of Contract Documents that do not affect Contract Price or Contract Times. Owner and Contractor may amend those terms and conditions of Contract Documents that do not involve (1) performance or acceptability of Work, (2) design (as set forth in the Drawings, Specifications, or otherwise), or (3) other engineering or technical matters, without Engineer recommendation. Such an amendment shall be set forth in a Change Order. 2. Work Change Directives: A Work Change Directive will not change Contract Price or Contract Times but is evidence that the parties expect that the modification ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order, following negotiations by the parties as to Work Change Directive's effect, if any, on Contract Price and Contract Times; or, if negotiations are unsuccessful, by a determination under the terms of Contract Documents governing adjustments, expressly including Article 11.04 regarding change of Contract Price. Contractor must submit any Change Proposal seeking an adjustment of Contract Price or Contract Times, or both, no later than 30 days after the completion of Work set out in Work Change Directive. Owner must submit any Claim seeking an adjustment of Contract Price or Contract Times, or both, no later than 60 days after issuance of Work Change Directive. Field Orders: Engineer may authorize minor changes in Work if the changes do not involve an adjustment in Contract Price or Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by Contract Documents. Such changes will be accomplished by a Field Order and will be binding on Owner and also on Contractor, which shall perform Work involved promptly. If Contractor believes a Field Order justifies an adjustment in Contract Price or Contract Times, or both, then before proceeding with Work at issue, Contractor shall submit a Change Proposal as provided herein. 11.02 Owner -Authorized Changes in Work A. Without invalidating Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in Work. Such changes shall be supported by Engineer's recommendation, to the extent the change involves the design (as set forth in the Drawings, Specifications, or otherwise), or other engineering or technical matters. Such changes may be accomplished by a Change Order, if Owner and Contractor have agreed as to the effect, if any, of the changes on Contract Times or Contract Price; or by a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with Work involved; or, in the case of a deletion in Work, promptly cease construction activities with respect to such deleted Work. Added or revised Work shall be performed under the applicable conditions of Contract Documents. Nothing in this Article EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 42 of 63 shall obligate Contractor to undertake work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under Contract Documents or Laws and regulations. 11.03 Unauthorized Changes in Work A. Contractor shall not be entitled to an increase in Contract Price or an extension of Contract Times with respect to any work performed that is not required by Contract Documents, as amended, modified, or supplemented, except in the case of an emergency as provided in Article 7.15 or in the case of uncovering Work as provided in Article 14.05. 11.04 Change of Contract Price A. Contract Price may only be changed by a Change Order. Any Change Proposal for an adjustment in Contract Price shall comply with the provisions of Article 11.06. Any Claim for an adjustment of Contract Price shall comply with the provisions of Article 12. B. An adjustment in Contract Price will be determined where Work involved is: 1. covered by unit prices contained in Contract Documents, then by application of such unit prices to quantities of items involved (subject to the provisions of Article 13.03); or 2. not covered by unit prices contained in Contract Documents, then by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Article 11.04.C.2); or 3. not covered by unit prices contained in Contract Documents and the parties do not reach mutual agreement to a lump sum, then on the basis of the Cost of Work (determined as provided in Article 13.01) plus a Contractor's fee for overhead and profit (determined as provided in Article 11.04.C). C. Contractor's Fee: When applicable, Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of Work: a. for costs incurred under Articles 13.01.13.1 and 13.01.8.2, Contractor's fee shall be 15 percent; b. for costs incurred under Article 13.01.13.3, Contractor's fee shall be 5 percent; c. where one or more tiers of subcontracts are on the basis of Cost of Work plus a fee and no fixed fee is agreed upon, the intent of Articles 11.01.C.2.a and 11.01.C.2.b is that Contractor's fee shall be based on: (1) a fee of 15 percent of the costs incurred under Articles 13.01.A.1 and 13.01.A.2 by the Subcontractor that actually performs Work, at whatever tier, and (2) with respect to Contractor itself and to any Subcontractors of a tier higher than that of the Subcontractor that actually performs Work, a fee of five percent of the amount (fee plus underlying costs incurred) attributable to the next lower tier Subcontractor; provided, however, that for any such subcontracted work the maximum total fee to be paid by Owner shall be no greater than 27 percent of the costs incurred by the Subcontractor that actually performs Work; d. no fee shall be payable on the basis of costs itemized under Articles 13.01.6.4, 13.01.13.5, and 13.01.C; EJCDC® 00700, Standard General Conditions of the Construction Contract. - Copyright @ 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. € Page 43 of 63 i.I e. amount of credit allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to 5 percent of such net decrease; and M f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Articles 11.04.C.2.a through 11.04.C.2.e, inclusive. 11.05 Change of Contract Times A. Contract Times may only be changed by a Change Order. Any Change Proposal for an adjustment in Contract Times shall comply with the provisions of Article 11.06. Any Claim for an adjustment in Contract Times shall comply with the provisions of Article 12. B. An adjustment of Contract Times shall be subject to the limitations set forth in Article 4.05, concerning delays in Contractor's progress. . ` 11.06 Change Proposals A. Contractor shall submit a Change Proposal to Engineer to request an adjustment in Contract Times or Contract Price; appeal an initial decision by Engineer concerning the requirements of Contract Documents or relating to the acceptability of Work under Contract Documents; contest a set-off against payment due; or seek other relief under Contract. Change Proposal shall specify any proposed change in Contract Times or Contract Price, or both, or other proposed relief, and explain the reason for the proposed change, with citations to any governing or applicable provisions of Contract Documents. 1. Procedures: Contractor shall submit each Change Proposal to Engineer promptly (but in no event later than 30 days) after the start of the event giving rise thereto, or after such initial decision. Contractor shall submit supporting data, including the proposed change in Contract Price or Contract Time (if any), to the Engineer and Owner within 15 days after the submittal of the Change Proposal. The supporting data shall be accompanied by a written statement that the supporting data are accurate and complete, and that any requested time or price adjustment is the entire adjustment to which Contractor believes it is entitled as a result of said event. Engineer will advise Owner regarding the Change Proposal, and consider any comments or response from Owner regarding the Change Proposal. Engineer's Action: Engineer will review each Change Proposal and, within 30 days after receipt of Contractor's supporting data, either deny the Change Proposal in whole, approve it in whole, or deny it in part and approve it in part. Such actions shall be in writing, with a copy provided to Owner and Contractor. If Engineer does not take action on the Change Proposal within 30 days, then either Owner or Contractor may at any time thereafter submit a letter to the other party indicating that as a result of Engineer's inaction the Change Proposal is deemed denied, thereby commencing the time for appeal of the denial under Article 12. 3. Binding Decision: Engineer's decision will be final and binding upon Owner and Contractor, unless Owner or Contractor appeals the decision by filing a Claim under Article 12. Resolution of Certain Change Proposals: If the Change Proposal does not involve the design (as set forth in the Drawings, Specifications, or otherwise), the acceptability of Work, or other engineering or technical matters, then Engineer will notify the parties that the Engineer is EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright m 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 44 of 63 unable to resolve the Change Proposal. For purposes of further resolution of such a Change Proposal, such notice shall be deemed a denial, and Contractor may choose to seek resolution under the terms of Article 12. 11.07 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders covering: 1. changes in Contract Price or Contract Times which are agreed to bythe parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; 2. changes in Contract Price resulting from an Owner set-off, unless Contractor has duly contested such set-off, 3. changes in Work which are: (a) ordered by Owner pursuant to Article 11.02, (b) required because of Owner's acceptance of defective Work under Article 14.04 or Owner's correction of defective Work under Article 14.07, or (c) agreed to by the parties, subject to the need for Engineer's recommendation if the change in Work involves the design (as set forth in the Drawings, Specifications, or otherwise), or other engineering or technical matters; and 4. changes in Contract Price or Contract Times, or other changes, which embody the substance of any final and binding results under Article 11.06, or Article 12. B. If Owner or Contractor refuses to execute a Change Order that is required to be executed under the terms of this Article 11.07, it shall be deemed to be of full force and effect, as if fully executed. 11.08 Notification to Surety A. If provisions of any bond require notice to be given to a surety of any change affecting general scope of Work or provisions of Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. ARTICLE 12 —CLAIMS 12.01 Claims A. Claims Process: The following disputes between Owner and Contractor shall be submitted to the Claims process set forth in this Article: 1. Appeals by Owner or Contractor of Engineer's decisions regarding Change Proposals; 2. Owner demands for adjustments in Contract Price or Contract Times, or other relief under Contract Documents; and 3. Disputes that Engineer has been unable to address because they do not involve the design (as set forth in the Drawings, Specifications, or otherwise), the acceptability of Work, or other engineering or technical matters. B. Submittal of Claim: The party submitting a Claim shall deliver it directly to the other party to Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto; in the case of appeals regarding Change Proposals within 30 days of the decision under appeal. The party submitting the Claim shall also furnish a copy to the Engineer, for its information only. The responsibility to substantiate a Claim shall rest with the party making E1CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4S of 63 the Claim. In the case of a Claim by Contractor seeking an increase in Contract Times or Contract Price, or both, Contractor shall certify that the Claim is made in good faith, that the supporting data are accurate and complete, and that to the best of Contractor's knowledge and belief the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. C. Review and Resolution: The party receiving a Claim shall review it thoroughly, giving full consideration to its merits. The two parties shall seek to resolve the Claim through the exchange of information and direct negotiations. The parties may extend the time for resolving the Claim by mutual agreement. All actions taken on a Claim shall be stated in writing and submitted to the other party, with a copy to Engineer. D. Mediation: 1. At any time after initiation of a Claim, Owner and Contractor may mutually agree to mediation of the underlying dispute. Agreement to mediate shall stay the Claim submittal and response process. 2. If Owner and Contractor agree to mediation, then after 60 days from such agreement, either Owner or Contractor may unilaterally terminate the mediation process, and the Claim submittal and decision process shall resume as of the date of the termination. If the mediation proceeds but is unsuccessful in resolving the dispute, the Claim submittal and decision process shall resume as of the date of the conclusion of the mediation, as determined by the mediator. 3. Owner and Contractor shall each pay one-half of the mediator's fees and costs. E. Partial Approval: If party receiving a Claim approves the Claim in part and denies it in part, such action shall be final and binding unless within 30 days of such action the other party invokes the procedure set forth in Article 17 for final resolution of disputes. F. Denial of Claim: If efforts to resolve a Claim are not successful, the party receiving the Claim may deny it by giving written notice of denial to the other party. If the receiving party does not take action on the Claim within 90 days, then either Owner or Contractor may at any time thereafter submit a letter to the other party indicating that as a result of the inaction, the Claim is deemed denied, thereby commencing the time for appeal of the denial. A denial of the Claim shall be final and binding unless within 30 days of the denial the other party invokes the procedure set forth in Article 17 for the final resolution of disputes. G. Final and Binding Results: If parties reach a mutual agreement regarding a Claim, whether through Claim approval, direct negotiations, mediation, or otherwise; or if Claim is approved in part and denied in part, or denied in full, and such actions become final and binding; then the results of Agreement or action on the Claim shall be incorporated in a Change Order to the extent they affect Contract, including Work, Contract Times, or Contract Price. ARTICLE 13 — COST OF WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of Work A. Purposes for Determination of Cost of Work: "Cost of Work" means the sum of all costs necessary for the proper performance of Work at issue, as further defined. The provisions of this Article 13.01 are used for two distinct purposes: 1. To determine Cost of Work when Cost of Work is a component of Contract Price, under cost -plus -fee, time -and -materials, or other cost -based terms; or EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 46 of 63 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. When the value of any such adjustment is determined on the basis of Cost of Work, Contractor is entitled only to those additional or incremental costs required because of the change in Work or because of the event giving rise to the adjustment. B. Costs Included: Except as otherwise may be agreed to in writing by Owner, costs included in the Cost of Work shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Article 13.01.C, and shall include only the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on Work. Payroll costs for employees not employed full time on Work shall be apportioned on the basis of their time spent on Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, and vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates, and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and deliver such bids to Owner, who will determine, with Engineer advice, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of Work plus a fee, the Subcontractor's Cost of Work and fee shall be determined in the same manner as Contractor's Cost of Work and fee as provided in this Article 13.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to Work. 5. Supplemental costs including: a. Proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at Site, and hand tools not owned by Workers, which are consumed in the performance of Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. EJCDC® 00700, Standard General Conditions of the Construction Contract. _--} Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 47 of 63 -, c. Rentals of all construction equipment and machinery, and the parts thereof, whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for Work. d. Sales, consumer, use, and other similar taxes related to Work, and for which Contractor is liable, as imposed by Laws and regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone direct) or indirect) employed b an of them or for whose acts an of Y Y YY Y Y .,, them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of Work (except losses and damages within the deductible amounts of property insurance established in accordance with Article 6.05), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of Work for the purpose of determining Contractor's fee. g. Cost of utilities, fuel, and sanitary facilities at Site. h. Minor expenses such as communication service at Site, express and courier services, and similar petty cash items in connection with Work. i. Costs of premiums for all bonds and insurance that Contractor is required by Contract Documents to purchase and maintain. C. Costs Excluded: The term Cost of Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at Site or in Contractor's principal or branch office for general administration of Work and not specifically included in the agreed upon schedule of job classifications referred to in Article 13.01.13.1 or specifically covered by Article 13.01.B.4. The payroll costs and other compensation excluded here are to be considered administrative costs covered by Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's Site office. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 48 of 63 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Article 13.01.13. D. Contractor's Fee: When Work as a whole is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in Agreement. When the value of any Work covered by a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price is determined on the basis of Cost of Work, Contractor's fee shall be determined as set forth in Article 11.04.C. E. Documentation: Whenever the Cost of Work for any purpose is to be determined pursuant to this Article 13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 13.02 Allowances A. It is understood that Contractor has included in Contract Price all allowances so named in Contract Documents and shall cause Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: Contractor agrees that: 1. cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at Site, and all applicable taxes; and 2. Contractor's costs for unloading and handling on Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and Contract Price shall be correspondingly adjusted. 13.03 Unit Price Work A. Where Contract Documents provide that all or part of Work is to be Unit Price Work, initially Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in Agreement. B. Estimated quantities of items of Unit Price Work are not guaranteed and are solely to compare Bids and determine an initial Contract Price. Payments to Contractor for Unit Price Work will be based on actual quantities. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual EJCDC® 00700, Standard General Conditions of the Construction Contract. -I Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 49 of 63 1 t i conditions or more accurate data) upon Owner and Contractor, subject to the provisions of i; the following Article. E. Within 30 days of Engineer's written decision under preceding Article, Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in Contract Price if: 1. quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in Agreement; 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that it is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price, and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Owner, Engineer, consultants and other representatives and personnel of Owner, independent testing laboratories, and authorities having jurisdiction will have access to Site and Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 14.02 Tests, Inspections, and Approvals A. Contractor shall give Engineer timely notice of readiness of Work (or specific parts thereof) for all required inspections and tests, and shall cooperate with inspection and testing g , personnel to facilitate required inspections and tests. B. Owner shall retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform all inspections and tests expressly required by Contract Documents to be furnished and paid for by Owner, except that costs incurred in connection with tests or inspections of covered Work shall be governed by the provisions of g Article 14.05. C. If laws or regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging, obtaining, and paying for all inspections and tests required: 1. by Contract Documents, unless Contract Documents expressly allocate responsibility for a specific inspection or test to Owner; 2. to attain Owner's and Engineer's acceptance of materials or equipment to be incorporated in Work; 3. by manufacturers of equipment furnished under Contract Documents; 4. for testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into Work; and EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 50 of 63 5. for acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in Work. Such inspections and tests shall be performed by independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to Owner and Engineer. E. If Contract Documents require Work (or part thereof) to be approved by Owner, Engineer, or another designated individual or entity, then Contractor shall assume full responsibility for arranging and obtaining such approvals. F. If any Work (or Work of others) to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. Such uncovering shall be at Contractor's expense unless Contractor had given Engineer timely notice of Contractor's intention to cover the same and Engineer had not acted with reasonable promptness in response to such notice. 14.03 Defective Work A. Contractor's Obligation: It is Contractor's obligation to assure that Work is not defective. B. Engineer's Authority: Engineer has the authority to determine whether Work is defective, and to reject defective Work. C. Notice of Defects: Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. D. Correction, or Removal and Replacement: Promptly after receipt of written notice of defective Work, Contractor shall correct all such defective Work, whether or not fabricated, installed, or completed, or, if Engineer has rejected the defective Work, remove it from the Project and replace it with Work that is not defective. E. Preservation of Warranties: When correcting defective Work, Contractor shall take no action to void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. F. Costs and Damages: In addition to its correction, removal, and replacement obligations with respect to defective Work, Contractor shall pay all claims, costs, losses, and damages arising out of or relating to defective Work, including but not limited to the cost of the inspection, testing, correction, removal, replacement, or reconstruction of such defective Work, fines levied against Owner by governmental authorities because Work is defective, and the costs of repair or replacement of work of others resulting from defective Work. Prior to final payment, if Owner and Contractor are unable to agree as to the measure of such claims, costs, losses, and damages resulting from defective Work, then Owner may impose a reasonable set-off against payments due under Article 15. 14.04 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner prefers to accept it, Owner may do so (subject, if such acceptance occurs prior to final payment, to Engineer's confirmation that such acceptance is in general accord with the design intent and applicable engineering principles, and will not endanger public safety). Contractor shall pay all claims, costs, losses, and damages attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness), and for the diminished value of Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to final payment, the necessary revisions in Contract Documents with respect to Work shall be incorporated in a Change Order. If the parties are unable to agree as to the decrease in Contract Price, reflecting the diminished EJCDC® 00700, Standard General Conditions of the Construction Contract. t_ Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 51 of 63 value of Work so accepted, then Owner may impose a reasonable set-off against payments due under Article 15. If the acceptance of defective Work occurs after final payment, Contractor shall pay an appropriate amount to Owner. r 14.05 Uncovering Work A. Engineer has the authority to require special inspection or testing of Work, whether or not Work is fabricated, installed, or completed. B. If any Work is covered contrary to the written request of Engineer, then Contractor shall, if requested by Engineer, uncover such Work for Engineer's observation, and then replace the covering, all at Contractor's expense. C. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, then Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of Work in question, and provide all necessary labor, material, and equipment. 1. If found the uncovered Work is defective, Contractor shall be responsible for all claims, costs, losses, and damages arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and pending Contractor's full discharge of this responsibility the Owner shall be entitled to impose a reasonable set-off against payments due under Article 15. 2. If uncovered Work is not found defective, Contractor shall be allowed an increase in Contract Price or an extension of Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, then Contractor may submit a Change Proposal within 30 days of the determination that Work is not defective. 14.06 Owner May Stop Work A. If Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform Work in such a way that the completed Work will conform to Contract Documents, then Owner may order Contractor to stop Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. L ` 14.07 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer, or if Contractor fails to perform Work in accordance with Contract Documents, or if Contractor fails to comply with any other provision of Contract Documents, then Owner may, after seven days written notice to Contractor, correct or remedy any such deficiency. B. In exercising rights and remedies under this Article 14.07, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of Site, take possession of all or part of Work and suspend Contractor's services related thereto, and incorporate in Work all materials and equipment stored at Site or for E1CDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. r Page 52 of 63 li i c. Owner has been required to correct defective Work in accordance with Article 14.07, or has accepted defective Work pursuant to Article 14.04; j d. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; or e. Engineer has actual knowledge of the occurrence of any of the events that would constitute a default by Contractor and therefore justify termination for cause under Contract Documents. D. Payment Becomes Due: 1. 10 days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended (subject to any Owner set -offs) will become due, and when due will be paid by Owner to Contractor. E. Reductions in Payment by Owner: 1. In addition to any reductions in payment (set -offs) recommended by Engineer, Owner is entitled to impose a set-off against payment based on any of the following: a. claims have been made against Owner on account of Contractor's conduct in the performance or furnishing of Work, or Owner has incurred costs, losses, or damages on account of Contractor's conduct in the performance or furnishing of Work, including but not limited to claims, costs, losses, or damages from workplace injuries, adjacent property damage, non-compliance with Laws and regulations, and patent infringement; b. Contractor fails to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to Site; c. Contractor fails to provide and maintain required bonds or insurance; d. Owner is required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; e. Owner incurred extra charges or engineering costs related to submittal reviews, evaluations of proposed substitutes, tests and inspections, or return visits to manufacturing or assembly facilities; f. Work is defective, requiring correction or replacement; g. Owner is required to correct defective Work in accordance with Article 14.07, or has accepted defective Work pursuant to Article 14.04; h. Contract Price was reduced by Change Orders; i. an event that would constitute a default by Contractor and therefore justify a termination for cause has occurred; j. liquidated damages accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or final completion of Work; k. Liens were filed in connection with Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure satisfaction and discharge of such Liens; I. other items entitling Owner to a set off against the amount recommended. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 55 of 63 2. If Owner imposes any set-off against payment, whether based on his own knowledge or on the written recommendations of Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and the specific amount of the reduction, and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, if Contractor remedies the reasons for such action. The reduction imposed shall be binding on Contractor unless it duly submits a Change Proposal contesting the reduction. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Article 15.01.C.1 and subject to interest as provided in Agreement. i 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment furnished under Contract will pass to Owner free and clear of (1) all Liens and other title defects, and (2) all patent, licensing, copyright, or royalty obligations, no later than seven days after the time of payment by Owner. 15.03 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete and request that Engineer issue a certificate of Substantial Completion. Contractor shall at the same time submit to Owner and Engineer an initial draft of punch list items to be completed or corrected before final payment. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of Work to determine the status of completion. If Engineer does not consider Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers Work substantially complete, Engineer will deliver to Owner a preliminary certificate of Substantial Completion which shall fix the date of Substantial Completion. Engineer shall attach to the certificate a punch list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the preliminary certificate during which to make written objection to Engineer as to any provisions of the certificate or attached punch list. If, after considering the objections to the provisions of the preliminary certificate, Engineer concludes that Work is not substantially complete, Engineer will, within 14 days after submission of the preliminary certificate to Owner, notify Contractor in writing that Work is not substantially complete, stating the reasons therefor. If Owner does not object to the provisions of the certificate, or if despite consideration of Owner's objections Engineer concludes that Work is substantially complete, then Engineer will, within said 14 days, execute and deliver to Owner and Contractor a final certificate of Substantial Completion (with a revised punch list of items to be completed or corrected) reflecting such changes from the preliminary certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of receipt of the preliminary certificate of Substantial Completion, Owner and Contractor will confer regarding Owner's use or occupancy of Work following Substantial Completion, review the builder's risk insurance policy with respect to the end of the builder's risk coverage, and confirm the transition to coverage of Work under a permanent property EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 56 of 63 insurance policy held by Owner. Unless Owner and Contractor agree otherwise in writing, Owner shall bear responsibility for security, operation, protection of Work, property insurance, maintenance, heat, and utilities upon Owner's use or occupancy of Work. E. After Substantial Completion Contractor shall promptly begin work on the punch list of items to be completed or corrected prior to final payment. In appropriate cases Contractor may submit monthly Applications for Payment for completed punch list items, following the progress payment procedures set forth. F. Owner shall have the right to exclude Contractor from Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove his property and complete or correct items on the punch list. 15.04 Partial Use or Occupancy A. Prior to Substantial Completion of all Work, Owner may use or occupy any substantially completed part of Work which has specifically been identified in Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of Work, subject to the following conditions: 1. At any time Owner may request in writing that Contractor permit Owner to use or occupy any such part of Work that Owner believes to be substantially complete. If and when Contractor agrees that such part of Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Article 15.03.A through E for that part of Work. 2. At any time Contractor may notify Owner and Engineer in writing that Contractor considers any such part of Work substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of Work. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of Work to determine its status of completion. If Engineer does not consider that part of Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of Work to be substantially complete, the provisions of Article 15.03 will apply with respect to certification of Substantial Completion of that part of Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of Work may occur prior to compliance with the requirements of Article 6.05 regarding builder's risk or other property insurance. 15.05 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that Work, or agreed portion thereof, is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright ® 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 57 of 63 (- 15.06 Final Payment A. Application for Payment: 1. After Contractor has, in Engineer opinion, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, -, certificates or other evidence of insurance, certificates of inspection, annotated record documents (as provided in Article 7.11), and other documents, Contractor may make application for final payment. 2. Final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in Contract Documents; b. consent of the surety, if any, to final payment; - c. satisfactory evidence that all title issues have been resolved such that title to all Work, materials, and equipment has passed to Owner free and clear of any Liens or other title defects, or will so pass upon final payment. _N d. a list of all disputes that Contractor believes are unsettled; and e. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of Work, and of Liens filed in connection with Work. 3. In lieu of the releases or waivers of Liens specified in Article 15.06.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (a) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (b) all payrolls, material and equipment bills, and other indebtedness connected with Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien, or Owner at his option may issue joint checks payable to Contractor and specified Subcontractors and Suppliers. B. Engineer's Review of Application and Acceptance: 1. If, on the basis of Engineer's observation of Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by Contract Documents, Engineer is satisfied that Work has been completed and Contractor's other obligations under Contract have been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of final payment and present the Application for Payment to Owner for payment. Such recommendation shall account for any set -offs against payment that are necessary in Engineer's opinion to protect Owner from loss for the reasons stated with respect to progress payments. At the same time Engineer will also give written notice to Owner and Contractor that Work is acceptable, subject to the provisions of Article 15.07. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Completion of Work: Work is complete (subject to surviving obligations) when it is ready for final payment as established by the Engineer's written recommendation of final payment. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 58 of 63 D. Payment Becomes Due: 30 days after the presentation to Owner of the final Application for Payment and accompanying documentation, the amount recommended by Engineer (less any further sum Owner is entitled to set off against Engineer's recommendation, including but not limited to set -offs for liquidated damages and set -offs allowed under the provisions with respect to progress payments) will become due and paid by Owner to Contractor. 15.07 Waiver of Claims A. Making final payment will not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Article 15.05, from Contractor's failure to comply with Contract Documents or the terms of any special guarantees specified therein, from outstanding Claims by Owner, or from Contractor's continuing obligations under Contract Documents. B. Acceptance of final payment by Contractor will constitute a waiver by Contractor of all claims and rights against Owner other than those pending matters that have been duly submitted or appealed under the provisions of Article 17. 15.08 Correction Period A. If within one year after date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by Contract Documents, or by any specific provision of Contract Documents), any Work is found defective, or if the repair of any damages to Site, adjacent areas that Contractor has arranged to use through construction easements or otherwise, and other adjacent areas used by Contractor as permitted by Laws and regulations, is found to be defective, then Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. correct the defective repairs to Site or such other adjacent areas; 2. correct such defective Work; 3. if defective Work is rejected by Owner, remove from Project and replace with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to Work of others, or to other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others). C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Article, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. EICDC® 00700, Standard General Conditions of the Construction Contract. c- J Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 59 of 63 E. Contractor's obligations under this Article are in addition to all other obligations and warranties. The provisions of this Article shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. At anytime and without cause, Owner may suspend Work or any portion thereof for a period of not more than 90 consecutive days by written notice to Contractor and Engineer. Such notice will fix the date on which Work will be resumed. Contractor shall resume Work on the date so fixed. Contractor shall be entitled to an adjustment in Contract Price or an extension of Contract Times, or both, directly attributable to any such suspension. Any Change Proposal seeking such adjustments shall be submitted no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause x A. Occurrence of any one or more of the following events will constitute a default by Contractor and justify termination for cause: 1. Contractor's persistent failure to perform Work in accordance with Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule); 2. Failure of Contractor to perform or otherwise to comply with a material term of Contract Documents; 3. Contractor's disregard of Laws or regulations of any public body having jurisdiction; or 4. Contractor's repeated disregard of the authority of Owner or Engineer. B. If one or more of the events identified in Article 16.02.A occurs, then after giving Contractor (and any surety) ten days written notice that Owner is considering a declaration that Contractor is in default and termination of Contract, Owner may proceed to: 1. declare Contractor to be in default, and give Contractor (and any surety) notice that Contract is terminated; and 2. enforce the rights available to Owner under any applicable performance bond. C. Subject to terms and operation of any applicable performance bond, if Owner has terminated Contract for cause, Owner may exclude Contractor from Site, take possession of Work, incorporate in Work all materials and equipment stored at Site or for which Owner paid Contractor but are stored elsewhere, and complete Work as Owner may deem expedient. D. Owner may not proceed with termination of Contract under Article 16.02.13 if Contractor within seven days of receipt of notice of intent to terminate begins to correct its failure to perform and proceeds diligently to cure such failure. E. If Owner proceeds as provided in Article 16.02.13, Contractor shall not be entitled to receive any further payment until Work is completed. If the unpaid balance of Contract Price exceeds the cost to complete Work, including all related claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals) sustained by Owner, such excess will be paid to Contractor. If the cost to complete Work including such related claims, costs, losses, and damages exceeds such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and -- EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 60 of 63 damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved b Engineer, incorporated in a Change Order. When exercising an rights pp Y g� p g g Y g or remedies under this Article, Owner shall not be required to obtain the lowest price for Work performed. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue, or any rights or remedies of Owner against Contractor or any surety under any payment bond or performance bond. Any retention or payment of money due Contractor by Owner will not release Contractor from liability. G. If and to the extent that Contractor has provided a performance bond under the provisions of Article 6.01.A, the provisions of that bond shall govern over any inconsistent provisions of Articles 16.02.13 and 16.02.D. 16.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and , 3. other reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. Contractor shall not be paid on account of loss of anticipated overhead, profits, or revenue, or other economic loss arising out of or resulting from such termination. 16.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (1) Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (2) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (3) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate Contract and recover from Owner payment on the same terms as provided in Article 16.03. B. In lieu of terminating Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Article are not intended to preclude Contractor from submitting a Change Proposal for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping Work as permitted by this Article. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 61 of 63 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES i, 17.01 Methods and Procedures A. Disputes Subject to Final Resolution: The following disputed matters are subject to final resolution under the provisions of this Article: 1. Timely appeal of approval in part and denial in part of a Claim, or of a denial in full; and 2. Disputes between Owner and Contractor concerning Work or obligations under Contract Documents, and arising after final payment has been made. B. Final Resolution of Disputes: For any dispute subject to resolution under this Article, Owner or Contractor may: 1. elect in writing to invoke the dispute resolution process provided for in the Supplementary Conditions; or 2. agree with other party to submit the dispute to another dispute resolution process; or 3. if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to, give written notice to the other party of the intent to submit the dispute to a court of competent jurisdiction. ARTICLE 18 — MISCELLANEOUS 18.01 Giving Notice A. Whenever any provision of Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person, by a commercial courier service or otherwise, to the individual or to a member of the firm or to an officer of the corporation for which it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the sender of the notice. 18.02 Computation of Times A. When any period of time is referred to in Contract by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 18.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or regulations, by special warranty or guarantee, or by other provisions of Contract. The provisions of this Article will be as effective as if repeated specifically in Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.04 Limitation of Damages A. With respect to any and all Change Proposals, Claims, disputes subject to final resolution, and other matters at issue, neither Owner nor Engineer, nor any of their officers, directors, EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 62 of 63 1 members, partners, employees, agents, consultants, or subcontractors, shall be liable to Contractor for any claims, costs, losses, or damages sustained by Contractor on or in connection with any other project or anticipated project. 18.05 No Waiver A. A party's non -enforcement of any provision shall not constitute a waiver of that provision, nor shall it affect the enforceability of that provision or of the remainder of this Contract. 18.06 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with Contract, as well as all continuing obligations indicated in Contract, will survive final payment, completion, and acceptance of Work ortermination or completion of Contract or termination of the services of Contractor. 18.07 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 18.08 Headings A. Article and Article headings are inserted for convenience only and do not constitute parts of these General Conditions. EJCDC® 00700, Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 9 Page 63 of 63 i_ 4 SECTION 00800 - SUPPLEMENTARY GENERAL CONDITIONS PART 1- GENERAL The following articles identify and describe changes to specific Articles in the General Conditions. 1.1 ADDITIONS, DELETIONS, AND REVISIONS 1.1.1 General Conditions "13. LINES AND GRADES," add a second Article as follows: All lines and grades (field surveys) furnished by Owner's representative, are for initial construction layout and final construction verification. If a portion of work fails and requires additional work by Contractor, additional surveys will be provided by Owner's representative at Contractor expense. Contractor shall be billed directly for additional surveys by surveyor at rates paid by Owner. Failure of Contractor to pay for additional surveys will result in a reduction of that amount from the final payment. 1.1.2 General Conditions "21. OBSERVATION AND TESTING," add a fourth Article as follows: Contractor shall pay all costs for preconstruction testing called for in Technical Specifications and all failing tests during construction. Owner shall pay for all construction testing expect for failed tests. Contractor billed directly for failed tests by the testing laboratory at rate per test being paid by Owner. Failure of Contractor to pay for failed tests will result in a reduction of that amount from final payment. 1.1.3 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT," delete the first sentence of this section. 1.1.4 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC," modify as follows: Delete the fourth sentence of the first Article, i.e., "Contractor, his sureties... including attorneys fees," and replace with: "Contractor, his sureties, and insurance carriers shall defend, indemnify, and save harmless Owner and his officers, agents, including Engineer, and employees from all suits, actions, or claims of any character, brought for or on account of any injuries or damages received or sustained by any person(s) or property, on account of any negligent act or fault of Contractor or any subcontractor, their agents or employees, in execution and supervision of said contract and project, which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs obtained against Owner or any officers, agents, including Engineer, or employees including attorney fees." 1.1.5 General Conditions "28. CONTRACTOR'S INSURANCE," modify as follows: A. Add the following after the first Article: "All insurance, as hereafter specified, shall include a waiver of subrogation against Owner, Owner's agents, and Owner's Engineer." B. In addition to the City, Engineer is to be named as an additional insured on the Comprehensive General Liability Insurance, Owner's Protective, or Contingent Public Liability and Property Damage Liability Insurance, Comprehensive Automobile Liability Insurance, and Excess or Umbrella Liability Insurance policies, and a copy of the endorsement is to be attached to Certificates of Insurance for such policies. i s 01449014 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 1 09/17 a C. Engineer is to be named as an additional insured on Builder's Risk Insurance Policy, as interests may appear. 1.1.6 General Conditions "39. PROTECTION OF ADJOINING PROPERTY," modify as follows: Delete the last sentence of Article, i.e., "without limiting, in any way, manner and form, the indemnity provided ... out of the performance of this contract," and replace with: "Contractor agrees to indemnify, save, and hold harmless Owner and Engineer against any claim(s) for damages due to any adjacent or adjoining property arising or growing out of performance of this contract, but indemnity not apply to any claim of any kind arising out of existence or character of work." 1.1.7 General Conditions "51. SPECIAL CONDITIONS," modify as follows: Delete Article and replace with: "If any special or supplementary general conditions, part of contract documents, conflict with any general condition contained in this contract, special or supplementary general conditions shall control." 1.2 ADDITIONAL ARTICLES 1.2.1 General Conditions "61. CONSTRUCTION PROCEDURES AND SAFETY:" Ell Owner's representative and Engineer shall not specify construction or service -related procedures, nor manage, control, or have charge of construction, nor shall Owner's representative or Engineer implement or be responsible for health or safety procedures. Owner's representative and Engineer shall not be responsible for acts or omissions of Contractor or other parties on project nor be responsible for construction means, methods, techniques, sequences, procedures, precautions, or programs. All matters shall be responsibility of Contractor. Owner's representative's and Engineer's monitoring or review of portions of work performed under any construction contracts shall not relieve Contractor from responsibility for performing work per 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 fees and court costs) connected with any illness, injury, or loss to person or ; property of Contractor, subcontractors, suppliers, employees ,and agents, or other person, arising out of or resulting from Contractor's responsibilities under this Article; the foregoing shall apply notwithstanding the negligence of any person or entity indemnified hereunder. Notwithstanding aforementioned, Contractor is not required to indemnify Owner's representative or Engineer to causes arising out of Engineer's negligent acts, errors, or omissions. 1.2.2 General Conditions "62. RESIDENT PROJECT REPRESENTATIVE (RPR):" RPR is Engineer's agent at the site, will act as directed by and under supervision ofEngineer, and , confer with Engineer regarding RPR actions. RPR dealings in matters pertaining to onsite work shall in general be with Engineer and Contractor keeping Owner advised as necessary. RPR dealings with subcontractors only through or with full knowledge and approval of Contractor. RPR shall generally communicate with Owner with knowledge of and under direction of Engineer. A. Duties and Responsibilities of RPR: 1. Schedules: Review progress schedule, schedule of Shop Drawing submittals, and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 01449014 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 2 09/17 2. Conferences and Meetings: Attend meetings with Contractor, (preconstruction conferences, progress meetings, job conferences, etc.), prepare, and circulate copies of minutes thereof. 3. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding intent of Contract Documents, assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's onsite operations. b. Assist in obtaining from Owner additional details or information, when required for proper execution of Work. B. Shop Drawings and Samples: 1. Record date of receipt of Shop Drawings and samples. 2. Receive samples furnished at the site by Contractor, and notify Engineer of availability of samples for examination. 3. Advise Engineer and Contractor of commencement of any Work requiring a Shop Drawing or sample if the submittal not approved by Engineer. C. Review of Work, Rejection of Defective Work, Inspections, and Tests: 1. Conduct onsite observations of Work in progress to assist Engineer in determining if Work is generally proceeding per Contract Documents. 2. Report to Engineer when RPR believes any Work is unsatisfactory, faulty, defective, does not conform to Contract Documents, damaged, or does not meet requirements of any inspection, test, or approval required made; and advise Engineer of Work RPR believes should be corrected, rejected, uncovered for observation, or requires special testing, inspection, or approval. 3. Verify 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 Project, record 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 suggestions for modifications in Drawings or Specifications and report with RPR recommendations to Engineer. Transmit to Contractor decisions as issued by Engineer. F. Records: 1. Maintain at 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 after execution of Contract, Engineer's clarifications and interpretations of Contract Documents, progress reports, and other Project related documents. 2. Keep diary or log book, recording Contractor hours on job site, weather conditions, data relative to questions of Work Directive Changes, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. 3. Record names, addresses and phone numbers of all Contractors, subcontractors, and major suppliers of materials and equipment. 01449014 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 3 09/17 G. Reports: 1. Furnish Engineer periodic reports as required of progress of Work and Contractor's compliance with 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 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 occurrence of any accident. H. Payment Requests: Review applications for payment with Contractor for compliance with established procedure for submission and forward with recommendations to Engineer, noting particularly relationship of payment requested to schedule of values. Work completed and materials and equipment delivered at site but not incorporated in Work. I. Certificates, Maintenance and Operation Manuals: During course of Work, verify certificates, maintenance and operation manuals, and other data required to be assembled and furnished by Contractor, are applicable to items actually installed, per Contract Documents, and deliver to Engineer for review, forwarding to Owner before final payment for Work. 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 complete or correct. 3. Observe all items on final list are completed or corrected and make recommendations to Engineer concerning acceptance. K. Limitations of Authority. Resident Project Representative shall not: 1. authorize any deviation from Contract Documents, substitution of materials or equipment, unless authorized by Engineer. 2. exceed limitations of Engineer's authority as set forth in Agreement or Contract Documents. 3. undertake any e responsibility of Contractor, subcontractors or Contractor's superintendent. 4. advise on, issue directions relative to, or assume control over any aspect of means, methods, techniques, sequences, or procedures of construction unless such advice or directions are specifically required by Contract Documents. 5. advise on, issue directions regarding, or assume control over safety precautions and programs regarding Work. 6. accept Shop Drawing or sample submittals from anyone other than Contractor. 7. authorize Owner to occupy Project in whole or in part. 8. participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by Engineer. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01449014 SUPPLEMENTARY GENERAL CONDITIONS 00800 - 4 09/17 SECTION 01010 - SUMMARY OF WORK 17R 'A9W I01CI A LAR 1.1 SUMMARY A. Section includes Work covered by Contract Documents, Contractor use of site, and Owner occupancy. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas, Caliche Canyon Landfill, "Cell VI Construction." B. Location: Lubbock, Texas, Caliche Canyon Landfill, TCEQ MSW Permit No. 69. C. Verbal Summary: Without force or effect on requirements of Contract Documents a brief description of Project is Base Bid A - Cell VI Construction: 1. Earthwork excavation, grading, and filling as shown on plans. 2. Berm construction. 3. Subgrade preparation to lines and grades shown on plans. 4. 60 mil high density polyethylene (HDPE) liners, smooth and textured. 5. Construction Testing. 6. Protective Soil Cover placement. 7. Erosion protection. 1.3 CONTRACTOR USE OF SITE A. Limit use of site to allow Owner occupancy. B. Construction Operations limited to areas adjacent to construction site as designated by Owner. 1.4 OWNER OCCUPANCY A. Owner will occupy site during construction to conduct normal operations. B. Cooperate with Owner to minimize conflict and facilitate Owner operations. C. Schedule Work to accommodate this requirement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 01449014 09/17 END OF SECTION SUMMARY OF WORK 01010 - 1 SECTION 01019 - CONTRACT CONSIDERATIONS PART 1- GENERAL 1.1 SUMMARY A. Section includes Application for Payment and Change Procedures. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT DURATION A. Definitions l . Substantial Completion: When liner system is satisfactorily installed and all related work complete, 2. Final Completion: When Geomembrane Liner Evaluation Report (GLER) is accepted as complete by TCEQ. B. Substantial Completion: Work associated with project shall be substantially complete within 120 days of Notice -to -Proceed for liner system. C. Final Completion: Duration of final completion of base bid is dependent upon TCEQ review of GLER. Balance of retainage will be held until GLER is accepted by TCEQ. 1.3 APPLICATIONS FOR PAYMENT A. Submit four copies of each application to Engineer. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. 1.4 CHANGE PROCEDURES A. Engineer will advise of minor changes in 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 General Conditions of the Contract. C. All Change Orders must be approved and signed by Owner. Do not commence with work included in a Change Order until approved and signed by Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01449014 CONTRACT CONSIDERATIONS 01019 - 1 09/17 SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 MOBILIZATION/DEMOBILIZATION A. Payment will be made for mobilizing and demobilizing all equipment, tools insurance, bonds, and all other job -related items to and from job site. Price will be on a lump sum basis and include all equipment, labor, materials, superintendence, and all incidentals necessary to become fully mobilized at start of project and demobilized when work is complete. Mobilization related expenses include Contractor's cost for: 1. obtaining a construction staging area; 2. obtaining storage areas for equipment and construction office facilities; 3. obtaining and setting up construction office facilities; 4. obtaining and paying for electric power required for construction; 5. providing sanitary facilities for construction personnel; 6. obtaining and paying for water needed for construction; 7. providing and maintaining dust control over project working area; and 8. all other incidentals required for Contractor to complete mobilization. This bid item shall not exceed 3percent of contract price. 1.2 EXCAVATION A. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to excavate cell to elevations and grades shown on plans and prepare areas to receive lining system. Payment will be made for total excavation per cubic yard of excavation. Contractor must provide survey control and surveyed measurements to verify amount of excavation for payment purposes. 1.3 EMBANKMENT FILL A. Payment will be made to provide all labor, equipment, materials, supplies, etc., necessary to fill areas shown to receive lining system and construct berms per plans and specifications. Payment will be made for actual measured cubic yardage of embankment fill. 1.4 SUBGRADE PREPARATION (FLOOR) A. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to prepare floor areas to receive lining system including all excavation and fills associated with re- establishing grades on areas with existing erosion rills as shown on plans. Payment will be made for total subgrade preparation per square foot of floor subgrade preparation. 1.5 SUBGRADE PREPARATION (SLOPES) A. Payment will be made for providing all labor, equipment, materials, supplies, etc., necessary to prepare slope areas to receive lining system as shown on plans. Payment will be made for total subgrade preparation per square foot of slope subgrade preparation. 01449014 MEASUREMENT AND PAYMENT 01025 - 1 09/17 1.6 SMOOTH GEOMEMBRANE LINER A. Payment will be made for providing and installing a smooth, 60-mil, high density polyethylene (HDPE) liner including all labor, equipment, materials, supplies, etc., for complete installation. Payment will be made for actual measured square footage of liner installed and in place up to front edge of termination trench. No separate payment made for sacrificial membrane. A. Payment will be made for providing and installing a textured 60-mil, HDPE liner including all labor, equipment, materials, supplies, etc., for complete installation. Price should include cost of anchor trench construction, and compaction of backfill in anchor trench after liner installation. Payment will be made for actual measured square footage of liner installed and in place up to back edge of anchor trench and front edge of termination trench. No separate payment made for sacrificial membrane. 1.8 PROTECTIVE SOIL COVER (FLOOR) A. Contractor will place all protective soil on top of floor liner system. Payment made for installation of soil cover material available onsite. Price will include all labor, material, equipment, and superintendence as necessary to install soil. Payment will be made for actual measured square footage of 2-foot-thick protective floor cover installed up to front edge of termination trench. 1.9 PROTECTIVE SOIL COVER (SLOPES) A. Contractor will place all protective soil on top of slope liner system including soil berm along edge liner as shown on plans. Payment will include all labor, materials, equipment, and superintendence as necessary to install soil. Payment will be made for actual measured square footage of 2-footithick protective slope cover and soil berm up to back edge of anchor trench and front edge of termination trench. 1.10 SITE SIGNAGE A. Payment will be made for providing and installing site signage and markers as shown on plans. Price shall include all labor, materials, equipment, and superintendence necessary to completely install signs and markers. Payment will be made for satisfactory completion on a lump sum basis. 1.11 EROSION CONTROL A. Payment will be made for preparing, implementing, and maintaining a Stormwater Pollution Prevention Plan (SWPPP) as required under National Pollution Discharge Elimination System regulations. Price includes work related to preparation of all SWPPP documentation, filing Notice of Intent (NOI) prior to construction, and Notice of Termination (NOT) following establishment of vegetation. Price shall include all labor, materials, equipment, and superintendence necessary to implement and maintain SWPPP. Payment will be made on a lump sum basis for work meeting the regulations. 01449014 MEASUREMENT AND PAYMENT 01025 - 2 09/17 1.12 SURVEY A. No separate payment made for construction survey as required for project. This item shall be considered incidental to all other bid items. 1.13 CLEANING A. Project shall be returned to preconstruction conditions. No additional payment made for cleaning. This item shall be considered incidental to all other bid items. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 01449014 09/17 END OF SECTION MEASUREMENT AND PAYMENT 01025 - 3 SECTION 01039 - COORDINATION AND MEETINGS PART 1- GENERAL 1.1 SUMMARY A. Section includes coordination, field engineering, and site mobilization conference. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of various specification sections 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 Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's occupancy. 1.3 FIELD ENGINEERING A. Control datum for survey is shown on Drawings. B. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.4 SITE MOBILIZATION CONFERENCE A. Engineer will schedule a conference at Project site prior to Contractor occupancy. B. Attendance Required: Engineer, Contractor's Project Manager, and Jobsite Superintendent. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey layout. 6. Security and housekeeping procedures. 7. Schedules and Coordination. 8. Procedures for testing. 9. Procedures for maintaining record documents. D. Record minutes and distribute copies within three days after meeting to participants with two copies to Engineer and those affected by decisions made. 1.5 BI-WEEKLY MEETINGS A. Bi-weekly meetings held at work area on a day agreeable to all parties. At minimum, meeting will be attended by Contractor and Engineer. The purpose of the meeting is to: l . Review work activity and location for week. 2. Discuss Contractor personnel assignment for week. 3. Review previous week's activity. 4. Review work schedule. 5. Discuss possible problem areas and situations. 01449014 COORDINATION AND MEETINGS 01039 - 1 09/17 6. Review of submittal schedule and status of submittals. 7. Maintenance of progress schedule. 8. Planned progress during succeeding work period. 9. Coordination of projected progress. 10. Maintenance of quality and work standards. 11. Review status of "as -built" drawings prepared by Contractor to ascertain Contractor is keeping "as -built" drawings current. 12. Other business relating to Work. B. Record minutes, and distribute copies within three days to Engineer, participants, and those affected by decisions made. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01449014 COORDINATION AND MEETINGS 01039 - 2 09/17 SECTION 01090 - REFERENCE STANDARDS PART 1- GENERAL 1.1 SUMMARY A. Section includes quality assurance and schedule of references. B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of standard, except when more rigid requirements are specified or 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. 1.3 SCHEDULE OF REFERENCES AASHTO American Association of State Highway and Transportation Officials 444 N. Capitol St. NW Washington, DC 70001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 CFR Code of Federal Regulations U.S. Government Printing Office Washington, DC 20402 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 GRI Geosynthetic Research Institution Drivel University West Wing - Rush Bldg. #10 Philadelphia, PA 19104 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 130140 Ann Arbor, Michigan 48113-0140 01449014 REFERENCE STANDARDS 01090 - 1 09/17 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 TCEQ Texas Commission on Environmental Quality Box 13087 Austin, Texas 78711-3087 USCOE U.S. Corps of Engineers P.O. Box 17300 Fort Worth, Texas 76102-0300 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 01449014 09/17 END OF SECTION REFERENCE STANDARDS 01090 - 2 SECTION 01300 - SUBMITTALS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: I 1. Submittal procedures and resubmittal requirements. 2. Construction progress schedules. 3. Proposed product and equipment lists. 4. Shop drawings and Product data. 5. Manufacturer instructions and certificates. ; B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 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 review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is per requirements of Work and Contract Documents. D. Schedule submittals to expedite 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 detrimental to successful performance of completed Work. F. Provide space for Contractor and Engineer review stamps. G. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. H. Format 1. Submit all submittals digitally using PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for the same submittal not accepted. 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies not accepted. 4. To ensure each page is legible, PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Architect's Info Exchange website. I. Submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to submit, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, and any other type of submittal submitted to Engineer. 01449014 SUBMITTALS 01300 - 1 09/17 - 1.3 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. 1.4 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. 1.5 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. 1.6 SHOP DRAWINGS A. Submit in a reproducible form. B. Submit number of reproductions Contractor requires plus three retained by Engineer. C. Drawing size shall be minimum 8 1/2 x 11 inches and maximum 24 x 36 inches. 1.7 PRODUCT DATA A. Submit number of copies Contractor requires plus three copies retained by 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 1.2 - Submittal Procedures, and provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.8 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.9 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. 01449014 SUBMITTALS 01300 - 2 09/17 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01449014 SUBMITTALS 01300 - 3 09/17 SECTION 01400 - QUALITY CONTROL PART 1- GENERAL 1.1 SUMMARY A. Section includes quality assurance, control of installation, inspection, and testing laboratory services. B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship to produce Work of specified quality. B. Comply fully with manufacturers' instructions including each step, in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Perform work by persons qualified to produce workmanship of specified quality. 1.3 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor will perform all testing services of geomembrane liner. B. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing if deemed necessary. C. Contractor or independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by Engineer. D. Reports will be submitted by Contractor or independent firm to Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. E. Retesting required because ofnon-conformance to specified requirements shall be performed by Contractor or same independent firm on instructions by Engineer. Payment for retesting charged to Contractor. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01449014 QUALITY CONTROL 01400 - 1 09/17 i �t SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS i r PARTI-GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Utilities - Electricity, water, and sanitary facilities. 2. Temporary Controls - Barriers, water control, protection of Work, and security. 3. Construction Facilities - Progress cleaning and removal of utilities. B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 CONSTRUCTION ENTRANCE A. Use of landfill operations entrance not permitted during construction. B. Contractor to install construction entrances as directed by Owner. Size of construction entrance is at Contractor discretion., C. Contractor shall remove gates and return construction entrances to original, pre-existing condition upon completion of project. 1.3 TEMPORARY ELECTRICITY A. Contractor shall contact electric company to provide service for temporary power. B. Owner will not pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operation, 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 per National Electrical Code. 1.4 TEMPORARY WATER SERVICE s A. Contractor shall provide temporary water service for all purposes (potable and non -potable). B. Owner will not pay cost of water used. Exercise measures to conserve water. C. Contractor must provide a means, at Contractor expense, to pump water from source and load water transport vehicles. D. An adequate water supply for construction is not available onsite. ;- 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 BARR:(ERS/TRAFFIC CONTROL L_ A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site and protect existing facilities and adjacent properties from damage from construction operations and demolition. 01449014 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 09/17 B. Furnish all necessary traffic control signs and flag personnel. Contractor shall establish a parking area in a location approved by Engineer and Owner. t 4' 1.7 STORMWATER CONTROL A. Grade site to drain. Maintain excavations free of water. e B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Protect all lining materials from water before, during, and after installation. 1.8 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. 1.9 SECURITYIWORKING HOURS A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. Cost for security included in bid price. B. Normal hours of operation for landfill are 7 a.m. to 5 p.m., Monday — Friday, and 8 a.m. to 12 p.m. on Saturday. Contractor allowed to work beyond landfill normal working hours of operation. Contractor responsible for securing site when doing so. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain a clean and orderly site. B. Remove waste materials, debris, and rubbish from site and dispose on existing working face at intervals, as required, to maintain clean site. 1.11 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01449014 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 09/17 SECTION 01600 - MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 SUMMARY A. Section includes products, transportation and handling, storage and protection, and product options. B. Related Sections: 1. Section 00800 - Supplementary General Conditions. 2. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PRODUCTS A. Products: New material, components, and systems forming Work. DOES NOT include machinery and equipment used to prepare, fabricate, convey, and erect Work. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Deliver materials, products, and equipment to 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 products comply with requirements, quantities are correct, and products undamaged. 3. Provide equipment and personnel to handle products to prevent soiling, disfigurement, or damage. 4. Arrange deliveries per construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in construction process. B. Storage 1. Store and protect products per manufacturer 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 so onsite. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in well -drained area. Provide cover to stockpile to prevent windblown contaminants from mixing with stockpile. Granular materials shall not be stored on bare ground or asphalt surfaces. C. Handling: Handle materials, products, and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.4 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. 1.5 EQUIPMENT LIST A. Submit in accordance with Section 01300 - Submittals. 01449014 MATERIAL AND EQUIPMENT 01600 - 1 09/17 4 I' 2 1.6 SUBSTITUTIONS A. Engineer will consider requests for substitutions only within 30 days after date established in Notice to Proceed. B. Substitutions considered when product becomes unavailable through no fault of Contractor. C. Document each request with complete data substantiating compliance ofproposed Substitution with Contract Documents. D. A request constitutes a representation that Bidder: 1. Investigated proposed product and determined it meets or exceeds quality level of specified product. 2. Will provide same warranty for Substitution as for specified product. 3. Will coordinate installation and make changes to other Work required or Work to complete with no additional cost to Owner. 4. Waives claims for additional cost or time extension subsequently becoming apparent. 5. Will reimburse Owner and Engineer for review or redesign services associated with re -approval by authorities. E. Substitutions not considered when indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance requires revision to Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of Request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to proposed product equivalence. Burden of proof is on proposer. 3. Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 01449014 09/17 END OF SECTION MATERIAL AND EQUIPMENT 01600 - 2 i' SECTION 01700 - CONTRACT CLOSEOUT PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Closeout procedures, final cleaning, and adjusting. 2. Hazardous materials affidavit and Project record documents. 3. Operations and maintenance data, warranties, and spare parts and maintenance materials. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 CLOSEOUT PROCEDURES A. Submit written certification Contract Documents were reviewed, Work inspected, Work is complete per Contract Documents, and ready for Engineer's inspection. -' B. Provide submittals to Engineer required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. Fill 1.3 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior glass and surfaces exposed to view. Remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. D. Clean equipment and fixtures to sanitary condition.` Replace filters of operating equipment. , E. Clean debris from roofs, gutters, downspouts, and drainage systems. ` F. Clean site: Sweep paved areas and rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from site. H. Repair, patch, and touch-up marred surfaces to match adjacent finishes. I. Clean ducts, blowers, and coils if air conditioning units operated during construction. J. Remove waste and surplus materials, rubbish, and construction facilities as directed by Engineer. 1.4 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 1.5 HAZARDOUS MATERIALS AFFIDAVITS A. Contractor, subcontractor, and material/product supplier provide notarized affidavit declaring hazardous materials were not incorporated into construction of nor delivered to Project. B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite eradication chemicals, or any substance of any proportion determined or suspected by an agency of federal or state government to create a health hazard. C. Provide table of contents listing all affidavits alphabetically and assemble with metal prong binder in durable plastic presentation cover. 01449014 CONTRACT CLOSEOUT 01700 - 1 09/17 7: t.._� D. Prepare binder cover with printed title "Affidavits of Non -Incorporated Hazardous Materials," title of project, project address, Owner names, address, and phone and date of Construction Completion. E. Provide two, complete, identical binders of aforementioned information in prescribed format. F. Submit prior to final Application for Payment. 1.6 PROJECT RECORD DOCUMENTS A. Maintain onsite, two sets of these record documents and record actual revisions to Work: l . Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications. Legibly mark and record at each Product section description of actual Products installed, including: l . Manufacturer name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings. Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.7 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 8 1/2- x 11-inch text pages, bound in three, D-ring binders with durable plastic covers. B. This copy will be returned after final inspection with Engineer comments. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within 10 days after final inspection. D. Prepare binder covers with printed title "Operation and Maintenance Instructions," title of project, and subject matter of binder when multiple binders required. E. Internally subdivide binder contents with permanent page dividers, logically organize as described, with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: 1. Prepare a Table of Contents (TOC) for each volume with each Product or system description identified. Type on 24-pound, white paper. 2. Part 1. Directory, listing names, addresses, and phone numbers of Architect, Contractor, subcontractors, and major equipment suppliers. 01449014 CONTRACT CLOSEOUT 01700 - 2 09/17 3. Part 2. Operation and maintenance instructions arranged by system and subdivided by specification section. For each category, identify names, addresses, and phone numbers of subcontractors and suppliers. Identify: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal changeover procedures for HVAC systems. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. 4. Part 3. Project documents and certificates, including: a. Shop drawings and product data. b. Air and water balance reports. C. Certificates. d. Photocopies of warranties and bonds. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from subcontractors, suppliers, and manufacturers. C. Provide TOC and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. 1.9 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance, and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed. Obtain receipt prior to final payment. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01449014 CONTRACT CLOSEOUT 01700 - 3 09/17 SECTION 02200 - EXCAVATION AND EARTHWORK PARTI-GENERAL 1.1 SUMMARY A. Section includes excavated Project site to near final grades shown on Project Drawings. Earthwork includes: 1. Miscellaneous grading to repair erosion and proof -rolling subgrades for Cell VI liner systems. 2. General excavation and filling for those areas to new contours. 3. Excavating and backfilling anchor trenches. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02245 - Geomembrane Liner. 3. Section 02260 — Protective Soil Cover. 1.2 REFERENCES A. These listed publications form part of this specification to extent referenced and are referred to in text by basic designation, title, or used to establish criteria. Latest publication in use at time of executed contract, shall be one used on this project: 1. ASTM D698: Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) 2. ASTM D6938: Standard Test Method for In -Place Density and Water Content of Soil and Soil Aggregate by Nuclear Methods (Shallow Depth) 3. ASTM D4318: Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils 4. TCEQ: Municipal Solid Waste Management Regulation, 30 TAC Chapter 330 1.3 DEFINITIONS A. Backfill: Specified material used in refilling cut, trench, over -excavation, or other excavation, placed at specified degree of compaction. B. Compaction: Process of mechanically -stabilizing material by increasing density at controlled moisture condition. C. Degree of Compaction: Percentage of maximum density obtained by test procedure described in ASTM D698 for general soil types abbreviated in this specification as "95 pereentASTMD698 maximum density." D. Embankment: Fill with top higher than adjoining ground. E. Excavation: Removal of material encountered to subgrade elevations and reuse or disposal of materials removed. F. Fill: Specified material placed at a specified degree of compaction to obtain indicated grade or elevation. G. Hard Material: Weathered rock, dense consolidated deposits, or conglomerate materials, (excluding manmade materials such as concrete), not included in definition of "rock" but usually require use of heavy excavation equipment with ripper teeth or jackhammers for removal. H. In -Situ Soil: Existing, in -place soil. I. Lift: Layer (or course) of soil placed on top of previously -prepared or -placed soil. 01449014 EXCAVATION AND EARTHWORK 09/17 02200 - 1 J. Rock: Solid, homogeneous, interlocking, crystalline material with firmly cemented, laminated, or foliated masses or conglomerate deposits, neither removed without systematic drilling and blasting, drilling and use of expansion jacks or feather wedges, or use of backhoe-mounted pneumatic hole punchers or rock breakers. Also large boulders, buried masonry, or concrete other than pavement, exceeding 1 cubic yard in volume. Removal of "hard material" not considered rock excavation because of intermittent drilling and blasting performed merely to increase production. K. Soil: Surface material of earth's crust resulting from chemical and mechanical weathering rock and organic material. L. Subgrade: Material in excavation (cuts) and fills (embankments) immediately below any subbase, base, liner, or other improvement. As a secondary definition, level below which work is referenced. M. Subgrade: Uppermost surface of excavation or top surface of fill or backfill immediately below geomembrane liner, geosynthetic clay liner, or reinforced concrete. N. Topsoil: In natural or undisturbed soil formations, fine-grained, weathered material on surface or directly below any loose or partially -decomposed, organic matter. Topsoil may be dark -colored, fine, silty, or sandy material with high content of well -decomposed, organic matter, often containing traces of parent rock material. Gradation and material requirements specified herein apply to all topsoil references in contract. Material representative of vicinity productive soils. O. Unauthorized Excavation: Removing materials beyond indicated subgrade elevations or dimensions without Engineer direction. Unauthorized excavation and remedial work directed by Engineer, shall be at Contractor expense. P. Unsatisfactory Material: Existing, in situ soil or other material not identified as having insufficient strength characteristics or stability to carry intended loads in fill or embankment without excessive consolidation or loss of stability. Also includes man-made fills, refuse, frozen material, uncompacted backfills from previous construction, unsound rock or soil lenses, or other deleterious or objectionable material. Q. Working Platform: Layer of compacted crushed rock or natural stone replacing in situ soil to provide stable, uniform- bearing foundation for construction equipment to facilitate further site construction. 1.4 DELIVERY AND STORAGE A. Deliver and store materials as needed to prevent contamination or segregation. 1.5 QUALITY ASSURANCE A. Codes and Standards: Perform earthwork per authorities having jurisdiction. 1.6 CRITERIA FOR BIDDING A. Base bids on the following criteria: 1. Surface elevations, as indicated. 2. Character of material to be excavated or used for subgrade is as indicated. Hard material not considered as rock, and removal of such material shall not give cause for a claim for additional compensation regardless of hardness or difficulty in removing. Rock, as defined in Article 1.3 - Definitions, will not be encountered. 3. Suitable backfill and fill material in quantities required is available at project site. 01449014 EXCAVATION AND EARTHWORK 02200 - 2 09/17 4. Blasting not permitted. Remove material by drilling and use expansion jacks, feather wedges, backhoe-mounted pneumatic hole -punchers, rock breakers, or as Engineer approves. PART 2-PRODUCTS 2.1 REQUIRED EQUIPMENT A. Subgrade preparation for areas to receive geomembrane liner or geosynthetic clay liner must include rolling with self-propelled, smooth, drum roller. B. No equipment allowed within limits of lining system without prior approval from Engineer. Submit all equipment to use within limits of liner in accordance with Section 01300 — Submittals, including equipment weights, ground pressures, required lift thickness, etc. PART 3 - EXECUTION 3.1 PREPARATION A. Protection and Restoration of Surfaces: Protect newly -graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations, or grades, and restore surface construction prior to acceptance. Protect existing streams, ditches, and storm drain inlets from water -borne soil by straw bale dikes or filter fabric dams, as needed. Conduct work per requirements specified in Section 01356 - Stormwater Pollution Prevention Measures. B. Stockpile of Excavated Material: Stockpile excavated material per Section 01010 - Summary of Work, and to not obstruct flow of runoff, streams, endanger partly -finished structure, impair efficiency or appearance of facilities, or be detrimental to completed work. 3.2 SURFACE PREPARATION A. Clearing: Brush, refuse, stumps, roots, and unmerchantable timber shall become property of Contractor and removed as directed by Engineer. Conduct work per requirements specified in Section 01356 - Stormwater Pollution Prevention Measures. B. Stockpiling Topsoil: Strip approved topsoil from site where excavation or grading is indicated, and stockpile separately from other excavated material. Locate topsoil as shown on plans so material can be used readily for finished grading. Protect and store in segregated piles until needed. C. Unsatisfactory Material: Remove organic matter, sod, muck, rubbish, and unsuitable soils under limits of construction. Typical depth of removal of such unsuitable material not less than 12 inches. D. Protect structures, utilities, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. E. Provide erosion control measures to prevent erosion or displacement of soils. 3.3 DEWATERING A. Prevent surface water from entering excavations, ponding on prepared subgrades, and flooding Project site and surrounding area. B. Protect subgrades from softening and damage by rain or water accumulation. 01449014 EXCAVATION AND EARTHWORK 02200 - 3 09/17 3.4 GENERAL EXCAVATION A. Excavate to indicated slopes, lines, depths and elevations. Engineer will verify was performed per Project Drawings. Stockpile excavated material as directed by Owner and Engineer. Prepare subgrade in accordance with Article 3.6 — Preparation of Subgrade and Compacted Berms. B. In excavating over existing lining system, waste will not likely be encountered. If waste is encountered, Contractor disposes waste on active working face, as directed by Owner, and cover any remaining exposed waste with a minimum 6 inches of clean soil, same type as protective cover. C. Unclassified Excavation: Excavation is unclassified and includes excavation to required subgrade elevations regardless of character of materials and obstructions encountered. D. Keep excavations free from water while construction is in progress. Notify Engineer immediately in writing if necessary to remove rock, hard material, or other material defined as unsatisfactory to depth greater than indicated. Refill excavations cut below required subgrade elevations. 3.5 EXCAVATION FOR ANCHOR TRENCHES A. Excavate trenches to indicated slopes, lines, depths, and elevations. Engineer shall verify trench was constructed per Project Drawings. B. Excavate trenches to uniform widths as shown on Project Drawings. Excavate trench walls vertically from trench bottom to top, except rounded edges provided where liner materials enter anchor trenches to avoid sharp bends in geosynthetic materials. C. If trench is in clay susceptible to desiccation, only amount of trench required for one day of installation shall be excavated to minimize desiccation of trench soils. 3.6 PREPARATION OF SUBGRADE AND COMPACTED BERMS A. Fine -grade subgrade to smooth, uniform, compacted conditions, and elevations shown on Project Drawings. Remove all stones larger than 3/4-inch in diameter and any other objects which could damage overlying geosynthetic materials. B. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer. C. Proof -roll subgrade with self-propelled, smooth, drum -roller or methods acceptable to Engineer to remove clods and non -uniform subgrade. D. Construct berms to grades shown. Use suitable fill materials from onsite as directed by Owner and compact to 95 percent standard proctor density (ASTM D698). Control development of rills, repairing any that occur, and maintain side slopes for duration of project. E. Top 12 inches of all berms shall be constructed of topsoil compacted no more than 75 percent standard proctor density (ASTM D698). 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavations as directed by Engineer. 01449014 EXCAVATION AND EARTHWORK 02200 - 4 09/17 F- L 3.8 ANCHOR TRENCH BACKFILL A. Trenches shall be backfilled and compacted in loose lifts not to exceed 8 inches. Compaction shall be achieved using light, rubber -tired equipment or other light -compaction equipment. Care shall be taken to prevent damage to geosynthetic materials. Construction equipment shall not come into direct contact with geomembrane or geosynthetic clay liner. If damage occurs, Contractor shall repair, per specifications, prior to completion of backfilling. B. Trenches shall be compacted to Maximum Dry Density shown on plans as determined by ASTM D698. 3.9 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade or backfill layer before compaction to optimum moisture content or higher. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry satisfactory soil material too wet to compact to specified density. Stockpile or spread and dry removed wet satisfactory soil material. 3.10 GRADING A. General: Uniformly grade areas to smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. Provide smooth transition between existing adjacent grades and new grades. Correct and control wind and water erosion. B. Site Grading: Grade to finished grades indicated within 0.10 foot. No rock will protrude above finished grade elevation. Rock that protrudes will be removed below grade and void backfilled and compacted to ASTM D698 (95 percent). Grade areas to drain where possible. Existing grades to remain but disturbed by Contractor operations, shall be restored to preconstruction condition. C. Protection of Surfaces: Protect newly -graded areas from traffic, erosion, and settlements as required in Section 01356 - Stormwater Pollution Prevention Measures, and specified in Article 3. LA - Protection and Restoration of Surfaces. Repair or reestablish damaged grades, elevations, or slopes before work will be accepted. 3.11 FIELD QUALITY CONTROL A. Contractor will allow Engineer to inspect and test each subgrade and fill or backfill layer. Do not proceed until test results for previously completed work verify compliance with requirements. 1. Liner Subgrade: Proof -roll to smooth surface so no ruts or other surface indentions exceed 1 inch in depth. 2. Trench Backfill: In each compacted initial and final backfill layer, perform at least one field in -place density test for each 150 feet or less of trench, but no fewer than two tests. 3. Berm Construction: a. Fill materials will be placed in 8-inch loose lift thicknesses and compacted to required densities. Field densities will be performed every 8,000 square feet per compacted lift for area fill and every 500 linear feet per lift for embankment. b. Cohesive soil with a plasticity index less than 15, shall be compacted to at least 95 percent ASTM D698 at optimum moisture content (f2 percent). Cohesive soils 01449014 EXCAVATION AND EARTHWORK 02200 - 5 09/17 1_ with plasticity index of 15 or more, shall be compacted to at least 95 percent ASTM D698 at or above optimum moisture content. B. When test results report subgrades, fills, or backfills are below specified density, scarify and moisten, aerate, or remove and replace soil to depth required. Recompact and retest until required density is obtained. 3.12 PROTECTION A. Protect Graded Areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and re-establish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or lose compaction due to subsequent construction operations or weather conditions. Scarify or remove and replace material to depth directed by Engineer. Reshape and recompact at optimum moisture content to required density. C. Settling: Where settling occurs during Project correction period, remove fmished surfacing, backfill with additional approved material, compact, and reconstruct surfacing. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.13 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Engineer. Remove waste material, including unsatisfactory soil, trash, and debris, and dispose on active face as directed by Engineer. El END OF SECTION 01449014 EXCAVATION AND EARTHWORK 02200 - 6 09/17 r } L_J SECTION 02245 - GEOMEMBRANE LINER PART 1- GENERAL 1.1 SUMMARY A. Section includes 60-mil High Density Polyethylene (HDPE) geomembrane liner (GML), smooth, textured, and installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Sections. 1.2 REFERENCES A. These listed publications form part of this specification to extent referenced and are referred to in text by basic designation only. Latest publication in use at time of executed contract will govern this project: 1. ASTM D413: Standard Test Methods for Rubber Property -Adhesion to Flexible Substrate. 2. ASTM D638: Standard Test Methods for Tensile Properties of Plastics. 3. ASTM D746: Standard Test Methods for Brittleness Temperature of Plastics and Elastomers by Impact. 4. ASTM D751: Standard Test Methods for Coated Fabrics. 5. ASTM D792: Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacements. 6. ASTM D882: Standard Test Methods for Tensile Properties of Thin Plastic Sheeting. 7. ASTM D1004: Standard Test Method for Initial Tear Resistance (Graves Tear) of Plastic Film and Sheeting. 8. ASTM D1204: Standard Test Method for Linear Dimensional Changes of Nonrigid Thermoplastic Sheeting or Film at Elevated Temperature. 9. ASTM D1238: Standard Test Method for Melt Flow Rates of Thermoplastic by Extrusion Plastometer. 10. ASTM D 1505: Standard Test Method for Density of Plastics by the Density -Gradient Technique. 11. ASTM D1593: Standard Specification for Nonrigid Vinyl Chloride Plastic Sheeting. 12. ASTM D1603: Standard Test Method for Carbon Black in Olefin Plastics. 13. ASTM D 1693: Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics. 14. ASTM D1822: Standard Test Method for Tensile -Impact Energy to Break Plastics and Electrical Insulating Materials. 15. ASTM D4437: Standard Practice for Non-destructive Testing (NDT) for Determining the Integrity of Field Seams Used in Joining Flexible Polymeric Sheet Geomembrane. 16. ASTM D4833: Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products. 17. ASTM D5199: Standard Test Method for Measuring Nominal Thickness of Geosynthetics. 18. ASTM D5321: Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method. 19. ASTM D5397: Standard Test Method for Evaluation of Stress Crack Resistance of Polyolefm Geomembranes using Notched Constant Tensil Load Test. 20. ASTM D5596: Standard Test Method for Microscopic Evaluation of the Dispersion of Carbon Black in Polyolefm Geosynthetics. 01449014 GEOMEMBRANE LINER 02245 - 1 09/17 21. ASTM D5594: Standard Test Method for Measuring Core Thickness of Textured Geomembrane. 22. ASTM D6392: Standard Test Method for Determining the Integrity of Nonreinforced Geomembrane Seams Produced Using Thermo -Fusion Methods. 23. ASTM D6693: Standard Test Method for Determining Tensile Properties of Nonreinforced Polyethylene and Nonreinforced Flexible Polypropylene Geomembranes. 24. Geosynthetics Research Institute GRI GM 13: HDPE Liners. 25. TCEQ: Municipal Solid Waste Management Regulation, 30 TAC Chapter 330. 26. MSW Permit: Owner's TCEQ MSW Permit No. 69. 1.3 QUALITY ASSURANCE A. Manufacturing: Manufacturer shall have at least five years' continuous experience in manufacture of HDPE geomembrane rolls and/or experience totaling 10,000,000 square feet of manufactured HDPE geomembrane. Manufacturer shall permit Owner and Engineer to visit manufacturing plant. B. Installation 1. Installation contractor shall be manufacturer or approved contractor, trained and licensed to install manufacturer's geomembrane. 2. Installation shall be performed under constant direction of a single Field Installation Supervisor who remains onsite and responsible throughout liner installation, for liner layout, seaming, patching, testing, repairs, and all other activities by Installer. Installation Supervisor shall have installed or supervised installation and seaming of a minimum 2,000,000 square feet of HDPE geomembrane. Actual seaming shall be performed under direction of a Master Seamer (who may also be Installation Supervisor) who seamed a minimum 2,000,000 square feet of HDPE geomembrane, using same type of seaming apparatus specified in current project. Installation Supervisor and/or Master Seamer shall be present whenever seaming is performed. 1.4 SUBMITTALS A. Manufacturer 1. Quality control program and manual, or descriptive documentation. 2. List of material properties and samples of liner. 3. List documenting no less than five completed facilities totaling a minimum 2,000,000 square feet. 4. Certification all resin used in manufacture of geomembrane for this job meets specifications. 5. Copy of quality control certificates issued by HDPE resin supplier. 6. Copy of quality control certificates in conformance with Articles 2.2 and 2.5. 7. Certification geomembrane and extrudate produced for this project have same properties. B. Installation Contractor 1. Certification both Installation Supervisor for installer and Master Seamer reviewed Quality Assurance Plan, Project Plans, and specifications. 2. Three samples of factory seams, if applicable. In addition, Contractor shall submit three field seam samples and provide a list of seam properties, minimum values (see Article 2.4), and test methods employed. 3. List of at least five completed facilities totaling a minimum 2,000,000 square feet, for which Contractor installed HDPE geomembrane. 01449014 GEOMEMBRANE LINER 02245 - 2 09/17 4. Proposed Installation Panel layout identifying seams and details. Engineer must approve layout plan at least 10 days before ordering materials. Panel layout provides a numbering scheme to use in quality control/assurance procedures and offers: a. Seams run up and down slopes. b. Field seam lengths are to be minimized. C. GML shall not have any penetrations. 5. Written certification Installer can perform all necessary construction testing as required by TCEQ. 6. Installer submits to Engineer in writing, any proposed variance or deviation from these documents a minimum seven working days prior to scheduled start of geomembrane installation and accepted/rejected by Engineer prior to start of installation activities. C. Materials: Submit samples as required in Soil and Liner Quality Control Plan (SLQCP). 1.5 WARRANTY A. Written Warranty shall be obtained from Manufacturer (for material) and Installation Contractor (for workmanship). These documents shall warrant quality of in -place liner. B. Manufacturer: Furnish written warranty on a prorate basis for 20 years. Warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet, or other normal weather aging. Warranty shall be limited to replacement of material only and not cover installation. C. Installation Contractor: Furnish written warranty that entire lining installed is free of defects in material and workmanship and installed pursuant to City of Lubbock SLQCP two years following date of Certificate of Completion. Contractor agrees to make repairs or replacements necessary by defects in materials or workmanship evident during two-year warranty period. 1.6 DELIVERY, STORAGE, AND HANDLING A. Transportation: Geomembrane rolls or panels shall be packaged and shipped appropriately so no damage is caused. Transportation shall be responsibility of Installer. B. Delivery: Off-loading and storing geomembrane is responsibility of Installer. Installer is responsible for replacing any damaged or unacceptable material at no cost to Owner. No off-loading done unless Engineer is present. Damage during off-loading shall be documented by Engineer and Installer. All damaged rolls must be separated from undamaged rolls until proper disposition of material is determined by Owner's representative. Owner's representative will be final authority on determination of damage. C. Onsite Storage 1. Geomembrane shall be stored to be protected from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat, or other damage. 2. Rolls shall be stored on a prepared surface (not wooden pallets) and not stacked more than two rolls high. PART 2 - PRODUCTS 2.1 MATERIALS A. Geomembrane shall be HDPE. B. Textured HDPE will have a coefficient of friction of GM to subgrade and protective soil cover not less than 22 degrees. 01449014 GEOMEMBRANE LINER 02245 - 3 09/17 2.2 GEOMEMBRANE RAW MATERIALS A. Geomembrane manufactured of new, first -quality resin, compounded and manufactured specifically for intended purpose. Add carbon black to resin if not compounded for UV resistance. Resin manufacturer to certify each batch for properties shown in Tables 1 and 2. 2.3 ROLLS A. Geomembrane shall be supplied in rolls with a minimum width of 15 feet. Labels on each roll shall identify thickness of material, length and width of roll, batch and roll numbers, and name of manufacturer. Roll length shall be maximized to provide largest manageable sheet for fewest field seams. B. Geomembrane rolls shall meet properties shown on Table 1 for smooth membrane material, and Table 2 for textured membrane material. C. Prior to use, material shall be certified in writing by manufacturer to meet minimum physical properties shown on Tables 1 and 2. Certificate must include roll identification number, testing procedure, and test results. Test results are required for every 50,000 square feet of material shinned to site. TABLE 1- TYPICAL PROPERTIES: 60-mil, Smooth Liner TEST RESULTS Property Test Method Nominal(') Minimum(2) Thickness (mils) ASTM D5199 60 54 Sheet Density (g/cc) ASTM D1505 / D792 0.940 Melt Index (g/l0 minutes) ASTM D1238 <1.0 Carbon Black Content, (%) ASTM D1603 2.0 Carbon Black Dispersion ASTM D5596 (4) TENSILE PROPERTIES 1) Tensile strength at yield, ppi ASTM D638 TY IV 132 2) Elongation at Yield, % (mod. per NSF Std. 54) 12 3) Tensile Strength at Break, ppi 228 4) Elongation at Break, (2.0" G.L.)% 750 ` Tear Strength, lbs. ASTM D1004 45 Puncture Resistance, lbs. ASTM D4833 108 Low Temperature Brittleness ASTM D746 <60°F Environmental Stress Crack ASTM D1693 200 Resistance, hours (Cond. B) Dimensional Stability, (%) ASTM D1204 t2 SEAM PROPERTIES -- Fusion Weld ASTM D6392 1) Shear Strength, ppi (mod. per NSF Std. 54) 132 2) Peel Strength, ppi 78 SEAM PROPERTIES - Extrusion ASTM D6392 Weld (mod per NSF Std. 54) 1) Shear Strength, ppi 132 2) Peel Strength, ppi 90 (1) Nominal values, are average lot property values. (2) Minimum values, unless otherwise specified, are average roll values as reported by specified test method. (3) Film Tear Bond (4) 9 of 10 Views in Categories 1 or 2 and 1 of 10 views is Category 3. 01449014 GEOMEMBRANE LINER 02245 - 4 09/17 TABLE 2 - TYPICAL PROPERTIES: 60-mil, Textured Liner Thickness, mils ASTM D5994 60 54 Sheet Density, g/cc ASTM D1505 / D792 094 Melt Index, g/10 minutes ASTM D1238 <1.0 Carbon Black Content, % ASIM D1603 2.0 Carbon Black Dispersion ASTM 135596 0) TENSILE PROPERTIES 1) Tensile Strength at Yield, ppi. ASTM D638 TY IV 132 2) Tensile Strength at Break, ppi (mod per NSF, Std. 54) 132 3) Elongation at Yield, % 12 4) Elongation at Break "(2.0" G.L.)% 200 Tear Strength, lbs. ASTM D1004 45 'Puncture Resistance, lbs. ASTM D4833 108 Low Temperature Brittleness ASTM D746 <60°F Environmental Stress Crack ASTM D1693 200 Resistance, hours (Cond. B) Dimensional Stability, % ASTM D1204 +/-2.0 SEAM PROPERTIES Fusion Weld ASTM D6392 1) Shear Strength, ppi (mod. per NSF Std. 54) 132 2 Peel Strength, ppi 78 SEAM PROPERTIES - Extrusion Weld ASTM D6392 1) Shear Strength, ppi (mod per NSF Std. 54) 132 2) Peel Strength, ppi 90 (1) 9 of 10 Views in Categories 1 or 2 and 1 of 10 Views in Category 3. 2.4 FIELD SEAMS TESTING A. Shear seam specimens are 1 inch wide with grip separation of 4 inches plus width of seam. Seam is to be centered between clamps. Grip separation rate is 2 ipm. B. Both shear seam strength and peel tests shall be run on five replicate specimens. A break through weld or at weld -sheet interface, considered Non-FTB (failure) in both seam strength (shear) and peel strength tests. C. Approved field -seaming processes are hot shoe fusion and extrusion welding. D. Welding rods or beads used for extrusion welding shall be HDPE and physical properties same as those of resin used in manufacture of HDPE geomembrane. 2.5 QUALITY CONTROL SPECIFICATIONS A. Reporting: All results shall be logged into batch file. Any testing yielding "out -of -spec" results, shall be brought to immediate attention of Q.C. Manager. All material produced after last sample meeting all specifications, shall be retrieved and placed on hold. B. Finished Product, Laboratory Post -Production, Reporting: All results shall be logged into batch file. Results shall be official properties for that batch. Any batch failing any specification, shall be placed on hold for further evaluation. C. Conformance Testing: Samples shall be tested by Owner for conformance with properties shown in Table 3: 01449014 GEOMEMBRANE LINER 02245 - 5 09/17 TABLE 3 - OMEMBRANE ON -SITE CONFORMANCE TESTS SMOOTH AND TEXTURED Test Method Thickness ASTM D 5994 Leading edge of each geomembrane roll Density ASTM D792/1505 Not less than one test per Carbon Black Content ASTM D1603 100,000 ft2 with not less Carbon Black Dispersion ASTM D5596 than one per resin lot. Tensile Properties ASTM D638 Minimum of four tests Puncture Resistance ASTM D4833 required Tear Strength ASTM D 1004 PART 3 - EXECUTION 3.1 ANCHOR TRENCH A. Anchor trench excavated as specified prior to liner system placement. 3.2 PLACEMENT A. Installer responsible for: 1. No equipment or tools shall damage geomembrane by handling, trafficking, etc. 2. No personnel working on geomembrane shall smoke, wear damaging shoes, or engage in other activities that could damage the geomembrane. 3. Method used to unroll panels shall not cause scratches or crimps in geomembrane and not cause indentations in supporting soil greater than 1 inch deep. 4. Method used to place panels shall minimize wrinkles. Wrinkles shall be identified as to proper location and compensation shall be identified on Contractor's and Engineer's drawings. Ballast shall be used to prevent relocation of compensating wrinkles by wind. 5. Adequate loading (sand bags or similar items that will not damage 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 panels). 6. Direct contact with geomembrane shall be minimized, (geomembrane in traffic areas is protected by geotextiles, extra geomembrane, or other suitable materials). B. Weather Limitations 1. Geomembrane deployment shall proceed between ambient temperatures of 32 to 104 degrees F. Placement can proceed below 32 degrees F only after verified by Engineer material seamed per specification. Below 40 degrees F, preheat GML. 2. Do not place geomembrane during any precipitation, excessive moisture (fog, rain, dew, etc.), or in excessive winds, as determined by Installation Supervisor. C. Geomembrane Protection: Geomembrane will not be left exposed to weather for more than seven consecutive calendar days. D. Factory Seam Quality Verifications: Engineer will require Contractor to test up to as much as 20 percent of factory fusion welds (non-destructive air pressure test and/or vacuum test) in field to verify factory test results. Additional testing at Installer expense will be required if failed tests are obtained in field. 01449014 GEOMEMBRANE LINER 02245 - 6 09/17 I U4 3.3 FIELD SEAMING A. Seams shall be oriented parallel to line of maximum slope, (oriented down, not across slope). In corners and odd -shaped geometric locations, number of field seams minimized. B. No base T-seam shall be closer than 5 feet from toe of slope. Seams shall be aligned with least possible number of wrinkles and fishmouths. If fishmouth or wrinkle found, relieve and cap -strip. C. Seam Overlap 1. Panels of geomembrane must have finished overlap of a minimum 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 performed on seam. 2. No solvent or adhesive may be used unless product is approved by Owner's representative. (Submit samples to Design Engineer for testing and evaluation). 3. Procedure used to temporarily bond adjacent panels together shall not damage geomembrane; temperature of hot air at nozzle of any spot-welding apparatus shall be controlled so geomembrane is not damaged. D. Seaming Equipment and Accessories. Approved equipment for field seaming are hot shoe fusion welders and extrusion welders. 1. Hot Shoe Welder, 110 Volt, 10 Amps. 2. Extrusion Welder, 220 Volt, 19 Amps. 3. High-speed, 10,000 rpm, 42-inch side grinder with 80-grit discs. 4. 7.5 KW Generator, single-phase with 110/220 Volt Outputs. 5. Power Cord, minimum S.O. type, 10 OSHA -approved electrical cord with OSHA -approved twist -type plugs and connections. 6. Seam Vacuum Tester for non-destructive seam and patch testing. 7. Field Tensiometer, capable of performing seam and peel adhesion tests for quantitative testing onsite. E. Test Seams 1. Field test seams shall be conducted on geomembrane liner to verify seaming conditions are satisfactory. Test seams shall be conducted for each seamer at the beginning of each seaming period, at Engineer's discretion, and at least once each four hours, for each seaming apparatus used that day. 2. All test seams shall be made at a location selected by Engineer in area of seaming and in contact with subgrade. Test seam samples shall be 10 feet long for hot -shoe welding and 3 feet long for extrusion welding with seam centered lengthwise. Specimens 1 inch wide shall be cut from each opposite end of test seam by Engineer. Engineer shall use tensiometer provided by Installer to test these specimens for shear and peel. If test seam fails to meet field seam specifications, seaming apparatus and/or seamer not accepted nor used for seaming until deficiencies are corrected and two consecutive successful full test seams achieved. At the very least, peel adhesion and bonded shear strength must be 62 and 95 percent, respectively, of parent material strength, but no less than 78 and 120 ppi, respectively. F. Non -Destructive Seam Testing: Installer shall non-destructively test all field seams over full length. All test equipment, including but not limited to the following, Installer furnishes: 1. Vacuum Box a. Equipment for testing single -wedge fusion seams and extrusion seams includes: 1) Vacuum box assembly consisting of rigid housing, transparent viewing window, soft rubber gasket attached to bottom, port hole or valve assembly, and vacuum gauge. 2) Steel vacuum tank and pump assembly equipped with pressure controller and pipe connections. 01449014 GEOMEMBRANE LINER 02245 - 7 09/17 3) Rubber pressure/vacuum hose with fittings and connections. 4) Plastic bucket and wide paint brush. 5) Soapy solution. b. These procedures shall be followed by Installer: 1) Excess sheet overlap trimmed away. 2) Clean window, gasket surfaces, and check for leaks. 3) Energize vacuum pump and reduce tank pressure to 3 - 5 psi. 4) Wet strip of geomembrane approximately 12 x 48 inches (length of box) with soapy solution. 5) Place box over wetted area and compress. 6) Close bleed valve and open vacuum valve. 7) Ensure leak tight seal is created. 8) For approximately 15 seconds, examine geomembrane through viewing window for presence of soap bubbles. 9) If no bubbles appear after 15 seconds, close vacuum valve and open bleed valve, move box over next adjoining area with minimum 3 inches overlap, and repeat process. 10) Mark and repair all areas where soap bubbles appear and retest. C. Procedures apply to locations where seams cannot be non-destructively tested, as determined by Engineer: 1) If seam is accessible to testing equipment prior to final installation, seam shall be non-destructively tested prior to final installation. 2) If seam cannot be tested prior to final installation, seaming operations shall be observed by Engineer for uniformity and completeness. 2. Air Pressure Testing (For Double -Fusion Seam Only) a. Procedures applicable to processes producing double seam with enclosed space. Equipment for testing double fusion seams comprised of- 1) Air pump equipped with pressure gauge able to generate and sustain a pressure of 25 - 30 psi, mounted on cushion to protect geomembrane. 2) Manometer equipped with sharp, hollow needle or other approved pressure feed device. b. Installer shall follow these procedures: 1) Seal one end of seam to be tested. 2) Insert needle or other approved pressure feed device through sealed end of channel created by double -wedge fusion weld. 3) Energize air pump to verify unobstructed passage of air through channel. 4) Seal other end of channel. 5) Energize air pump to pressure 25 to 30 psi, close valve, and sustain pressure approximately five minutes. 6) If loss of pressure exceeds 4 psi or pressure does not stabilize, locate faulty area, repair, and retest. 7) Remove needle or other approved pressure feed device and seal. G. Destructive Seam Testing 1. Installer shall provide Engineer with a minimum one destructive test sample per 500 feet of seam length from location specified by Engineer. Installer shall not be informed in advance of sample location. a. Sampling Procedure: To obtain test results prior to completion of liner installation, samples shall be cut by Installer as seaming progresses. Destructive test must be done for each welding machine used for seaming or repairs. Sampling times and locations determined by Engineer. Engineer must witness obtainment of all field test samples and Installer shall mark all samples with 01449014 GEOMEMBRANE LINER 02245 - 8 09/17 location roll and seam number. Installer shall also record, in written form, date, time, location, roll seam number, ambient temperatures, and pass or fail description. Copy of information must be attached to each sample portion. All holes in geomembrane resulting from obtaining seam samples, shall be immediately repaired. All patches shall be vacuum tested. b. Size and Disposition of Samples: Samples shall be 12 inches wide x 48 inches long with seam centered lengthwise. Sample shall be cut in two equal length pieces and given to Engineer. C. Field Testing: Installer shall cut six 1-inch-wide replicate specimens from his sample and Engineer shall test. Installer shall test two specimens (four when possible for testing both tracks on dual -track fusion welded seams) for peel strength. All tests to be witnessed by Engineer. To be acceptable, both test specimens must pass. Any specimen that fails through weld or by adhesion at weldsheet interface, is a non-FTB break and considered a failure. d. Independent Laboratory Testing: Engineer will package and ship all destructive seam samples to independent testing laboratory for determination and verification of all field shear and peel strengths. Test method and procedures to use by independent laboratory shall be same used in field testing, where seam samples are 1 inch wide, and grip separation rate is 2 ipm. Minimum passing criteria for independent laboratory testing are all the following (criteria apply to both tracks from each dual -track fusion welded seam before considered -- passing. ALL FAILED LAB TESTS PAID BY INSTALLER.): 1) All seam samples tested in peel mode must fail in FTB. 2) At least four of five seam samples from each peel and sheer determination must meet minimum specified value. t 3) Average value from all five seam samples from each peel and sheer determination must meet minimum specified value. 2. Archive Samples: Installer will package and ship remaining samples to Engineer for archival. Samples shall include information indicating where sample was taken. 3. Procedures for Destructive Test Failure a. These procedures shall apply when sample fails field destructive test: 1) Installer capstrips seam between failed location and passed test location. 2) Installer can retrace welding path to intermediate location (minimum 10 feet from location of failed test), at Engineer discretion, and take a small sample for additional field test. If test passes, capstrip seam between place and original failed location. If test fails, repeat process. 3) Over length of seam failure, Contractor shall either cut out old seam, reposition panel and reseam, or add a cap strip, as required by Engineer. 4) After reseaming or placing cap strip, take additional destructive field test(s) within reseamed area. Reseamed sample acceptable if test results are approved by Engineer. If test results not acceptable, repeat process until reseamed length is satisfactory to Engineer. - b. If sample fails laboratory destructive test, noted procedures shall be followed, considering laboratory tests exclusively. C. Engineer will document all actions taken in conjunction with destructive test -- failures. H. Defects and Repairs: All seams and non -seam areas of geomembrane shall be inspected by Engineer for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by geomembrane helps detect defects, surface of geomembrane shall be clean at time of inspection. Geomembrane surface 01449014 GEOMEMBRANE LINER 02245 - 9 09/17 shall be brushed, blown, or washed by Installer if amount of dust or mud inhibits inspection. Engineer shall decide if cleaning 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 Engineer presence. Each location that fails non-destructive testing, shall be marked by Engineer and repaired accordingly. 2. Repair Procedures a. Defective seams shall be restarted/reseamed as described in specifications. b. Small holes shall be repaired by extrusion cap welding. If hole is larger than 3 inches, it shall be patched. C. Tears shall be repaired by patching. Where tear is on slope or area of stress and has sharp end, it must be rounded prior to patching. d. Blisters, large holes, undispersed raw materials, and contamination by foreign matter shall be repaired by patches. e. Surfaces of HDPE to be patched, shall be abraded and cleaned no more than 15 minutes prior to repair. No more than 10 percent of thickness shall be removed. f. Patches shall be round or oval, made of same geomembrane, and extend a minimum 6 inches beyond edge of defects. All patches shall be same compound and thickness as geomembrane specified. All patches shall have top edge beveled with an angle grinder prior to placement on geomembrane. Patches shall be applied using approved methods only. 3. Restart/Reseaming Procedures: 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 a. Each repair shall be non-destructively tested except when Engineer requires destructive seam sample obtained from repaired seam. Repairs that pass non-destructive test shall be taken as indication of adequate repair. Failed tests indicate repair shall be repeated and retested until passing test results are achieved. b. Recording Results: Daily documenting all non-destructive and destructive testing shall be provided to Engineer by Installer. This documentation shall identify all seams initially failing test and include evidence seams were repaired and successfully retested. 3.4 GEOMEMBRANE ACCEPTANCE A. Installer retains all ownership and responsibility for geomembrane until Owner accepts. Geomembrane surface shall not have striations, roughness, pinholes, or bubbles and free of holes, blisters, undispersed raw materials, or any contamination by foreign matter; except if in Engineer opinion, blemish will not adversely affect properties and geomembrane use, Engineer may accept geomembrane after sufficient laboratory test data provided to support acceptance, and further, provided all such testing is done at sole expense of Installer. B. Geomembrane liner shall be accepted by Owner when all following conditions are met: 1. Installation is finished. 2. Field seam and repair verification adequacy, including associated testing, is complete. 3. Installer provides Engineer written certification, including "as built" drawing(s). 4. Documentation of completed installation, including all reports is complete. 5. Acceptance of Geomembrane Liner Evaluation Report by TCEQ. END OF SECTION 01449014 GEOMEMBRANE LINER 02245 - 10 09/17 SECTION 02260 - PROTECTIVE SOIL COVER PART 1 - GENERAL 1.1 SUMMARY A. Section includes Protective Soil Cover Specification and Installation. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. These listed publications form part of this specification to extent referenced and are referred to in text by basic designation only: 1. TCEQ, 30 TAC Chapter 330: Municipal Solid Waste Management Regulation 2. MS W Permit: Owner's TCEQ MS W Permit No. 69. 1.3 WEATHER LIMITATION A. Protective soil cover shall be constructed when atmospheric temperature is above 35 degrees F. When temperature fails below 35 degrees F, Contractor shall protect all areas of completed protective soil cover by approved methods against detrimental effects of freezing. Areas of completed protective soil cover damaged by freezing, rainfall, or other weather conditions shall be corrected to meet specified requirements. Protective soil cover placement shall not occur on rainy days or when rain is imminent. 1.4 SUBMITTALS A. Submit list of all equipment proposed for use in placing and maintaining protective cover. No equipment allowed within limits of liner system without approval of Engineer. B. Submit in accordance with Section 01300 - Submittals, including equipment weight, ground pressure information, required lift thickness information, etc. Unapproved equipment operating on floor of liner system or side slopes not allowed. PART 2 - PRODUCTS 2.1 MATERIALS A. Material used is coarse sand stockpiled onsite near project limits. All material shall be free of debris and rocks larger than 2 inches in diameter. B. Protective cover may use gravels and sands with a USCS classification of GP, GW, SP, or SW. C. Preconstruction and conformance testing for protective cover soils include Atterburg Limits and full gradation with minimum conformance testing frequency of one grain -size analysis (ASTM D422) and Atterburg Limit (ASTM D4318) per 5,000 cubic yards of in -place material. 2.2 EQUIPMENT A. Tracked equipment used to place soil cover on horizontal portion of liner system, must be low ground pressure type (5.0 psi maximum track pressure). 01449014 PROTECTIVE SOIL COVER 02260 - 1 09/17 B. Equipment exerting ground pressures of higher than 5.0 psi on lining system, will not be approved unless Contractor can certify conditions can be met with specific lift thickness of protective cover. Submit calculations to document certification. C. Only low ground pressure equipment (<5.0 psi) equipment allowed on sideslope of lining system. Submit list of equipment to use on sideslopes, including equipment weights, ground pressures, required lift thicknesses, etc. for Engineer approval prior to placing equipment on sideslopes. It will be Contractor responsibility to demonstrate equipment used on sideslopes will not damage liner or cause sliding failure. PART 3 - EXECUTION 3.1 STOCKPILING MATERIAL 3.2 3.3 3.4 3.5 3.6 A. If necessary, materials shall be stockpiled in manner and at locations designated. Prior to stockpiling, storage sites shall be cleared, drained, and leveled by Contractor. Approved material available from excavation or grading shall be stockpiled in manner and at locations designated. GRADE CONTROL A. Finished and completed protective soil cover shall conform to grades, lines, cross sections, and dimensions shown. LAYER THICKNESS A. Completed thickness of protective soil cover as indicated. Place protective soil cover so top surface, during spreading operations, is a minimum 2 feet above geomembrane liner. COMPACTION A. Compaction control not required but should be stable for construction and disposal equipment. THICKNESS CONTROL A. Thickness of protective soil cover shall be measured at intervals providing at least one measurement for each 5,000 square feet or major fraction thereof of protective soil cover. Thickness measurement shall be made by survey. Contractor will provide survey control during construction. Owner will provide final thickness survey after Contractor notifies Owner protective soil cover was placed and ready for verification survey by Owner. Any areas of inadequate thickness requiring a resurvey will be done at Contractor expense. Maximum tolerance shall be +0.2-foot over 2-foot soil cover thickness. PLACEMENT A. Contractor will take measures to protect completed liner system after installation is complete. No portion of liner system will remain exposed for more than 15 days after installation is complete and system accepted by Owner and Engineer. B. Place protective cover material with machinery that, in Engineer opinion, will not damage any portion of liner system or cause sliding of lining system or any part of system. Equipment used to place protective cover, must not exert a ground pressure load greater than 5 psi on geomembrane liner and must be approved by Engineer prior to utilization on system. 01449014 PROTECTIVE SOIL COVER 02260 - 2 I 09/17 3.7 MAINTENANCE A. Protective soil cover shall be maintained in a satisfactory condition until accepted. END OF SECTION 01449014 PROTECTIVE SOIL COVER 02260 - 3 09/17 SECTION 02900 - SEEDING PART 1- GENERAL MHENEF .• A. Section includes seeding, including soil preparation and native grass seeding. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02200 — Excavation and Earthwork. 1.2 SUBMITTALS A. Product certificates signed by manufacturers certifying products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made per methods established by Association of Official Analytical Chemists, where applicable. 3. Label data substantiating plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include year of production and date of packaging. C. Material test reports from qualified independent testing agency indicating/interpreting test results relative to compliance of materials with existing surface soil requirements analysis. D. Planting schedule indicating anticipated dates and locations for each type of planting. E. Maintenance instructions recommending procedures established by Owner for maintenance of landscaping during entire year. Submit before expiration of required maintenance periods. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Engage experienced Installer who completed landscaping work similar in material, design, and extent to that indicated for this Project with a record of successful landscape establishment. B. Installer's Field Supervision: Require Installer to maintain experienced full-time supervisor on Project site when landscaping is in progress. C. Testing Agency Qualifications: To qualify for acceptance, independent testing agency demonstrates, to Engineer satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E699, has experience and capability to satisfactorily conduct testing indicated without delaying Work. D. Topsoil Analysis: Furnish soil analysis made by a qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, sand), deleterious material, pH, and mineral and plant -nutrient content of topsoil. Report suitability of topsoil for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments added to produce satisfactory topsoil. E. Preinstallation Conference: Conduct conference at Project site as specified in Section 01039 — Coordination and Meetings. 01449010 SEEDING 02900 - 1 04/11 t1.4 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed labeled and undamaged containers. g 1.5 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Engineer before planting. 1.6 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 1. Provide schedule showing when plant materials anticipate to be planted. 2. Show schedule of when lawn type and other grass areas anticipate to be planted. 3. Indicate planting schedules in relation to schedule for finish grading and topsoiling. 4. Indicate anticipated dates Engineer required to review installation for initial acceptance and final acceptance. 1.7 WARRANTY A. General Warranty: Special warranty specified shall not deprive Owner of other rights Owner has under provisions of Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of Contract Documents. PART 2 - PRODUCTS 2.1 GRASS MATERIALS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. B. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Schedules. 2.2 TOPSOIL A. ASTM D5268, pH range 5.5 to 7, 4 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. B. Source: Reuse surface soil stockpiled on site. Verify suitability of surface soil to produce topsoil meeting requirements and amend as specified in soil analysis. Supplement with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 01449010 04/11 SEEDING 02900 - 2 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow- release nitrogen, 50 percent derived from natural organic sources of urea - form, phosphorous, and potassium in composition of 1 pound per 1,000 square feet of actual nitrogen in a balanced fertilizer with N:P:K ratio of 3:1:1 and minimum 10 percent sulfur and 2 percent iron or fertilizer containing elements in proportions meeting recommendations of soil analysis from qualified soil testing agency. 2.4 MULCH A. For seeded areas: Clean, seed -free, threshed straw of oats, wheat, barley, rye, beans, peanuts, or other locally available mulch material not containing excessive quantity of matured seeds of noxious weeds or other species that grow or detrimental to seeding, or provide a menace to surrounding land. Do not use fresh or excessively brittle material or is decomposed and will smother or retard growth of grass. B. Native grass seeded areas. Weed -free hay, excluding brome or bluegrass hay, used on slopes 4:1 or steeper. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and conditions affecting performance of work. Do not proceed with installation until unsatisfactory conditions are corrected. 3.2 PREPARATION A. Outline areas, and secure Engineer acceptance before starting planting work. Make minor adjustments as required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas planted in immediate future. B. Loosen subgrade to a minimum 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. Place approximately half thickness of planting soil mixture required. Work into top of loosened subgrade to create transition layer. Place remainder of planting soil mixture. 01449010 SEEDING 02900 - 3 04/11 D. Grade grass areas to smooth, even surface with loose, uniformly -fine texture and fill depressions to meet finish grades. Limit fine grading to areas planted in immediate future. Remove trash, debris, stones larger than 1 inch in any dimension, and other objects interfering with planting or maintenance operations. E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.5 SEEDING NEW GRASSED AREAS A. Do not use wet, moldy, or otherwise damaged seed. B. Perform permanent seeding work April 20" to September 301" C. Perform temporary seeding work from October 11 through March 3Is D. Employ satisfactory methods of sowing using mechanical power -driven drills, seeders, mechanical hand seeders, or other approved equipment. E. Distribute seed evenly over entire area not less than 4 pounds (PLS) seed per 1,000 square feet, 50 percent sown in one direction, remainder at right angles to first sowing. F. Stop work when work extends beyond most favorable planting season for species designated or when satisfactory results cannot be obtained because of drought, high winds, excessive moisture, or other factors. Resume work only under favorable conditions. G. Lightly rake seed into soil followed by light rolling or culti-packing. H. Immediately protect seeded areas against erosion by mulching. Spread mulch in continuous blanket using 1-1/2 tons per acre to a depth of 4 or 5 straws. I. Protect seeded slopes against erosion with erosion netting or other methods approved by Engineer. Protect seeded areas against traffic or other use by erecting barricades and placing warning signs. J. Immediately following spreading mulch, anchor mulch using rolling coulter or Wheatland land -packer with V-shaped edged wheels to force mulch into soil surface, or apply evenly distributed emulsified asphalt at rate of 10 —13 gallons per 1,000 square feet. SS-1 emulsion per ASTM D997 or RC-1 cutback asphalt per ASTM D2028 are acceptable. If mulch and asphalt are applied in one treatment, use SS-1 emulsion with penetration test range 150-200. Use appropriate shields to protect adjacent site improvements. K. If hydroseeding, machinery must be approved, modern, properly equipped and operated by experienced operator. Seed and fertilize at rate specified. Use appropriate shields to protect adjacent site improvements. 3.6 CLEAN UP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose off Owner's property. 01449010 SEEDING 02900 - 4 04/11 3.8 SEED MIXTURE SCHEDULE, APPLICATION RATES, AND POTENTIAL SEEDING SEASONS A. Recommended planting rate for permanent seed mix is 10 pounds PLS per acre. In addition to seed type, Table 1 shows percentage of each seed in overall mixture: Table 1— RECOMMENDED SEED MIX FOR VEGETATION ESTABLISHMENT Permanent Mixture Blue Grama Sideoats Grair Buffalograss Western Whe, Sand Dropsee Green Sprangle Kleingrass Switchgrass Annual Rye `Gir END OF SECTION 30 �a 20 20 it 10 d 5 '0P 5 5 5 01449010 SEEDING 02900 - 5 04/11 SOIL AND LINER QUALITY CONTROL PLAN ATTACHMENT 10 WIL AND LINED QUALITY CONTROL PLAN (S LQCP) ATTACHMENT 10 SOIL AND LINER QUALITY CONTROL PLAN TABLE OF CONTENTS Section 1.0 INTRODUCTION ............................................ 1 ^ 1.1 General .............................................. 1 1.2 DefinitIons............................................ 2 2.0 CONSTRUCTED CLAY LINER ........................... 4 2.1 General.............................................4 2.2 Prellminarp Sampling and Testing Procedures ....... . .... . ..... 5 2.2.1 Imparted Natural Clays .............................. 5 2.2.2 On -Site Solis Enriched with Bentanita . , ........ , ........ 6 2.3 Sampling and Testing of Constructed Clay Liners. 7 2.3.1 Density and Moisture Content ......................... 7 2.3.2 Sieve Analysis and Atterberg Limits ..................... $ 2.3.3 Coefficient of Permeability ........................... 8 ( 2.3.4 Thickness Verification ............................... 9 2.4 Construction of Liners Using Imported Clays ...... , ............ g 2.5 Construction of Liners Using On -Site Soils Enriched with Bentonite , . 11 3.0 FLEXIBLE MEMBRANE LINER (FML) ............................ 12 3.1 General.............................................12 3.2 Submittals ...........................................12 3.3 Quality Assurance ........................... 14 3.4 Delivery, Storage and Handling .......................... . . 15 3.5 Products 3.6 ............................................16 Installation Procedure ................................... 19 3.7 Field Quality Control ................................... 23 4.0 LEACHATE COLLECTION SYSTEM ............................. 28 5.0 PROTECTIVE SOIL COVER ................................ , . 33 0.0 MARKING AND IDENTIFYING OF EVALUATED AREAS .............. 34 E 7.0 SLER, FMLER, AND CONSTRUCTION DOCUMENTATION ............ 35 L City of Lubbock 104 August 1994 MSWLF Permit Modifleations Revised a 1.0 Introduction 1.1 General This Soil and Liner Quality Control Plan (SLQCP) presents engineering and quality control requirements for construction for the Lubbock landfill composite lining system. The SLQCP shalt be used in conjunction with the Site Development Puri Attachments and final construction drawings and specifications. The SL{�CP shall address the following: A Quality Assurance Program and the Quality Assurance Procedures to be implemented during the composite liner construction including field observation, laboratory and field testing, and acceptance criteria for constructed work. Recording and documenting procedures to demonstrate that the constructed composite liner meets the requirements of project plans and specifications. 10 Lines of communication, responsibilities and role of Quality Assurance team and other related project personnel. ■ Report submittals required by the Texas Natural Resource Conservation Commission (TNRCC). City of Lubbock MSWLF Permit Modifications 1 0-1 August 1994 Revised 1.2 Definitions This'section provides the definitions for terms used in this SLQCP. "Quality Control_" - Actions taken by the FML manufacturers and FML contractor to ensure that the geosynthetic materials and workmanship meet the requirements of project plans and specifications. "Qualify Assurance" - Actions taken by the Geotechnical Professional (GP) to _ assure conformity of the liner system production and installation with the Quality Assurance Plan, drawings and specifications. QA is provided by a party independent of Installation. __. "Work" -All tools, equipment, supervision, labor and material or supplies necessary to complete the project as specified herein and as shown on the plans. "Geasynthetics" - A generic classification given to synthetic (man-made plastic) materials used in geotechnical engineering applications. Included are flexible membrane lining, geotextiles, geonets, geogrids, geocomposites and geocells., For the City of Lubbock Landfill, goosynthetics is used to refer to FML, geosynthetic cushion, and geotextiles. "Flexible Membrane Linin (FML): - Essentially an impermeable synthetic material used as an integral part of a lining system. It is sometimes referred to as a geomembrane, sheet or panel. On this project, the FML will consist of a High Density Polyethylene (HDPE) material. "Geotextlie" - A permeable synthetic textile used with soil, tack, sand, gravel or any other similar materials as an integral part of the composite lining system. It provides protection to the FML as a geosynthetic cushion and also serves as a filter interface between two types of soil materials. City of Lubbock 1G-2 August 1994 MSWLF Permit Modifications Revised "Manufacturer' - Firm(s) responsible for the production of FML and geotextile from resin. "Earthwork Contractor" - The firm responsible for subgrade preparation and clay liner construction Under the FML installation. The firm may also be responsible for placing protective cover and granular drainage materials over the installed lining system. "FIVIL Contractor" - The firm responsible for handling, storing, placing, seaming, and other aspects of the installation of the FML, geosynthetic cushion and geotextiles as a part of the composite lining system. "Geotechnical Professional" (GP) - Person(s) of firm(s) authorized by the Owner to manage and oversee the execution of the work, The Geotechnical Professional is also responsible for observing, testing and documenting activities related to liner quality assurance during the installation of the lining system, and for issuing the final report. All completed work is subject to approval of the Geotechnical Professional. "Owner" - The City of Lubbock "Qualified Engineering Technician" » The representative of the Geotechnical Professional who Is NICET - Certified in Geotechnical Engineering Technology at Level 1 or higher, an engineering technician with a minimum of four years of directly related experience or a graduate engineerigeologist with one year of directly related experience. "Quality Assurance Laboratory" - The firm responsible for conducting tests on clay liner and geosynthetic samples taken from the site. The laboratory shall be independent of the Owner, Manufacturer, Lining Contractor and any party involved City of Lubbock 14-3 August 1994 M&WLF Permit Modifications Revised N with the manufacture and/or installation of any of the geosynthetics. "Protect Plans and Specifications" - All project related plans and specifications including design modifications and "as -built" plans. "Project Documents" -All contractor submittals, construction plans,','as-built" plans, construction specifications, QA plan, safety plan and project schedule. 2.0 Constructed Clay liner 2.1 General This section covers the work to construct and test the constructed clay liner. Prior to liner construction, the landfill grid coordinate system should be established in and around the construction area. The markers should be visible to personnel in the construction area (see Section 6). The minimum constructed clay liner thickness, measured perpendicular to the surface being lined, will be two feet including the sumps. The surface of the finished clay liner should be smooth rolled with a flat wheel roller and kept moist prior to installation of the flexible membrane liner. New liner sections should be properly tied back into previous liner sections to ensure continuous liner coverage. For excavation surfaces with a slope of Horizontal to i Vertical (3f-1:1V) or flatter, liner construction may utilize lifts parallel to the surface. For excavation surfaces that have steeper than 3HAV slopes, linings should be placed in successive horizontal soil lifts; however, such lifts must be sufficiently wide to safely accommodate both the construction equipment and the related placement and compaction operations. City of Lubbock MSWLF Permit Modifications 10-4 August 1994 Revised content. After the sample is prepared, it must be hydrated for a period of 24 to 48 hours with tap water prior to testing for the coefficient of permeability. The coefficient of permeability must not be more than 1.0 x 10"' cm/sec. In addition, the bentonite-enriched material must have a liquid Limit of no less than 30, a plasticity index of no less than 15, and percent passing No. 20a sieve of no less than 30, 2.3 Sampling and Testing for Constructed_ Clay Liners Each sidewall and floor area must be separately evaluated unless the two areas are constructed in a continuous monolithic fashion. All soil samples will be visually inspected for compaction planes, permeable zones, poor compaction, or other problems and to determine soil type. Any liner sections not meeting the minimum standards on the first test will be reworked or replaced and retested, until they do meet the minimum standards. All test and sample locations will be identified by lift number and landfill grid coordinates on a drawing of the construction area. 2.3.1 Density and Moisture Content For parallel lifts, one test per each 5,000 square feet, or less, of surface area of lining for each 6 inches of depth (but no less than 3 density tests per 6 inch lift). For horizontal lifts, one te§t for each 100 lineal feet for each 12 inches of thickness. The test locations will be evenly distributed across each lift being tested. Any area appearing to be of questionable quality will be tested instead of, or in addition to, the area previously planned for testing. Test procedures for determining moisture -density relationships in the laboratory will utilize ASTM D 696 (Standard Proctor density). The density obtained in the field must be at least 95 percent of the Standard city of Lubbock 10 7 August 1994 MSWLF permit Modirications Revised Proctor value with a moisture content at or above optimum. Sections of compacted soil liner which do not pass the density and moisture requirements shall be reworked and retested until the sect[on in question does pass. All holes created for density machine probes shall be backfilled with a mixture of liner material and dry powdered bentonite. 2.3.2 Sieve Analysis and Atterbero Limits Balk samples will be collected for analysis to determine the Atterberg limits and the percent passing the No. 40 and 200 sieves. For parallel lifts, a minimum of one test sample for each 100,000 square feet of surface per Iift, or major fraction thereof, but no less than one test per 6 inch lift of parallel liner. For horizontal lifts, a minimum of one test per 2,000 lineal feet per 12 inches of horizontal liner. Test procedures to be followed to the laboratory will be ASTM D422 for Sieve Analysis (+40, +200, and -200) and ASTIVI D4318 forAtterber LimitsThe 9 . liner soil must have a liquid limit of no less than 30, a plasticity index of no less than 15, and percent passing No. 200 _ sieve of no less than 30. 2.3.3 Coefficient of Permeability Undisturbed samples of the constructed liner wilt be collected for permeability testing. These samples will be collected using a 3-inch or lamer diameter sampling device. The void left by the sampling device will be backtilled with a mixture of liner material and powdered bentonite. For parallel lifts, a minimum of one test sample for each 100,000 square feet of surface per lift, or major fraction thereof, but no less than one test per 6 inch lift of parallel liner. For horizontal lifts, a minimum of one test per 2,000 lineal feet per 12 inches of horizontal liner. Each sample shall be - City of Lubbock 10-8 August 1994 MSWI-F Permit Modirications Revised tested in the laboratory using a Felling Mead procedure (Appendix VI1 of the Corps of Engineers Manual, EM111-2-1906, Laboratory Sails Testing, or more recent version), or a Constant Head procedure (ASTM Q 5084 or EM 11102-1906, Appendix Vll). The permeant fluid must be tap water or water with a 0.05iv solution of CaSO4. The litter coefficient of permeability must not exceed 1 x,10'7 cm/sec, 2.3.4 Thickness Verification Elevation of grid points taken before and after clay placement with field surveying equipment shall be used to determine constructed liner thickness. Elevations will be taken at a minimum of one per 6,000 square feet of surface area or major fraction thereof. If the lined area under evaluation is less than 5,000 square feet, a minimum of two reference paints are required for verification. Probe holes that disturb finished clay liner may not be used to determine thickness. 2.4 Construction of Liners Using Imported Natural Clays Placement of clay liners shall be performed in accordance with the following guidelines: 1. Prior to placement of clay liner material, the subgrade in the bottom and side wall (3 Horizonal to 1 Vertical slope or flatter) areas should be brought within design lines and grades and then be scarified to a depth of approximately six inches. All rocks, foreign objects and organic material shall be removed. The scarified soils should be recompacted to at least 95 percent of Standard Proctor density at or above optimum moisture content. This recompacted section is not part of the constructed liner section. City of Lubbock 10-9 August 1994 tVMSWLF Permit Modifications Revised 2. All soil liners must be constructed in compacted layers or lifts using a maximum loose lift thickness of eight inches (6-inch nominal compacted thickness). layers may be formed by utilizing equipment which will spread the material as it is dumped, or the layers may be formed by spreading or blading from piles or windrows previously dumped from excavating or hauling. equipment in such amounts that the material is evenly distributed. Water Used for sprinkling must be clean and shall not have been in contact with solid waste or other objectionable matter. Water required to bring the material to the moisture content necessary for maximum compaction should be sprinkled evenly at the bottom of each lift so as to achieve a uniform moisture content throughout each lift. The liner soil material shall contain no rocks or stones larger than one inch or have more than 10 percent rock by weight. The maximum clad size will be approximately one inch in diameter. 3. Each constructed soil lift, or layer of liner, must not exceed eight inches of loose depth, and must be compacted to at least 98% Standard Procter maximum dry density at or above the optimum moisture content. Each lift shall be compacted with a pad/tamping-foot or sheeps foot roller. The lift thickness shall be controlled so that there is total penetration through the loose lift under compaction into the top of the previously compacted lift; therefore, the compacted lift thickness must not be greater than the pad or prong length. This is necessary to achieve adequate bonding between lifts and reduce seepage pathways. Adequate cleaning devices must be in place and maintained on the compaction roller so that the prongs or pad feet do not become clogged with clay soils to the point that they cannot achieve full penetration during initial compaction. The footed roller is necessary to achieve bonding and to reduce the individual clods and achieve a blending of the soil matrix through its kneading action. In addition to the kneading action, weight of the compaction equipment is _1 City of Lubbock MSWLP Permit Modifications August 1994 Revised Important. When using ASTM D695 (Standard Proctor) density, the minimum weight of the compactor should be 1500 pounds per linear foot of drum length, and a minimum of eight passes is recommended for the compaction process. 2.5 . Construction of Liners Using On Site Solis Enriched with BeaIgnite Liner construction may utilize on site soils enriched with bentonite. Bentonite Shan be added to the on site soils in a pugmill or equivalent operation to ensure continuous supply of quality liner material. A general guideline for placement of the soil admixture Is discussed below. 1. Prior to placement of clay liner material, the subgrade In the bottom and side wall (3 Horizonal to 1 Vertical slope or flatter) areas should be brought within design lines and grades and then be scarified to a depth of approximately six inches. Ali rocks, foreign objects and organic material shall be removed. The scarified soils should be recompacted to at least 95 percent of Standard Proctor density at or above optimum moisture content. This recoJ'1'lpacted section is not part of the constructed liner section. 2. All soil liners must be constructed in compacted layers or lifts using a maximum loose lift thickness of eight inches (G-Inch nominal compacted thickness). Layers may be formed by utilizing equipment which will spread the material as it is dumped, or the layers may be formed by spreading or blading from plies or windrows previously dumped from excavating or hauling equipment in such amounts that the material Is evenly distributed. Water used for sprinkling must be clean and shall not have been In contact with solid waste or other objectionable matter. Water required to bring the material to the moisture content necessary for maximum compaction should be sprinkled evenly at the bottom of each lift so as to achieve a uniform City of Lubbock 10-11 August 1994 MSWLP Permit Modifications Revised u moisture content throughout each lift. The liner soil material shall contain no rocks or stones larger than one inch or have more than 10 percent rock by weight. The maximum clod size will' be approximately one inch in diameter. 3. The soil admixture shall be compacted with a paditamping foot or sheeps- foot roller to a minimum density of 95% of the Standard Proctor maximum dry density established in the laboratory at or above optimum moisture content. The admixed soil should be laid and compacted in layers not exceeding six inches in thickness. 3.0 Flexible Membrane Llnlna fFML) 3.1 General This Section covers the work necessary to construct and test the flexible �_. membrane lining (F1VlL) system, which will consist of a 60 mil Nigh Density Polyethylene (HDPE) material. The overall objective is to provide an effective lining system at the completion of the work, 3.2 Submittals The Contractor shall submit written certification by the lining Manufacturer that the lining materials conform to the requirements of the SLQCP; are similar and of same formulation as that for which certification is submitted; and has been demonstrated; by actual usage to be satisfactory for the intended application. The. lining Manufacturer and the Contractor, each; shall submit a complete description of its quality control program, as applicable, for manufacturing, handling, installing, testing, repairing and providing a completed lining in accordance with requirements of the SLQCP. The description shall include, but not be limited to, polymer resin supplier, product identification, acceptance testing, fabrication and production testing, installation testing, documentation of changes, City of Lubbock 10-12 MSWLF Permit Modifications August 1994 Revised 0 alterations and repairs, retests and acceptance. The Contractor shall submit installation drawings, description of installation procedures, and a schedule for performingfcompleting the Work. Installation drawings shall show a lining sheet layout with proposed size, number, position, and sequence of placing of all sheets and indicating the location of all field seams. Installation drawings shall also show complete details and/or methods for anchoring the lining at its perimeter, making field seams, and making anchorsfseals to pipes and structures. The Contractor shall submit for approval by the Engineer samples of lining material(s) and field seams prior to start of construction. The Contractor shall submit six (6) 8 inches x 10 inches samples of lining material(s) and six (6) samples of field seams. The field seam samples shall be fabricated by the Contractor using the same materials, equipment and procedures for the lining. Samples shall measure 12 inches plus seem width in width and 18 inches in length. The samples shall be numbered and dated. The Contractor shall submit a complete description of welding procedures for making field seems and repairs, The welding procedures shall conform to the latest procedures recommended by the lining Manufacturer and to the SLQCP. The Contractor shall submit for approval by the Engineer certification that the surface(s) on which the lining will be placed is acceptable. Installation of the lining shall not commence until this certification is furnished to the Engineer. The lining Manufacturer shall furnish a written lining material warranty on a prorata basis for a period of 20 years. The warranty shall be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet or other City of Lubbock MSWLF Permit Modifications t Q-13 August 1994 Revised normal weather aging. The warranty shall be limited to replacement of material only, and shall not cover installation of said material. It shall not cover damage due to vandalism, acts of animals or unusual acts of God. The Contractor shall furnish a written guarantee that the entire lining work constructed by him to be free of defects In material and workmanship and installed pursuant to the SLQCP for a period of two (2) years following the date of acceptance of the Work by the Engineer. Dearing the 23rd month, a pro -guarantee expiration inspection will be conducted to identify any necessary repair work covered by the guarantee. The Contractor shall agree to make any repairs or replacements made necessary by defects in materials or workmanship in the Work which become evident within said guarantee period. The Contractor shall make repairs and/or replacements promptly, the Owner may do so, and the Contractor shall be liable to the Owner for the cost of such repairs and/or replacements. 3.3 quality Assurance Prior to start of worst, the lining Manufacturer and the Contractor, each, shall submit for approval by the Geotechnicai Professional documented evidence of its ability and capacity to perform/ this Worts. Each shall have successfully manufactured andfor installed a minimum of two (2) million square feet of similar lining material. in solid waste containment structures. The Contractor can meet these criteria by teaming with a subcontractor who is identified in the bid along with the frm's experience. The Contractor shall submit the name and qualifications of its project superintendent that will be on the project whenever lining materials are being handled/installed plus the names and qualifications of senior installation personnel on the project. City of Lubbock 10-14 99 August 1994 MSWLi± Permit Modifications Revised The Quality Control Plan(s) to be implemented for the Work by the lining Manufacturer and the Contractor shall be in accordance with applicable paragraphs of the SLQCP. The Manufacturer shall provide on -site technical supervision and assistance at all times during installation of the fining system. The Manufacturer and Contractor, as applicable to each, shall submit for approval by the Geotechnical Professional written certification that the lining system was installed in accordance with the Manufacturer's recommendation, the SLQCP, project specifications and drawings, and approved submittals. The Geotechnical Professional will initiate a pre -installation meeting with the Manufacturer and Contractor prior to installation of the lining system. Topics for review/discussion shall include, as a minimum, project plans and specifications, approved submittals, training and qualification procedures for Contractor personnel, and demonstration of making a field welded Seam (s) including peel and shear tests. Prior to installation of the lining system, the Contractor shall instruct the workmen of the hazards of installation, such as handling sheets of lining material in high winds; use of equipment; application of solvents, adhesives and caulks; and walking on lining surfaces. Work gloves, safety glasses, hard hats, and smooth - soled shoes are minimum safety wear requirements when working on the FML. Safety shoes must be worn when handling heavy objects. The Geotechnical Professional shall have authority to order an immediate stoppage of work because of improper installation procedures, safety infractions, or for any reason which may result in a defective liner. City of Lubbock MSWLF Permit Modifications WAS August 1994 Revised gym,, 3.4 Delivery, Storage and Handlin The Contractor shall submit for approval by the Geotechnical Professional a method(s) for handling and storage of lining material(s) which have been delivered to the project site. These materials shall be stored in accordance with the Manufacturer's recnrnmanr9atir►n Lining materials delivered to the site shall be inspected for damage, unloaded, and stored with a minimum of handling. Materials shall not be stored directly on the ground. The storage area shall be such that all materials are protected from mud, soft, dirt and debris. The stacking of lining shall not be higher than two rolls. Under no circumstances shall the lining be subjected to materials, sandbags, equipment or rather items being dragged across its surface. Nor shall workmen and others slide down slopes atop the lining. All scuffed surfaces resulting from abuse of any kind caused by the Contractor in performance of the Work shall be repaired at the Geotechnical Professional's direction, The Contractor shall be completely responsible for shipping, storage, handling, and installation of all lining materials in compliance with the SLQCP. 3.5 Products The High Density Polyethylene (HDPE) lining materials shall be new, first quality products designed and manufactured specifically for the purposes of the Work and shall have sa isfactorUy demonstrated by prior use to be suitable and durable for such purposes. The flexible membrane shall be an unmodified HOPE containing no plasticizers, fillers, chemical additives, reclaimed polymers, or extenders. For ultraviolet resistance, the FML material shall contain not less than 2.0 percent carbon black as determined by ASTM D 1603. The only other compound ingredients to be added to the FML resin shall be anti -oxidants and heat stabilizers City of Lubbock MSWLF Permit Modifications 10-16 August 1994 Revised required for manufacturing. The FLAIL shall be supplied as a single ply continuous sheet with no factory seams and in rolls with a minimum width of 15 FT. The roll length shall be maximized to provide the largest manageable sheet forme fewest field seams. The FML lining materials shall be as manufactured by Gundle Lining Systems, Inc., Houston, Texas; Poly America, Inc., Grand Prairie, Texas; National Seal Company, Galesburg, Illinois; SLT North America, Inc., Conroe, Texas, or approved equal. Prior to use, the FML materials shall be certified in writing by the Manufacturer to meet the minimum typical physical properly values described in Table A. Alternate manufacturer's brands with slightly different physical properties may be approved by the Geotechnical Professional. The certificate should include roll identification number, testing procedure and test results. Test results are required for every mcoo ft2 of FML shipped to site. TABLE A HDPE PROPERTIES PmpertV Test Method Smooth HOPE Textured i3DPE Values Values Thfckness (Milt10%) ASTM D $19911593 60 50 Speoffic Gravity ASTM D 1505 0.94 0.94 Carbon Black Content (4'o ASTM D 1603 2-3 2 - Min) Carbon Stack afspersion ASTM D 3015 A-1, A 2, or 8-1 A-1, A-2, or S-1 Meft Flow Index, (rnax.) ASTM D 1238 1_a 1.0 (g11G minutes) Condition E r-11 P i_ City of Lubbock 10-17 August 1994 MSWLF permit Modificafions Revised t Tensile Properties ASTM D 838 (Each Direction) Type IV Specimen I. Tensile Strength dumb bell(_ 2 ipm At Break (Ibiln width) 22$ 132 At Yield (Ibfin width) 132 132 2. Elongation At Break (Percent) 760 200 At. Yield (Percent) 12 12 Tear Resistance (Ibs min) ASTM D 1004 45 45 Puncture Resistance (Ibs. min) FTM Std 1010 108 108 Method 2065 Law Ternpwature/BrMleness ASTM D 746 -60 -80 {°F) Procedure IB Dimenslona[ Stability ASTM D 1204 2 i 2 (Each Direction, % change 100°C 1 HR Max) Resistance to Sail Burial ASTM D 3053 using (Max % change, original ASTM D 638 Type value) IV 1. Tensile Strength Specimen Q 2 ipm At Break & Yield t 10 t 10 2. Elongation At Break & Yield f 10 10 Environmental Stress Crack ASTM D 1693 200 200 (Min Hrs) Condition C (100*C) ::1i Water Absorption ASTM D 670 0.1 0.1 (Max % wt change) Coefficient of Linear Thermal ASTM D 696 2 x 10{ 2 x 10' Expansion (crrmlcrn*C) Hydrostatic Resistance (psi) ASTM D 751 400 350 Method A-1 Moisture Vapor Transmission ASTM E 96 0.02 0,02 max. (gtm? day) Index Friction (°3 GRI GS-7 --- 40" Bonded Seam Strength, ASTM D 4437 132, FT8* (less than 10% Into (lb/in)' seam) Peel Adhesion ASTM D 4437 Fusion (Ibfin) 90(FTB`) 90(FTB") Extrusion (Ih1in) 78(FTS-) 78(FTB+) "Film -Tear Bond City of Lubbock MSWLF Permit Modifications f0-18 August 1994 Revised In addition to the manufacturer's quality control certificates, samples of the delivered rolls of geomembrane will be obtained for conformance testing. Upon delivery of the rolls of geomembrane, the test samples shall be obtained for conformance testing in accordance with the schedule in Table B or as specified in the construction specifications for the project, if greater. TABLE Geomembrane Conformance Test Schedule TEST METHOD FREQUENCY Thickness ASTM D 75111693 Leading edge of each geornernbrane roll Density ASTM D 70211505 Not less than 1 test per 100,000 fez with not less than one per resin lot Minimum of 4 tests required. Carbon black content ASTM D 1603 Carbon black dispersion ASTM D 3015 Tensile Properties ASTM D 838 Puncture resistance ASTM D 4833 Tear resistance ASTM D 1004 Extrusion resin used for fusion welding with extrudate to make field seams between FML sheets and for repairs shall be HOPE produced from and the same as the HDPE sheet resin. Physical properties shall be same as HDPE lining sheets, 3.6 Installation Procedures Prior to installation of the FML, a site inspection will be conducted by the Geotechnical Professional and the Contractor to verify measurements, structures and surface conditions to support the FML. City of Lubbock MSWLF Permit Modifications 10-I9 �l August 1994 LJ Revised �i a i The Contractor will provide written documentation to the Geotechnicai Professional that surfaces to receive the FLAIL, have been inspected and are acceptable for installation of the lining. All earth subgrade surfaces will be maintained in a smooth, uniform, and compacted condition during installation of the lining. Excessive cracking (defined as cracks of a least V in depth and at least 1' in length) of the surfaces will be repaired as directed by the Geotechnical Professional. Immediately prior to installation of the lining, any erasion or other damage to the subgrade which has occurred since completion of earth work will be corrected. Adequate drainage of the subgrade will be provided and maintained until installation of the lining is completed. No vehicles will be permitted to travel the completed subgrade. Before the work begins, the Contractor will Inspect all lining materials for damage from transit. Materials that cannot be repaired will be rejected and removed from i the work area and site. During unwrapping of lining materials for use and placement, the Contractor will visually inspect all materials, particularly surfaces of lining sheets, for imperfections and faulty areas. All such defective places will be marked and repairers in accordance with approved methods. The FML will be installed as shown on the project plans and approved installation drawings. placement of the FML will be done such that good fit, without bridging, is provided on all covers and grade changes. Excessive slack will be avoided to minit'nize rippling during the soil cover operation. -j Sheets of FIVIL materials will be of such lengths and widths and will be placed in such a manner as to reduce field seaming to a minimum. The lining will be anchored in accordance with details shown on approved plans and drawings. The A!� P 9 City of Lubbock 10-20 August 1994 MGWLF Permit Modifications Revised i lining will be anchored and sealed to structures, pipes and other types of penetrations, (if any), in accordance with details shown on approved plans and drawings. All changes in approved installation drawings and procedures must be approved by the Geotechnicai Professional. Extreme care will be taken during installation of the lining to be certain no damage is done to any part of the lining. Dragging of the FML material on the subgrade will be avoided. Smoking by installation personnel will be prohibited. All handling and installation procedures will be performed by workers wearing shoes with smooth soles. Shoes with soles that have patterns in relief shall be prohibited. No foot traffic will be allowed on the FML except with approved shoes. No vehicular traffic will be allowed on the lining. All motor driven equipment using fuel will have spark arrestors. No gasoline driven generators or cans of gas or solvent will be placed directly on the lining material. Under no circumstances will the lining be used as a work area to prepare patches or to store tools and suAalies. If needed, a tarpaulin of approved material will be spread out as a work area. During installation, the Contractor will be responsible for protecting the lining against adverse effects of high winds such as uplift. Sand bags will be used as required to hold the lining material in position during installation. Sand bags will be sufficiently close-knit to preclude fines from working through the bottom, sides or seams. Paper bags, whether or not lined with plastic, will not be permitted. Burlap lags, if used, must be lined with plastic. Bags will contain not less than 40, nor more than 60 pounds of sand having 100 percent passing a number 8 screen and will be tied closed after filling, using only plastic ties. Bags that are split, torn, or otherwise lasing their contents will be immediately removed from the work area and any spills immediately cleaned up. Metal or wire ties will not be used. The FML material will not be installed under adverse climatic conditions, unless the Contractorcan demonstrate that his installation techniques adequately compensate City of Lubbock MSWLF Permit Modifirmtons 10 21 FA s F"i, 9 z� August 1994 Revised r� r for such adverse conditions and duality of workmanship is not compromised. Adverse climatic conditions occur when the air temperature measured 6 inches above the FML surface is less than 320F and decreasing, or more than g0°F; when the relative humidity is more than 80 percent; when it is raining; g, or when there is i r frost on the ground; or during conditions of excessive winds. FML field seams will be lap seams as shown on approved plans and drawings. The lap seams will be formed by tapping the edges of FML sheets a minimum of 4 inches. The contact surfaces of the sheets will be wiped clean to remove dirt, dust, moisture, and other foreign materials. For fillet weld seams, bevel edge of FML and clean oxidation from surfaces to receive extrudate by disk grinding or equivalent not more than one hour before seaming. Lap seam intersections involving more than 3 thicknesses of lining material will be avoided, and all seam intersections will be offset at least 2 FT. No horizontal field seams will be allowed on the slope and sheets of lining material on the slopes will extend down slope out onto bottom a minimum of 5 FT from toe of slope. Field seams between sheets of FLAIL material will be made using approved fusion welding systems, equipment and techniques. Approved fusion welding systems include fillet weld using extrudate, lap weld using extrudate, and lap weld using single or double wedge welder. If the wedge welder is used, the free edge of the seam of the top sheet will be removed without affecting the integrity of the seam. Any necessary repairs to the FML will be made with the lining material itself, using approved fusion welding systems, equipment and techniques. The patch size wvill be 4 inches larger in all directions then the area to be patched. All corners of the patch will be rounded with a 7 inch minimum radius. iy. City of Lubbock MSWLF Permit Mcd1fications +® August 1994 Revised All seams and seals of the FML will be tightly bonded on completion of the work. Any lining surface showing injury due to scuffing or penetration by foreign objects or showing distress will be replaced or repaired as directed by the Geotechnical Professional. Cleanup within the work area wilt be an ongoing responsibility of the Contractor. Particular care will be taken to insure that no trash, toots, and other unwanted materials are trapped beneath the lining. Care will be takers to insure that all scraps of lining material are removed from the work area prior to completion of the installation. 3.7 Field QualityControl Inspection and testing will involve the full time observation of the installation of the FML, including the making and testing of lining seams and patches and periodic measurement of the liner material thickness to insure compliance. Test seams will be made to verify that adequate conditions exist for#ield seaming to proceed. Each seamer will produce a test seam at the beginning of each shift to determine the peel and tensile strength of the seam. The Geotechnical Professional may require a sample fold seam be made at any time during seaming production to verify equipmentloperator performance and seam integrity. In addition, if a seaming operation has been suspended for more than 11.2 hour or if a breakdown of the seaming equipment occurs, a test seam will be produced prior to resumption of seaming operations. Dearing the field seaming operation, representative, non-destructive samples will be made tar fleid seams by the Contractor. These samples will be made of the same HDPE sheet and fusion weld materials using the same installation procedures as the FML installation itself. Samples will have a width of 12 inches plus the seam Gity of Lubbock MSWLF Permit Modifications 10 23 August 1994 Revised t �_l width and length of 36 Inches. A minimum of one sample per crew each morning and each afternoon, will be made. All field seams will have a film tear bond in peel and shear and a minimum pounds per inch width seam strength in shear when tested as specified in Specifications. Sample testing will be conducted by an independent testing agency paid for by the Owner. The independent testing agency will save all test samples including specimens tested until notified by the Geotechnical Professional relative to their disposal. All specimens which have failed under test will be shipped immediately by express delivery to the Geotechnical Professional for determination of corrective measures to be taken. During the field seaming operation, destructive samples will be removed from field seams by the Contractor at locations selected by the Geotechnical Professional. Repairs to the field seams will be made in accordance with repair procedures specified in these Specifications. A minimum of one stratified sample per 5O0 feet of field seam will be made. All field seams will have a film tear bond in peel and shear and a minimum pound per inch width seam strength in shear when tested as specified in the SLACK A sufficient amount of the seam must be removed in order to conduct field testing, independent laboratory testing, and archivfng of enough material in order to retest the seam when necessary. Field testing shall include at least two peel tests (four when passible for testing both tracks on dual - track fusion welded seams). Independent laboratory testing shall consist of five shear tests and five peel tests (ten when possible for both tracks of dual -track fusion welded seams). Destructive seam -testing locations shall be cap -stripped and the cap completely seamed by extrusion welding to the FML. Capped sections shall be non-destructively tested. Additional destructive test samples may be taken if deemed necessary by the Geotechnical Professional or his representative. All field-tested samples from a destructive -test location must be passing in both shear and peel for the seem to be considered as passing. The independent City of Lubbock MSVVLF Permit Modifications 10-24 August 19,94 Revised laboratory testing must confirm these field results. The passing criterion for independent laboratory testing is that four of five samples must pass in shear and four of five must Pass in peel (four of five samples from each dual track fusion welded seam, when possible to test each seam, must be passing) before the seam is considered as passing. The manufacturer's sheet -strength values must be provided. The independent testing agency will save all test samples including specimens tested until notified by the Geotechnical Professional relative to their disposal. All specimens which have failed under test will be shipped immediately by express delivery to the Geotechnical Professional for determination of corrective measures to be taken. All specimens tested of a field weld sample by the independent testing agency will [ i pass. If any specimen fails, the entire sample will be considered as a failure, and I t the field weld will be rejected. In this event, the field seam(s) will be rejected as [. ! non-conformance with the SLQCP and corrective measures will be implemented. For nondestructive samples which have failed, corrective measures will include a rerun of the weld test using the saute sample. If the second test passes, the Geotechnical Professional may assume an error was made in the first test and the field seam accepted. If the second test falls, the Contractor will cap all field seems represented by the failed sample and a new test sample submitted for retest. The decision of the Geotechnical Professional will be final. l For destructive samples which have failed, corrective measures will include a rerun of the weld test using the same sample. If the second test passes, the Geotechnical Professional may assume an errorwas made in the first test and the field seam accepted. If the second test fails, the Contractor will reconstruct all the field seams between any two previous passed seam locations which include the City of Lubbock MSWLF Permit Modific4ons t ©-25 I ; August 1994 LJ Revised i__ failed seam or will go on both sides of the failed seam location (10 feet minimum), take another sample each side and test both, if both pass, the Contractor will reconstruct the field seam between the two locations. If eitherfaiis, the Contractor 1 will repeat the process of taking samples for test. In all cases, acceptable field 1 seams must be bounded by two passed test locations. The decision of the Geotechnical Professional will be final. In the event capping of afield seam is required, the Contractor will use a cover strip of the same thickness as the lining (and from the same roll, if available) and of 8 inches minimum width, It will be positioned over the center of the field seam and welded to the lining using a fillet weld each side. All FML sheets, seams, anchors, seats, and repairs will be visually inspected by Y the Contractor for defects. In addition, all seams and repairs will be further checked by a metal probe. Depending on seam welding equipment used, all t seams and repairs will be tested by a vacuum testing device, a spark testing g device and/or air pressure. A visual inspection of the lining sheets, seams, anchors and seals will be made by the Contractor as the installation progresses and again on Completion of the installation. defective and questionable areas will be clearly marked and repaired. Final approval of repairs will be given by the Geotechnical Professional. The Contractor will run a metal probe, such as a dull -pointed ice pick, along the length of all seams and repairs to insure that the seam is continuous and absent of teals paths. Defects will be clearly marked and repaired. If the fillet weld, extrusion lap weld or single hot wedge fusion lap weld is used to weld seams, the Contractor will further test all seams and repairs in the FML by vacuum box. All vacuum box testing will be done in the presence of the City of Lubbock MSWLF Permit Modiiicabons 1 D 29 August 1994 Revised Geotechnical Professional. The area to be tasted will be cleaned of all dust, debris, dirt and other foreign matter. A soap solution will be applied to the test area with a paint roller and the vacuum of 10 inches Mercury (Hg) will be induced and held at least ten seconds to mark for repair any suspicious areas as evidenced by bubbles in the soap solution. If the fillet weld is used to weld seams, the Contractor will further test all seams and repairs in the FML by using a high voltage spark detector. The setting of the detector will be 20,000 volts. 1n order to conduct this test, all seams to be tested will be provided with not less than gauge 24-30 copper wires properly embedded in the seams and grounded. All spark testing will be done in the presence of the Geotechnical Professional. All defective areas will be marked for repair. If the double hot -wedge is used, the Contractor will further test all seams in the FML by using the air pressure test which consists of inserting a needle with gauge f in the air space between welds. Air will be pumped into space to 30 psi and held l for 6 minutes, if pressure maintains 26-30 psi, seam is acceptable. If pressure drops, the outside weld edge will be sprayed with a soap solution and visually examined for bubbles. If no bubbles appear, the problem is with the inside weld and the seam is acceptable. if any bubbles appear, the defect will be repaired by extrusion welding and tested by vacuum box. All costs of retesting of the FML including reruns of field weld tests and all repairs will be at the Contractor's expense, The•Contractor will retain responsibility for the integrity of the FML system until acceptance by the Geotechnical Professional. The FML will be accepted by the Geotechnical Professional when; a) Written certification letters including "as built" drawings, have been received by the Geotechnical Professional. City of Lubbock MSWLF Permit Modifications 10-27 E, l August 1994 Revised 1 �t b) Installation is completed, c} Documentation of completed installation, including all reports, is complete. dj Verification of adequacy of field seams and repairs, including associated testing, is complete. Acceptance of the completed work will include receipt of all submittals and all work dompleted to the satisfaction of the Ceotechnical Professional. 4.0 Leachate Collection System A leachate collection system (LCS) will be placed above the Flexible Membrane Liner. In the floor area, the LCS will consist of a minimum 1-foot thick continuous granular drainage layer with embedded leachate collection pipes in the sump and pipe trench: areas. The leachate collection pipes will consist of six Inch diameter pipe with 1j2 inch diameter holes on six inch centers. To avoid piping losses into the collection pipes, the granular drainage layer shall consist of rounded, river -run gravel meeting the requirements of ASTM C-33 for coarse aggregate. Crushed material will not be acceptable. The gravel should meet the gradation requirements of Size No. 67 (Nominal size 314 inch to No. 4) or coarsen In addition, the gravel will have a permeability of 'I x 10 z cm/sec or greater and the percent of calcium carbonate by weight will not exceed 15 percent, A 12-ounce non -woven geotextile cushion (Nicolon S160D or equivalent) will be placed between the FML and drainage layer. A minimum 6-ounce Mort -woven geotextile filter (Nicolon S Series or equivalent) will be placed between the drainage layer and the protective cover discussed in Section 5.0. The geotextile materials will be hand placed. The drainage layer material will be placed in small segments starting from the perimeter, folJowed by the upper geotextile and protective cover. This operation should continue across the linen area. Placement of granular drainage materials over FML's wilt generally not proceed at ambient temperatures below 32OF or above 104°F, but should be conducted at the coolest part of the day to minimize the development of wrinkles or folding of the geosynthetic materials. A minimum of one foot of material is required City of Lubbock 14 28 August 1994 MSVVLF Permit Modifications Revised I r between low ground pressure dozers (i.e. track pressure Tess than 5 psi) and the geomembrane. Greater material thickness must be maintained above the geomembrane to support heavier spreading equipment and hauling vehicles. In such cases, a minimum of 2 feet of drainage material thickness will be used unless otherwise specified in the design. The placement of the LCS will be controlled to avoid damage to the liner; however, the drainage layer does not need to be density controlled. Granular drainage materials will be selected to meet the specifications described above. L! At least one set of pre -construction tests will be conducted for each drainage media from - each proposed source. Gravel and sand sources will include a 9 complete rain -size [A P analysis, including Minus No. 200 Sieve, by ASTM D 422. Hydraulic conductivity may be correlated from the grain -size distribution to determine the gravel's or sand's suitability. Y Granular drainage materials selected for use will be tested at regular intervals for conformance during construction. Minimum testing frequency will be one grain -size ' analysis for every 3,000 cubic yards, or portion thereof, for each material being used. The required thickness of drainage materials will be verified by surrey methods on an established grid system with not less than one verification point per 5,000 square feet of ; surface area. The geotextile materials will include a 12-ounce cushion on top of the FML and a minimum 6-ounce filter fabric on top of the granular drainage layer. Both fabrics will be non -woven materials meeting the requirements described in Table C. Manufacturer's certificate of materials and performance characteristics will be obtained and documented for every 100,000 ft� of material delivered to the site. Lj City of Lubbock 1Q-29 August 1994 MSWLF Permit Modifications Revised I' TABLE C CEO EXTILE PR!2PERT(ES Property Test Method Test Value Filter Cushion Fabric Weight (ozly0 ASTM 3776 6 oz. 12 oz. Thickness (mils) ASTM D1777 135 185 Grab Tensile Strength (lbs)(MU1CD)l ASTM D4632 190/205 4251455 Grab Elongation (!%)(MD1CD)' ASTM D4632 60/80 60190 Punctures Resistance (lbs) ASTM D4833 130 245 Permeability (cm/sec) ASTM 0 44911 1 0.57 0.43 1. MD/CD = MD - Machine Dlrecton/CD - Cross Direction In addition to the manufacturer's quality control certificates, samples of the delivered roils of geotextiles will be obtained for conformance testing. Upon delivery of the rolls of j. geotextiies, the test samples will be obtained for conformance testing in accordance with Table D or as specified in the construction specifications for the project, if greater. �rL f , Gam[ City of Lubbock M8WLF Permit Modifications 10-30 August 1994 Revised TABLE D i GEOTEXTILES CONFORMANCE TEST SCHEDULE TEST METHOD FREQUENCY Thickness ASTM D 1777 Leading edge of each geotextile roll Fabric Weight ASTM D 3776'°��� Not less than I test per I04,00o fi; Minimum of 4 tests required. Grab Tensile Strength ASTM D 4632 Crab Elongation ASTM D 4632 Puncture Resistance ASTM D 4833 Permeability ASTM D 4491 On the landfill side walls, the i_CS will consist of a heat bonded HDPE geonetlgeotextile drainage composite (geocomposite) hand placed on the FIVIL. The geotextile will be bonded on both sides of the geonet. Geonets will conform to the material and performance properties described in Table E below. Manufacturer's certificates of material and performance characteristics will be obtained and documented for every 40,000 If of material delivered to the site. City of Lubbock 10-31 August 1994 MSWLF Permit Modifications Revised TABLE E GEONBT PROPERTIES Property Test Method Test Value Thickness (mils) ASTM D 751 200 Mass per Unit Area (lbfft2) ASTM D 3776 (Option C) 0.16 Polyethylene Content (%) -- gs Density (black resin)(glec) ASTM D 1505 0,940 Carbon Black Content ASTM D 1603 2.0 to 3.0 Melt Index (g110 min.) ASTM D 1238 (Condition 1901216) 1.0 Tensile Strength (machine direetion)(Iblin) ASTM D 1682 40 Transmissivity (m2lsec) ASTM D 4716 1 x 10-3 In addition to the manufacturer's quality control certificates, samples of the delivered rolls of geonet wit] be obtained for conformance testing. Upon delivery of the rolls of georiet, the test samples will be obtained for conformance testing in accordance with Table F or as specified in the construction specifications for the project, if greater. City of Lubbock 10-32 MSWLF Permit Modifications August 19,34 Revised 9 TABLE F GEONET CONFORMANCE TSST SCHEDULE TEST METHOD FREQUENCY Thickness ASTM D 761 Leading edge of each geocomposite roll Mass per unit area ASTM D 3776 Not less then 'I test per 100.000 fIz with not less than one per resin lot. Minimum of 4 tests re aired. Carbon black content ASTM D 1603 Tensile Strength ASTM D 1682 Transmissivity ASTM D 4716 The geotextile on both sides of the geonet will be a minimum 8-ounce non -woven material meeting the physical properties and conformance testing described in Tables D and E above. Protective cover will be carefully spread on top of the geocomposite to avoid damage to the liner system. 5.0 Protective Cover A minimum 1-foot thick protective cover in the floor area and a minimum 2-font thick protective cover on the side walls will be placed above the LCS. The protective cover may use gravels and sands with a USCS classification of GP, GW, SP, or SW. The maximum gravel size shall not exceed two inches. Silty sands (SM) or clayey sands (SC) may be considered if these materials can meet geatextile retention, clogging, and permeability requirement& ire -construction and conformance testing for the protective cover sails will include Atterburg Limits and full gradation with a minimum conformance testing frequency of one grain -size analysis (ASTM D422) and Atter rg imit (ASTM D4318) per 5,000 cubic yards of in -place material. Protective cover does not require compaction control, however, it should be stable for construction and disposal traffic. Care will be exercised in placement so as not to shift, City of Lubbock 10-33 August 1994 MSWLF Permit Modifications Devised wrinkle or damage the underlying geosynthetic layers, and the placement methods will be documented. Protective cover will be placed such that the top surface, while spreading, is a least 2 ft above the geosynthetic layers at all times, unless low ground pressure dozers are used (Le. track pressure less than 5 psi). A greater thickness will be maintained to support loaned hauling trucks and trailers and for turning areas. Drivers will proceed with caution when on the overlying soil and prevent spinning of tires or sharp turns. Protective cover will generally be placed in an up -slope direction for sidewalls as long as the same material is being used. Where the top few feet of sidewall (typically less than 5 feet vertically) is to be protected by a different soil type, such as clay for tying in the final cover soil liner, this material may be place from the top, if adequate care is taken to protect the synthetic litter components. The rewired thickness of protective cover will be verified by survey methods an an established grid system with not less than one verification point per 5,000 square feet of surface area. 6.0 Marking and ldenEtOna of Evaluated Areas Red markers will be placed so that all areas for which Sail and Liner Evaluation Report (SLER) and Flexible Membrane Liner Evaluation Report ( MLER) have been submitted and approved by the TNRCC are readily identifiable. Such markers are to provide site workers immediate knowledge of the extent of approved disposal areas. Red markers will be steel or wooden posts and will extend at least six feet above ground level. Markers will not be obscured by vegetation and will be placed so that they are not destroyed during operations. Sufficient intermediate markers will be installed to show the required boundary. Lost markers will be promptly replaced. Limits of the evaluated area City of Lubbock 10-34 August 1994 MSWLF Permit Modifications A Revised f will be referenced to the site grid system. Markers will not be placed inside the evaluated area. 7.0 SLER. FMLER and Construction documentafion Upon completion of all required liner construction and evaluation, the Geotechnics*I Professional will prepare and submit both the Soil Liner Evaluation Report (SLER) and Flexible Membrane Liner Evaluation Report {FMLER} to the Commission for review and approval. These will be submitted along with a construction documentation report. Multiple submittals of the reports or documentation during the project may be made, if they may facilitate review of the project by the TNRCC. The SLER and FMLER will be signed and sealed by the Ceotechnical Professional performing the evaluation and counter -signed by the site Operator or his authorized representative. The construction documentation will contain a narrative describing the conduct of work and testing programs required by the SLQCP, "as -built" or record drawings, and appendices of field and laboratory data. Because the volume of data for these projects can be quite large, the documents may be subdivided for ease of review. The preferred document format will include the SLER, FMLER, narrative, as -built drawings, and summaries of test results in a single volume. The remaining appendices will be placed in accompanying volumes. SLERIFMLER submittals will include test documentation in a form as recommended in TNRCC technical guides. Specifically, the construction documentation report will contain or discuss the following information, at a minimum, for geomembrane liners: ■ Roll shipment and receipt information ■ Manufacturer's quality control certificates and results ■ Storage and handling information * Conformance test sampling and test results Seamer's names and resume of experience and qualifications City of Lubbock MSUVLF Permit Modificstions 10-35 August 1994 Revised 0 Subgrade acceptance ■ Anchor trench preparation and back#illing a Panel deployment, identification and placement a Panel wrinkling, fishmouthing, and manufacturer's creases x Seam preparation, orientation and identification v Weather and ambient/sheet temperatures ■ Equipment placed or operated on geomembrane 0 100 percent visual inspection for defects, damage, etc. ■ Trial seam tests for each combination of seaming equipment and personnel N Seaming methods, times, temperature, equipment shutdowns and startups ■ Continuous 100 percent non-destructive seam testing, methods, criteria and results Destructive testing methods, criteria and results IF Repairs, including preparation and procedures, failure delineation, patch size and shape, and retesting Material properties and placement of drainage materials and protective covers The report will also include pertinent record drawings including; ■ Sectorized fill layout plan, R Location of the subject trench or cell with SLERIPMLER markers, iff Previous tolled and active areas, • As -built panel layout drawings, showing location of destructive test samples, patches and repairs, and ■ As -bunt drawings snowing elevations of protective cover to confirm its thickness. i City of Lubbock MSWLf± Permit Modifications 1 o-36 August 1994 Revised �3 ...tiiti�ios��5 aoare rx�rcnnais t+VLLvau a.aa+.0 orau 117r���G�AF3t3t560 PAGE r kvAxwo Tip-408 COLLOID ENVIRONMENTAL TECHNOLOGIES COMPANY TEcxNICAL DATA SHEET BENTOMA T DIRECT SMEAR TESTING SUMMARY • ROVISed 9-30-93 16 1500 W. Shure Driver • Arlington Heights, Illinois 60004-7803 • (708) 392.5800 0 TOW ITT 4330321 • PAX (708) 506.6150 A vxtlolly owned subsidiary of American Cotlold Comoafty The iniarn action and data contained heroin are bsfssid to be accurate and Mliablc. CE'TCO makes no warramy of any kind and aGCeDis no 19spansibility f0f the Mults obtained thT*Vgh application of'hig infvrmgttan, x i .B W SUMMARY OFF BENT O Ax DIRECT SHEAR TEST DATA ,l w Lab] D-ft Itlte �2 Norm. -A Stresses (jail Moisture Qpdifion SIMr.kagg Friction ais Anglefdeg� 14 J & L 05-30-90 NW/Sand 1 / 2 ! 3 Hydrated 0.02 itt}nnin 35 0 NW/Sand 11213 �3c�+ zg q � Nw/Clay 1 / 2 ! 3 Hydrated " 41 as NW/Clay 112/ 3 Dry 31 0 ' STS 09-11-90 NW140-anil Text. H1DP)a 35 / 52/70 Dry 0.2 inhok 18 r NW180-mil Text, HDPE 35 / 52170 Dry " 37 W180-Mil Text. HDPE 35 ! 52 / 70 Dry it 24 J & L 11-O6-90 NwIsandy Sail 2 t 3.5 ! 5 Dr y {}.ii2leVittitt 23 H ° GRI 04-19-91 bternal 0.51112 / S ! 10120 Dry 0.035 inlmia 42 � a " 0.12 / 0.5 / l/ 5 / 10 Hydraied 37 " 0.12 / 0.3 / 115 /10 HydmteO 39 STS 4528-91 K W/40-mil Text. RDPE 35 / 52170 Hydrated 0.2 in/min 20 d -� W/80-mil Text. HDPE 35 / 52 / 70 Hydrated 19 � UTA 8-12-91 Internal 6 / 9114 / 19 Hydrated 0.02 rnm/ttr 26 m J & L 9-9-91 W/S+oit Cover 41:6 ! 1.25 ! 1.88 Hydrated 6.035 iolniin 22.5 ul W10602et 0.6 / 1,25 / 1.98 Hydra,tod 17 NW/2B Stone 0.611.2511.88 flydrwed 53 TRI 5.6-92 'V 160--mil Text. VLDPE 2 / 8 / 14 Hydrated 0.04 W/Win 22 W/60-inil Snmoth VLDPE 2 / 8 / 14 Hydratod ". 14 Tktl 11-12-92 W/40-tuil Text, VLDPE 3.5 ! 7 / 14 Hydrated 0.2 in/adu 25 in M w ti C i I SUMMARY OF BENTOMAT DIRXCT SHEAR TEST DATA (Continued) t1 nt 2 Noroml dress 1 oislu�•e Colld1flo 3 k�iclivn shear HAt Angle(deg) TRi 3-16-93 : 'WP/Sxtttra esl Soil 1.121. Hytlrated 0.04 inIkkin 20 c ti s Wftry Soil 1/2/3 Hydrated 0.04 in/Min 22 � NW/Drainage Geocomposite 1 / 211 Hydrated 0.2 itt/min 17.2 a GA 9-4-92 WA50-mil Srnaotfs HDPE 0.5111214110 I4y4rated 0.02 in/Min S r c Ingemal 0.5111214 / 10 hydrated 0,0025 idlrnin 27 c W/Drainage Geocomposite 0.51 112 / 4 / 10 Hydrated 0.02 in/min 21 t WITemured HIDPE 0.511.121 4/ 10 fiy(irated 0.02 infi in 28 ` n TRI 7-1-93 W/.30.mit PVC 11315 Ivry 0.04 in/min 24 r W130-mil PVC 1 / 315 Hydrated 0.04 it>rlttlii) 13 � � GG 9-28-93 1+ emal 0.351 l / 2 / 3,5 Dry 0.04 in/min 57 c Intt�rtlul 0.5111214 / 10 Hydived 0.04 nnlmi,> 59 1 I L' UCA U �l upnnT, laa, C;nonalnug. isA. (usod � 3-ineh SYykc>tau1t (ramaaa dfrcot s>xcrer,Scvlcc} SST$ 312 Consulia+►ts X.W., Hcrlhbsook, IL (wDd a aaslam mzda 12-fachAm bm) m m � � GItI n Cxosrrtthotfc Rbiwch laigWN Dfe%et Uwiveliait . HkIlidel Y phtx, PA (nscd is WykshamTattancnriac) UTh Utritiercitk of Tf.X0.1 si Autua. Civil r-r4 aioa Lakbaralay (uswd a2.4-14ch 4rea shear To -TRI tnvimmutal, Inc.. Atutin, Texas (used a 12-iucih dircetshthr box) *A - (Wdcff Auwl xms. Donver, CUIOCA40 (11Itch dlrccx box) � e ahcar box) CiC- 0"yutec Cona011401sy A,dama, Gcorafa ,h1W m Ran-v 6vep $001e.Blif p Of BmApmf. w a WOWN deolextilo a(BoRtamu, WF = Woven &WOORille of Deamoml pink- 3 «JAY. � sern�lo iearcd in Itye aa.snceivnd motaiyl�e:late, wldd� is iyp[caily i2 sut. •• s;' , 1fy4ra1ed" asany►le werhydrmed priec to lesdag, d&h@rt h &g4lcrrralhy�dr percere�reh4ade euw'alrrrallmjr my.'fl Samptco were hydrated with diilfl1cd wa1Cf mnlaaf c4krwisc note! 4 lfydlslc,l ill leaCllpJ�, � 01-08-95 !3 PM A-C 1/4"-1'-O' N:\PIOT\Tfi :NER\ANC-HOR P te4 A g jlls 0 Jim Pill A m P11, m > •-1:M- =15-TUMMUNUM 11111ifil Sail and Liner Quality Control Plan Geosylrithetle Clay Liner 5.1 Genersi This section covers the work necessary to construct and test the geosynthetic clay liner (GCL) system which will consist of natural bentonite clay supported by geotextiles. 5.2 Submittals The Contractor will submit written certification by the GCL Manufacturer that the materials conform to the requirements of the SLGCP; are similar and of the same characteristics as that for which certification is submitted; and has been demonstrated by actual usage to be satisfactory for the intended application. The GCL Manufacturer and the Contractor each will submit a complete description of a quality control program, as applicable, for manufacturing, handling, instatiing, testing, repairing and providing a completed GCL system In accordance with the SLGCP. The description will include, but not be limited to, sodium bentonite supplier, product identification, acceptance testing, fabrication and production testing, Installation testing, documentation of changes, alterations and repairs, retests and acceptance. The Contractor will submit installation drawings, description of installation procedures, and a schedule for performing/completing the Work. Installation drawings will show a GCL panel layout with proposed size, number, position, and sequence of placing of all panels and indicating the location of all field seams. City of Lubbock MSWLF Permit Modifications 1 OA - 1 March, 1996 Revised Ii iJ Installation drawings will also show complete details and/or methods for anchoring the lining at the perimeter, field seaming techniques, and proper sealing around pipes and structures. The Contractor will submit a complete description of procedures for performing field seams and repairs. The procedures will conform to the latest procedures recommended by the lining Manufacturer and to the SLQCP. The Contractor will submit for approval by the Engineer certification that the surface(s) on which the lining will be placed is acceptable. Installation of the lining will not commence until this certification is furnished to the Engineer. The GCL Manufacturer will furnish a written material warranty on a prorate basis for a period of twenty (20) years. The warranty will be against manufacturing defects or workmanship and against deterioration due to ozone, ultraviolet or other normal weather aging. The warranty will be limited to replacement of material only, and will not cover installation of said material. It will not cover damage due to vandalism, acts of animals or unusual acts of God. For needle - punched GCL's, the manufacturer will verify that the GCL has been continuously inspected for the presence of broken needles using a metal detector and found to be needle -free. The Contractor will furnish a written guarantee that the entire liner constructed by him to be free of defects in material and workmanship and installed pursuant to the SLQCP for a period of two (2) years following the date of acceptance of the Work by the Engineer. During the 23rd month, a pre -guarantee expiration inspection will be conducted to identify any necessary repair work covered by the guarantee. The Contractor will agree to make any repairs or replacements made necessary by defects in materials or workmanship in the Work which become evident within said guarantee period. The Contractor will make repairs and/or City of Lubbock 10A - 2 Mardi, 1895 MSWLF Permit Modifications Revised replacements promptly. Otherwise, the Owner may do so, and the Contractor will be liable to the Owner for the cost of such repairs and/or replacements. 5.3 Quality Assurance Prior to start of work, the CCL Manufacturer and the Contractor, each, will submit for approval by the Geotechnical Professional, documented evidence of their ability and capacity to perform this Work. The GCL manufacturer must demonstrate they have successfully manufactured a minimum of one (1) million square feet of similar lining material in solid waste containment structures. The Contractor must demonstrate they have successfully installed a minimum of one (1 ) million square feet of similar lining material in solid waste containment structures. The Contractor can meet these criteria by teaming with a subcontractor who is identified in the bid along with the firm's experience. The Contractor will submit the name and qualifications of the field project superintendent that will be on the project. The field project superintendent must be on site whenever lining materials are being handled/installed. The Contractor will also submit names and qualifications of senior installation personnel assigned to the project. The Quality Control Plan(s) to be implemented for the Work by the lining Manufacturer and the Contractor will be in accordance with applicable paragraphs of the SLQCP. The Manufacturer will provide on -site technical supervision and assistance at all times during installation of the lining system. The Manufacturer and Contractor, as applicable to each, will submit for approval by the Geotechnical Professional written certification that the lining system was installed in accordance with the City of Lubbock MSWLF Permit Modifications 10A-3 March, 1995 LJ Revised rt + 1 Manufacturer's recommendation, the SL(ICP, project specifications and drawings, and approved submittals. The Geotechnical Professional will initiate a pre -installation meeting with the Manufacturer and Contractor prior to installation of the lining system. Topics for rsviewldiscussion will include, as a minimum, project plans and specifications, approved submittals and training, and qualification procedures for Contractor personnel. Prior to installation of the lining system, the Contractor will instruct the workmen of the hazards of installation and use of equipment. Work gloves, safety glasses, hard hats, and smooth -soled shoes are minimum safety wear requirements when working on the GCL. Safety shoes must be warn when handling heavy objects. Storage .�� e• The Contractor will submit for approval by the Geotechnical Professional a method(s) for handling and storage of lining material(s) which have been delivered to the project site. These materials will be stored in accordance with the Manufacturer's recommendation. GCL materials will be delivered to the site wrapped individually in relatively impermeable and opaque protective covers. Upon delivery, the lining materials will be inspected for damage, unloaded, and stored with a minimum of Dandling. Materials will not be stored directly on the ground. The storage area will be such that all materials are protected from water, mud, soil, ultraviolet light, dirt and debris. The stacking of lining will not be higherthen five rolls or as recommended by the manufacturer. City of Lubbock 10A . 4 March, 1995 MSWLF Permit Modifications Revised Linder no circumstances will the GCL be subjected to materials, sandbags, equipment or other items dragged across its surface. All damaged surfaces resulting from abuse of any kind caused by the Contractor in performance of the Work will be repaired at the Geotechnical professional's direction. The Contractor will be completely responsible for shipping, storage, dandling and installation of all lining materials in compliance with the SLQCP. 5.5 Products The Geosynthetic Clay Liner (GCL) materials will be new, first quality products designed and manufactured specifically for the purposes of the Work and will have been satisfactorily demonstrated by prior use to be suitable and durable for such purposes. ThG GCL sheets will consist of natural bentonite clay material, supported by geotextiles. GCL material to be used on slopes exceeding 7 horizontal to 3 vertical will be reinforced to provide additional internal shear strength. The internal shear reinforcing mechanism will resist failure due to thread pull-out over long-term creep situations. Bentonite used for sealing penetrations and making repairs will consist of the some natural bentonite as the GCL sheets and will be as recommended by the manufacturer. 5.5.1 Bentonite The bentonite used to manufacture the GCL will be a sodium montmorillonite variety. The manufacturer must provide certified bentonite duality control tests for the following tests. City of Lubbock MSWLF Permit Modifications 10A-5 March. 1996 tj Revised �_j TABLE 1 BENTONITE MATERIAL 1°S• i� '::±LE'wiw::L %":{.:<it�><ix• ^ %•r< ! •.>r-�. <� i••����tt •'•r♦:'i tYvy}��t p xw:.t,yrtY�+c�..�ty■�1.1 ro Ft r n+ y, n.�✓�'.t i'e!:i:':i :<Y eiAb t%<�<.eSrfrYji tXw:<'..5. ��+Y *u_ �}lii a i�R<G..•T S rSr . 7; y , ai>�it< r' < .k::y:{ < %» 1%<> t:E •. <;ii C:<,�i� ,HitR F �eE ♦ "<�� < '� !Z'.Ii4 7::tiSX ' � �:<1'f' >iw" ? tR.ri�.� {.t�/� !- X:wi. {.R�Gi�Y.�'>Ylt 3tl.i' �' k} sx;t';,,F>.ili F>%.<'�.< R-.R>wtY t x(��w`< ii�.{)ni>�. t�it� /•>•'� lJ t ''�e>""��;�'t Free Swell USP-NF-XVII 18 ruin. ml 11100,000 ft.2 Fluid Loss API 13A/13B IS max. ml 1 /100,000 ft.2 5.5.2 Gieote2WIQ The geotextiles used In the manufacture of the GCL will be either a woven, nonwoven or a combination of each. The manufacturer must provide certified quality control tests for the following tests. TABLE 2 GEOTEX-FILE MATERIAL • < xa.j•� •r' a�bY��qs YiV>g�pb« >a>�#a>'as«� _: s•_«/(Patr�d >TY4Sii,4 t : >te>�Zi3w<.ji�•YR a x. xr%i.�.xX>rz{e�!•�aa3• 9i iFia�¢4�%Y�7>i>tr�..'t:Y Y3Ee�'e i Eci�vSiz. zt>� Xs t imea��Xie't��xx�♦�it$0 Woven Mass/Unit Area ASTM D 5261 3.0 min oz/yd2 11100,000 ft.2 Nonwoven Mass/UnitArea ASTM i3 5261 6.0 min oz/yd2 11100,000 ft.2 1Noven Grab Tensile ASTM A 4632 100 Ibs 1/100,000 ft.2 Nonwoven Grab Tensile ASTM D 4632 j 1401 Ibs 1 /100,000 ft.2 The GCL liner will be constructed such that the bentonite wiii not be displaced during handling, transportation, storage and installation Including cutting, patching and fitting around penetrations. The final GCL product will be tested In accordance with the following tests shown In Table 3. The minimum sampling frequency will be as shown in Table 3. City of Lubbock M&WLF Permit Modifications 10A-6 March, 1995 Revised TABLE 3 COMPOSITE MATERIAL !' :.3A>iiii "+i» i>.•�ti at?"•$<`�R. >>"e:Z:iz: :.:•c;.t:<", f+•C�% ••�„ ,yare < <4a S:'•:ASY 2A,2>` i?' � xRu` Y �G:�K.S+S:tt'�xxS'irxri rw i :. �<fM ^i;t`i:!S' '`rt: .f:t r..? < 4,".D,.'. ay{:: i.ix;a. ��r��X6 V {A '[ ,,�+I .:�J �/] :ii�'-sYy; + +• : ' :,iiAx"t� SxxiR .i>c,.x:>;re.:: O 4• �'{':• < z {� ��SrSB`$::' '% ��f' > �•• ,y� �'>.� +»� :s S: Qzev :ax><: z< ;>...: �•. <.<o:."•w:.r4 ,.EY .:: t:"? l(OY ii nap<, K Xe Y "<"T-w`�' ��yy �� �� �#wr a :8x<�� :>� ? <iR8 :i?£,.df,,.". ..,..",".. :. ... a. ...iw. <,:: sr�''° 'r�' <":.45�':��L: i-ls��i•inY. i�; "x%ii � ..i<""� ...- .. .. S; ga�l�r•, 1t8"t�i��iYQ�`<•i°^'d: s <:..,,,.r,, ..,, a.., c.. 'x��.v(��<.}-s.<+ :.ia•.+s{a. £:.4 q.%<i:„�.flt.lj. .. "r. r. ,r,,.. a < 84£4£ Clay Klass/Unit Area ASTM D 6261 (1) 0.8 psf 1/40,000 ft.2 Water Content ASTM D 2216 -- % 1140,000 ft.2 Permeability (5 psi) GRi-GCL-2 5.0X10"$ om/sec (2) max Grab Tensile ASTM D 4632 90 lbs. 1 /200,000 ft.2 (1) Based on 1050 C (2) One per week per production line 6.6 Installation Procedures Prior to installation of the GCL, a site inspection will be conducted by the Geotechnical Professional and the Contractor to verify measurements, structures and surface conditions to support the GCL. The Contractor will provide written documentation to the Geotechnical Professional that surfaces to receive the GCL have been Inspected and are acceptable for installation of the lining. The subgrade surface must not contain any rocks greater than 3/4" In size or as recommended by the manufacturer. All earth subgrade surfaces will be rolled with a smooth wheel roller and maintained In a smooth, uniform, and compacted condition during installation of the lining. Excessive cracking (defined as cracks of at least one (1) inch in depth and at least twelve 0 2) Inches In length) of the surfaces will be repaired as directed by the Geotechnical Professional. Immediately prior to installation of the lining, any erosion or other damage to the subgrade which has occurred since completion of the earth work will be corrected. Adequate drainage of the subgrade will bo provided and maintained P City of Lubbock 10A - 7 March, 1995 , MSWLF Permit Modifications Revised until installation of the lining is completed, Rutting of the subgrade by vehicular traffic will be repaired by additional blading followed by steel wheel compactor. Before GCL placement, the Contractor will inspect all lining materials for damage from transit. Materials that cannot be repaired will ba rejected and removed from the work area and site. During unwrapping of lining materials for use and placement, the Contractor will visually inspect all materials, particularly thin spots in the body of the GCL due to shifting of the bentonite, for imperfections and faulty areas. All such defective places will be marked and repaired in accordance with approved methods, The GCL will be installed as shown on the project plans and approved installation drawings. Placement of the GCL will be done such that goon fit, without bridging, is provided on all covers and grade changes. Excessive slack will be avoided to minimize rippling. Sheets of GCL materials will be of such lengths and widths and will be placed in such a manner as to reduce field seams to a minimum. No horizontal seems will be allowed on slopes, exceeding 7 horizontal to 1 vertical. GCL will be anchored in accordance with details shown on approved plans and drawings. The lining will be sealed at structures, pipes and other types of penetrations by applying additional granular bentonite at a rate recommended by the manufacturer. Sheets will be overlapped one 0) foot at leachate collection sumps, and an extra layer of GCL material will be placed at the bottom of leachate collection sumps, All changes in approved installation drawings and procedures must be approved by the Geotechnical professional. City of Lubbock 10A - 8 March, 199.5 MSwLF Permit Modifications Revised w Extreme care will be taken during installation of the lining to be certain no damage is done to any part of the lining. The following rules will be observed by Contractor: is Dragging of the GCL material on the subgrade will be avoided. 0 Smoking by installation, personnel will be prohibited. • All handling and installation procedures will be performed by workers wearing shoes with smooth soles. • No foot traffic wiii be attowed on the GCL except with approved shoes. • No vehicular traffic will be allowed on the lining. + No gasoline driven generators or cans of gas or solvent will be placed directly on the lining material. • Under no circumstances will the lining be used as a work area to prepare patches or to store tools and supplies. if needed, a tarpaulin of approved material will be spread out as a work area. During installation. the Contractor will be responsible for protecting the lining against adverse effects of high winds such as uplift. Send bags will be used as required to hold the lining material in position during installation. Sand bags will be sufficiently close-knit to preclude fines from working through bottom, sides or seems. raper bags, whether or not lined with plastic, will not be permitted. Burlap bags, if used, must be lined with plastic. Sags will contain not less than 40, nor more than 60 pounds of sand having 100 percent passing a number S sieve and will be tightly tied after filling with plastic ties. Bags that are split, torn, or otherwise losing their contents will be immediately removed from the work area and any spills immediately cleaned up. Metal or wire ties will not be used. The GCL will not be installed under adverse climatic conditions, unless the Contractor can demonstrate that the installation techniques adequately compensate for such adverse conditions and quality of workmanship is not City of Lubbock MSWLF Permit Modifications TOA-9 March, 1995 Revised compromised. Adverse climatic conditions occur when the relative humidity is more than 80 percent; when is it raining or times of impending rain; or when there is frost on the ground; or during conditions of excessive winds. The GCL will not be placed in the presence of surface moisture or on ponded water. GCL which becomes hydrated prior to being covered must be replaced. GCL field seams will be lap seams as recommended by the manufacturer. The overlap distance will be merited can both sides of the GCL with water proof markings. The tap seams will be formed by lapping the edges of GCL sheets to the manufactured match line. Dry bentonite will be added to the overlap at a minimum rate of'!4 pound per linear foot or as recommended by the manufacturer if the GCL has non -woven geotextile encasement. No horizontal field seams will be allowed on the slope and sheets of lining material on the slopes will extend down slope out onto bottom a minimum of five (5) feet from toe of slope: Any necessary repairs to the GCL will be made by placing a patch of the same material extending at feast twelve (9 2) inches beyond the flaw or damaged area. Granular bentonite will be added to the overlapped area at a rate of at least Y4 pound per linear foot. Approved adhesive may be used to keep patches in place during placement of overlying materials. Cleanup within the work area will be an ongoing responsibility of the Contractor. Particular care will be taken to insure that no trash, tools, and other unwanted materials are trapped beneath the lining, Care will be taken to insure that all scraps of lining material are removed from the work area prior to completion of the installation. The installed GCL will be inspected for needles or other foreign objects which could result in damage to the overlying membrane. City of Lubbock 10A - 10 March, 1995 MMF Permit Madiffeatfons Revised I Upon delivery of the GCL material, test samples will be taken by the Geotechnical Professional. Samples will be randomly selected rolls. The selected roll will be sampled then rewrapped and placed in the protected stockpile area. Samples will be cut from the full width of the roll and three ;3) feet in length. One complete muter revolution of GCL will be cut and discarded prior to taking the sample. Each sample will be identified by recording the following: • Manufacturer's name • Product Name w Lot and Roil Number • Machine Direction Noted with Waterproof Marks Note: A lot is defined as a group of consecutively numbered rolls from the same manufacturing line. Each sample will be tested for the following properties shown in Table 4. TABLE 4 ON SITE CONFORMANCE TESTS �c" nirs^,t. $ i °x%TYaa•"•i."..�°3`0 t"e < % .S, "Re^g " � °. Y�f�x8.s>#:':s q,,..eX^X>$e xX.. ., i .%a'=rt &>%n :8'%i '� 3 °x> sxfSa^•� � r •i.+>, 3E:e�"•#"� e'fz'd'fi.Y2^>4^Y< a xr», f3f "fie: x�xs,.... '�+i$r >.t8.:%3�'�,fg"<s �>iF• �.<ie£'�S �tXe•, .,.,, r.>.eY `" 8.". Y.i>v:8X<> 3 <8X^. •<•ii�'� t� ':�.sa�,�°�}!> iY.e3.7`%$..<+Ge�8 f^E.. 4t;X'< F ..a �< : <o.«.e^:z>z. ^<i ,.s..<....4^8•� ;�"" r, t..".Y i! .s^:• s• sa<• d Permeability J5 psi) GRl-GCL-2 5.0x10s cMlsec 1/100,000 ft2 max Clay Mass/Unit Area"} ASTM D 5261 0.8 min psi 1 f 100,000 ft2 Direct Shear (internal) ASTM D 5321 22 degrees one Direct Shear (interface) ASTM D 5321 22 degrees (2) (1) Based on 105 ° C (2) Once per soil type All test results should meet or exceed manufacturer's test results. City of Lubbock MSWLF Permit Modifications 1 aA - 11 March, 1995 Revised The Contractor will retain responsibility for the integrity of the GCL system until acceptance by the Geotechnical Professional. The GCL will be accepted by the Geotechnical Professional when: a) Written certification letters including "as built" drawings, have been received by the Geotechnical Professional. b) installation is completed. c) Documentation of completed installation, including all reports, is complete. d) Verification of adequacy of field seams and repairs is complete. Acceptance of the completed work will include receipt of all submittals and all work completed to the satisfaction of the Geotechnical Professional. i City of Lubbock 1 OA - 12 MSW1.F Permit Modifications March, 1995 Revised R PARKHILL, SMITH & COOPER, INC. ENGINEERS - ARCHITECTS • PLANNERS LUBBOCK EL PASO MIDLAND AUSTIN Project rl Job No, OF 7 zl 7 "7 Dale b Calc. By - Ck. By Sheet i of 1 r... 1145 aF:' I. CA ILP "dl`' • C5'�•..'`+Lfcv Cv+ _ .rG.�.-i+'r_.zi �.�.fclnt.i� �C`JJ. Y•c•li'y'r . ��.-L i:_ I -1 _. . .tvF JS_�•� r, �r•� �..��,�o.-.� � �:�.aS+.tr.t�r:ar-t„ ��yn�� y.� J,,ie•.... s.�s-a� ;L�, ` I _ j I PARKHILL, SMITH & COOPER, INC. ENGINEERS o ARCHITECTS *PLANNERS LUBBOCK ELPASO MIDLAND AUSTIN Project JobNo. Q Lin ale Colo. By__e2_A4_-- Ck. By yalc5hept Y� dry J" I r t :pJ PARKHILL, SMITH & COOPER, INC. ENGINEERS ik ARCHITECTS ■ PLANNERS LUBBOCK 51- PAS{ MIDLAND AUSTIN Project Job No_ e- I- 4)1 /Q';? Cale. e I_ r5AIK, I 1 y A. F-i ����"r..+-c. l.�tf i t1. �!•`t'r*,7:aLti j � � � I'� (G cr' ` flaxrdy D.�3.15 � ' J• ',',.�7 �J� :c �. ( + lip iL A. L. _.. r a cr 's�, . .� - - � . •�':,�..'= t�l.�_•j-,-:i-�1ad n_oL�c.� •L�_��'G.��''.-�izc. I f PARKHILL, SMITH & COOPER, INC. Project..Lu-66Lzck ENGINEERS • ARCHITECTS ■ PLANNERS LUBBOCK 8L PASO job No. —n L- el:D Date 0 MIDLAND AUSTIN Cole. By— A, Ck, By slieux —A:__ of ..�.- _ _.. _..: _-. .r.. ..'-..• ...'•Qe•. •� •,-; _�...• , ..... ,�.•. - 4ZY�.•U 'L..'G�."...r.'i+ W�'YY,(�1„,V d j! ci =Pei T 7 -17 4 4 T, 'Z;7 .......... 60;*' a",A- L A—i :f 4--t- LEACHATE AND CONTAMINATED WATER CONTROL FLAN a li, No Text Leachate Evaporation Pond City of Lubbock, Texas Attachment 15 Caliche Canyon MSW Landfill Leachate and Contaminated Water Plan MSW Permit No. 69 August 2010 TABLE OF CONTENTS 1.0 INTRODUCTION......................................................................................................................1 2.0 LEACHATE AND CONTAMINATED WATER MINIMZATION.....................................1 3.0 OBSERVED LEACHATE GENERATION .............................................................................1 4.0 LEACHATE COLLECTION AND MANAGEMENT SYSTEM..........................................2 4.1 Drainage Layer..................................................................................................................2 4.2 Leachate Collection Piping..............................................................................................3 4.3 Leachate Pump and Riser System................................................................................... 4 4.4 Leachate Pump Riser System........................................................................................ 4.5 .4 Conveyance ........................................................................................................................ 4 4.5.1 Conveyance by Tanker Truck ............................................................................ 5 4.5.2 Conveyance by Force Main System....................................................................5 4.6 Leachate Treatment and Disposal................................................................................... 5 4.6.1 Offsite Treatment and Disposal.......................................................................... 5 4.6.2 Onsite Treatment and Disposal.......................................................................... 5 4.7 Monitoring and Maintenance Activities5 .......................................................................... 5.0 LEACHATE QUANTITY AND QUALITY SAMPLING......................................................6 6.0 DOCUMENTATION..................................................................................................................6 6.1 Record Keeping ............................................... 7.0 CONTAMINATED WATER PLAN.............................................................................6 F-5 8/18/10 PARKHILL, SMITH & COOPER, INC. TOG -1 01448709 X:\2009\4487.09\CLERICAI\Reports\Pennit Oocuments\t.echate Evaporation PondlAugust 2010\Attachment 15 Leachate and Contaminated Water Plan\Strike and Highfight\Att.15-toc.doc z Leachate and Contaminated Water Plan City of Lubbock, Texas Attachment 15 Caliche Canyon MSW Landfill Leachate and Contaminated Water Plan 4- ) MSW Permit No. 69 May 2010 1.0 INTRODUCTION This document presents the Leachate and Contaminated Water Plan for the City of Lubbock Municipal Solid Waste Landfill (MSWLF). This plan provides methods to minimize the volume of contaminated water generated, details the leachate collection system design, and describes procedures for storage, treatment, and disposal of the leachate and contaminated water. 2.0 LEACHATE AND CONTAMINATED WATER MINIMIZATION Stormwater will be managed carefully in all areas of the landfill to limit the quantity that may come in contact with waste. Bulk liquids will not be accepted for direct disposal. Sludges may be accepted, but they must be stabilized prior to disposal so that no free water remains, as defined by the Paint Filter Test. Berms will be utilized to segregate uncontaminated rainfall from leachate in parts of the cell area that have not yet received waste. As operations progress to an aerial fill, an intermediate layer of soil will be placed over inactive areas that are not filled to final grade. As landfill areas are brought to final grade, a low permeability geomembrane and final cover will _. be installed in accordance with (TCEQ) Municipal Solid Waste Regulations. Final soil cover will be placed on currently filled (pre -Subtitle D) areas. Vegetation will be established to promote evapotranspiration, limit erosion, and reduce the amount of infiltration. 3.0 OBSERVED LEACHATE GENERATION Leachate production from Cell 1Vb began at the MSWLF in July 1995. During waste placement activities an average of 9,500 gallons per month of leachate generation was observed. The maximum amount of Leachate generation observed in one month, 55,600 gallons, occurred in July 1997. Closure activities began at Cell IVb in 2009 and installation of the permitted final cap was completed in July 2009. Since the cell has been closed, leachate generation has decreased to an average of 7,060 gallons per month. 4.0 LEACHATE COLLECTION AND MANAGEMENT SYSTEM The leachate collection and management system is designed to ensure that the leachate head on the liner is not greater than thirty centimeters. The final Leachate collection and management system consists of five main components as follows: • Drainage layer • Headers PARKHILL, SMITH & COOPER, INC. Page - 1 01448709 Leachate and Contaminated Water Plan City of Lubbock, Texas Attachment 15 Caliche Canyon MSW Landfill Leachate and Contaminated Water Plan MSW Permit No. 69 May 2010 • Sumps, pumps, and risers • Leachate conveyance • Treatment and disposal This system will collect and remove leachate from the landfill, minimize head buildup on the composite liner, and effectively manage leachate to its disposal point. 4.1 Drainage Layer The drainage layer is placed above the composite liner to allow Leachate to flow laterally to perforated header pipes. The drainage material will have a minimum permeability of 1x10'2 cm/sec. It is designed to maintain flow throughout the drainage layer. A granular drainage material will be used on the floor area, while a geonet composite will be used on the side slopes. The geonet composite includes a geotextile that separates cover soil from the geonet and maintains the hydraulic conductivity of the system. The drainage layer will be constructed with a two percent cross slope to promote flow toward the leachate header pipes and ultimately to the sump area. The granular drainage l layer provides sufficient flow capacity to effectively transmit leachate to the header pipes J and sump area, thereby reducing head buildup. Leachate head buildup is estimated using the resulting lateral drainage from the HELP model. 4.2 Leachate Collection Piping The leachate collection system designed for the site utilizes six-inch diameter headers, at a minimum grade of 1.3 percent. The headers are HDPE SDR 11, Schedule 80 PVC, or approved equal with V2-inch perforations. The perforated header pipes are placed in V-shaped trenches. The perforated header pipes discharge into the sump area at the base grade low points of the cell area. Collection pipes do not penetrate the liner. The capacity of the headers has been calculated at approximately 360,000 gallons per day for the headers. (See this Appendix for calculations). The maximum amount of leachate the header pipe must accommodate is approximately 300 gallons per day, well below the capacity of the header pipes. This corresponds to the maximum amount of Leachate that would be collected at an individual sump. Cleanouts are provided at the top of the sideslopes for periodic maintenance of the header pipes. The cleanouts are constructed of a minimum six-inch diameter non -perforated HDPE or PVC pipe which is joined to the perforated header pipe in the sump. The six-inch pipe size allows sufficient cross -sectional area for effective cleaning by the pressurized jetting equipment. Correspondence from two reputable service companies, PARKHILL, SMITH & COOPER, INC. Page - 2 01448709 City of Lubbock, Texas N Caiiche Canyon MSW Landfill MSW Permit No. 69 Leachate and Contaminated Water Plan Attachment 15 Leachate and Contaminated Water Plan May 2010 assuring the ability to clean out the collection system, has been provided at the end of this Appendix. Refer to Figure 6 of the Site Development Plan for cleanout locations. Pipe deflection calculations were performed to demonstrate that the leachate collection piping will perform satisfactorily under expected maximum overburden pressures. Refer to this Appendix for these calculations. 4.3 Leachate Collection Sumps Leachate entering the granular drainage layer and headers will be discharged into collection sumps. To allow accumulation of leachate the sump invert is approximately three feet below the pipe invert. The sumps will have a capacity of approximately 1,700 gallons. Sumps located at the MSWLF perimeter hold leachate until it is pumped out into the leachate force main system. The force main will direct the leachate into the Leachate evaporation pond. 3 The estimated maximum impingement rate as shown on Figure 6 is 0.004 inches per day. This rate can be used to estimate the hydraulic head above the liner system. The Giroud Equation- provides an estimation of the depth of leachate above the liner system. 4C + tang a— tan a — L L 2 cos oc Where: hm� = depth of leachate on the liner L = length of longest leachate flow plath to an interceptor (header) = 720 feet C e/R the impingement rate on the liner in inches per day (0.004 in/day) divided by the hydraulic conductivity of the drainage layer material (0.01 cm/sec) = 0.000012 a = angle of inclination. In the equation, tang and cosoc can be replaced with 0.02 and 1.0 respectively. Utilizing the above equation, the depth of leachate on the liner was calculated at approximately 0.41 feet. Refer to the Appendix for the calculations of the head on the liner system. Similarly, the head on the sidewall drainage media, a geocomposite, can be estimated by j substituting the permittivity under load of the upper geotextile layer (assuming this value is significantly lower than the in -plane transmissivity) and using the relationship f PARKHILL, SMITH & COOPER, INC. Page - 3 01448709 1 Leachate and Contaminated Water Plan City of Lubbock, Texas Attachment 15 Caliche Canyon MSW Landfill Leachate and Contaminated Water Plan MSW Permit No. 69 May 2010 Kn = t to arrive at an effective hydraulic conductivity for the upper geotextile for use in the Giroud equation. Assuming K„ = 0.54 cm/sec, tana .of 0.33 and cosa of 0.95, at the maximum depth to the sump of approximately 60 feet (giving maximum crossgradient length of 180 feet), is approximately 0.0013 feet. 4.4 Leachate Pump and Riser System Extraction of leachate from the collection sumps is accomplished by submersible electric pumps. The submersible pumps can be operated manually or automatically, depending on what conveyance method is used — manually loading tanker trucks or automatically with level switches discharging to a force main system. Leachate levels in the collection sumps will be monitored to maintain a head buildup of less than one foot on the landfill floor adjacent to the sump. A sump riser pipe will be located directly up the sideslope from the sump and at the disposal area perimeter for the two cell areas. Risers are 18-inch diameter HDPE pipe and provide a means for lowering submersible pumps down the 3:1 sideslope incline into the collection sumps. Replaceable wheels may be attached to the pump housing to allow the pump to be easily moved up and down the sideslope riser. The lower portion of the riser within the sump is perforated (1/2-inch diameter holes) which allows leachate to flow to the pumps. The depth of leachate on the liner will be measured manually by a water high level and low level indicator at the sidewall riser. 4.5 Conveyance Leachate will be transferred to disposal locations by tanker truck or a force main system. 4.5.1 Conveyance by Tanker Truck Leachate may be withdrawn from collection sumps and discharged directly into tanker trucks. Spill containment for truck hose connection and loading will be provided by a portable trough or similar spill containment protection will be provided at hose connection locations. Leachate pumped into tanker trucks will be transported to the City of Lubbock Southeast Water Reclamation Plant for treatment and disposal. A letter of approval for treatment and proper disposal from the operator of this facility is included as an Appendix to this section. PARKHILL, SMITH & COOPER, INC. Page - 4 01448709 Leachate and Contaminated Water Plan City of Lubbock, Texas Attachment 15 Caliche Canyon MSW Landfill Leachate and Contaminated Water Plan MSW Permit No. 69 May 2010 4.5.2 Conveyance by Force Main System A leachate force main system will be installed from the sumps to the proposed evaporation pond. The force main will be sized based upon leachate production and pump capacity. The force main will be SDR17 HDPE pipe. At road crossings the force main will be installed in a steel casing. All HDPE joints will Y be welded and tested by hydrostatic means prior to commissioning. Major bends will be restrained with concrete thrust blocking. 4.6 Leachate Treatment and Disposal 4.6.1 Offisite Treatment and Disposal Leachate to be treated and disposed offsite will be pumped into tanker trucks and transported to the City of Lubbock Southeast Water Reclamation Plant. 4.62. Onsite Treatment and Disposal Leachate to be treated and disposed onsite will be conveyed via a force main system to a lined evaporation pond. The pond and force main layout are shown on Figure 15a. Pond details are shown on Figure 15b. 4.7 Monitoring and Maintenance Activities Regular maintenance and monitoring will be performed for the leachate collection and transfer system throughout the development, operation and for 30 years after closure of the landfill. The following monitoring and maintenance activities will be performed: • Depth of Leachate on Liner: The depth of leachate will be measured by a water high and low level indicator at the sidewall riser. The depth of fluid will be recorded monthly and/or after significant rainfall events during the active life of the landfill, and semi-annually during the past -closure period. • Pump Maintenance/Replacement: Portable pumps will be maintained as appropriate. The permanent sump pumps will be checked annually and maintained as necessary. Backup pumps (portable pumps) will be provided so the primary pumps may be removed and repaired. Maintenance activities on the pumps will occur during the active life of the landfill and during the post -closure period. • Cleanout: Cleanouts have been provided on all headers. Cleanout activities will occur on an annual basis, or more often as needed, during the active life of the landfill as well as during the post -closure period. PARKHILL, SMITH & COOPER, INC. Page - 5 01448709 Leachate Evaporation Pond City of Lubbock, Texas Attachment 15 Callche Canyon MSW Landfill Leachate and Contaminated Water Plan MSW Permit No. 69 August 2010 • Disposal Facilities: The leachate evaporation pond will be inspected every 6 (six) months for leaks, tears, or other damage to the liner system and to ensure adequate freeboard is maintained. Inspections will be performed when the pond is dry and clear of sediment. Any sediment remaining after the pond is dry will be washed or swept to the low point of the pond. A concrete pad will be provided at the low point to allow equipment and personnel to access the bottom of the pond. In the event that the pond is out of service, Leachate will be transported via tanker truck to the City of Lubbock Southeast Water Reclamation Plant. 5.0 LEACHATE QUANTITY AND QUALITY SAMPLING The purpose of Leachate monitoring is to provide data on the quantity and quality of leachate being generated within the landfill. Knowledge of the leachate quantity is often necessary to evaluate the effectiveness of the landfill design. Therefore, periodic sampling of leachate at the sump area will be performed to evaluate leachate quantity and quality. Leachate quantity and quality monitoring will begin at the facility when a sufficient quantity of leachate is detected in the first sump installed. At a minimum, monitoring will continue on a semi-annual basis. 6.0 LEACHATE QUANTITY AND QUALITY SAMPLING 6.1 Record Keeping All records relating to this plan will be retained indefinitely. At a minimum, the following records will be kept on file at the landfill: ■ leachate monitoring field information records, ■ leachate analysis results reports, and ■ leachate removal and disposal records. Other information will be retained as necessary to ensure proper implementation of this plan. 7.0 CONTAMINATED WATER PLAN To minimize the amount of water entering the working area from other developed areas, it will be enclosed by a berm ranging in height from 1' to 6' depending on the ground elevation. The liner phase - termination detail (Ai l l) will, serve as the schematic of the prime working face berm. During normal cell operations where the working face of the landfill is greater than PARKHILL, SMITH & COOPER, INC. Page - 6 01448709 Leachate and Contaminated Water Plan City of Lubbock, Texas Caliche Canyon MSW Landfill MSW Permit No. 69 Attachment 15 Leachate and Contaminated Water Plan May 2010 200 feet from this berm, an additional three foot berm will be constructed approximately 200 feet upgradient of the working face until such time as the working face is within approximately 50 feet of this temporary, three foot berm. When the working face is about 50 feet from the temporary berm, it will be removed and reconstructed 200 feet from the working face. This procedure will be followed for all areas until the working face is within about 50 feet of the liner termination berm. The berm, which is designed to contain the 25-year, 24-hour storm event, will also prevent contaminated water from leaving the working area. Drawing 16 of the Site Development Plan illustrates a profile of the berming for the waste cell area. Any water that comes in contact with waste will be confined in the working face area and will be collected in the Leachate collection system. Should a rainfall event occur whereby the collected contaminated surface water run-off remains on the working face for 48 hours, the excess contaminated water will be pumped out of the area to tanker trucks and transported to the on -site storage facilities or off -site for proper disposal/treatment. There will be no off -site discharge of contaminated water. The interim drainage controls will help to minimize the amount of water entering the leachate collection system and potential flooding in the developed cell area. Water that is collected outside the working face area, but within the cell area, is considered to be uncontaminated and can be pumped out of the excavated area if water accumulation is excessive (does not evaporate within 48 hours). PARKHILL, SMITH & COOPER, INC. Page - 7 01448709 SOIL BORING LOGS I I Ul t En Al)'� I AN —~^^^~^^'` ' �'� 0|lN| | ' ''''''' ^'''' 0k*rvaUo11 W,'U 3� 8� �� - 0 IM 0 N 0 &��7� ow/o1a .^.`^^,` B2� U Figure No. l Approximate Boring Location Plan Lubbock Sanitary Landfill Lubbock, Texas 11D D 2487 TABLE 1 Soil Classification Chart r', Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests" Group � Group Name Symbol a Coarse -Grained Solis Gravels Clean Gravels Cu a-- 4 and 1 s Cc s 3E GW Well -graded gravel" More than 50 % retained on No. More than 50 % of coarse Less than 5 % fines 200 sieve fraction retained on No. 4 ____—__ > Cu < 4 and/or 1 > Cc 3E > GP Poor) r " y graded gravel f sieve Gravels with Fines More Fines classify as ML or MH GM Silty gravel"0 than 12 % fines —� Fines classify as CL or CH_ — GC Clayey graveIF-0- Sands 50 Clean Sands ° Cu is 6-and 1 s Cc s 3E — SW Well -graded sand % or more of coarse fraction passes No. 4 sieve Less than 5 % fines _____ .__.__._. - , _ Cu < 6 and/or 1 > Cc > 3E SIP Poorly graded sandy Sands with Fines Fines classify as ML or MH SM Silty sand°•"•' More than 12 %fines° Fines classify as CL or CH Clayey sandO1 t —-------------- Fine -Grained Sails Slits and Clays ------ inorganic - -- -_ PI > 7 and plots on or above W line' _SC CL— Lean day" -'-'A 50 % or more passes the No. Liquid limit less than 50 200 sieve PI < 4 a is below 'A- line' �O ML Silt".z."r organic Liquid limit — oven dried < 0.75 OL _ a."E"r Or ganic clay".1- t _ Liquid limit —not dried silt"- 4"-0-Silts and Clays inorganic PI plots on or above 'A" fine CH Fat clay"•L•" Liquid limit 50 or more organic PI plots below 'A- line Liquid limit — oven dried MH OH Elastic silt"•L•"r Organic clay"• `"- < 0 75 Liquid limit — not dried Organic silt`-04•0 Highly organic soils A Based on the material passing the 34n. (75-mm) sieve. a If field sample contained cobbles or (boulders, or both, add 'with cobbles or boulders, or both" to group name. c Gravels with 5 to 12111 fines require dual symbols: GW-GM well -graded gravel with silt GW-GC well -graded gravel with day GP -GM poorly graded gravel with silt GP -GC poorly graded gravel with clay ° Sands with 5 to 12 % fines require dual symbols: SW-SM welt -graded sand with silt SW -SC well -graded sand with clay SP-SM poorly graded sand with silt SIP -SC poorly graded sand with clay Primarily organic matter, dark in color, and organic odor PT Peat E Cu = D dD,o (D30)? o "If soil contains > 15 % Sand, dd 'with sand' to group name. ° If fines classify as CL•ML, use dual symbol GC -GM, or SC-SM. "11 fines are -organic, add 'with organic fines' to group name. t If sal contains ?: 15 % gravel, add 'with gravel' to group name. If Atterberg limits plot in hatched area, sal is a CL-ML, silty clay. " It sal contains 15 to 29 % plus No. 200, add 'with sand' or 'with gravel; whichever is pre. dominant. '-If sal contains > 30 % plus No. 200, pre- dominantly sand, add 'sandy" to group name. SIEVE ANALYSIS SCREEN -IN ' SIEVE NO. I ec s 2 ., % n 0 20 40 u .40 2� *C 0 OEC _— ..._ _ ___.__. O EL ... Z .. Uj x Ni0" _ _ _.. _._._, z O -15mm—T- Q K z w n=- z ~ 3C c.2 D.- 2.5mm W C) a- 1T. I n I W n 2C I I D„-oars aJ ,s 10 .0 S C. ! 7 PARTICLE SIZE IN MILLIMETRES 4 Cu---s- i5 -200 Cc- ID=")' - fe s1' -56 D," 4075 D. D0475.1 C " If sal contains a- 30 % plus No. 200, pro - I dominantly gravel, add *gravelly' to group name. " PI > 4 and plots on or above -A- line. ° PI < 4 or plots below -A- lino. "PI plots on or above -A' tine. ° PI plots below "A- line. 9 For closslficotlon of fine- coined soils and ine-grained ruction o coarse-grane soils. Equotton of A` -line Horizontal of PI-4 to LL-25.5, `��/ �,/ Then PI- (LL-20) °J/ ,p E;uotion of"W-line Vertical at LL=l610) pl 7 �� // then PI=0.9(LL-8) / dF GC, / ER MH OR OH CL—MC -- I /. MLOR OL LIQUID LIMIT (LL) ( j i) z_i (t TEST HOLE NO. B-1 " BORING LOG City of Lubbock - Sanitary Landfill L*"° Date of Drilling �.ubbock. Texas ,u,f,«Hacv.li.i, 3247 �`°�': 115 muw Boring Mo iod 21_ sir. No. Oicn Ms. Ri F' h HDR E i in Inc. Dallas Texas .. , DcphtoG rtp Description v r N a` >: NO. or Ill... 79 .2 A j & IL LA Y strong 5 'i ?ad 3rd . . 6- r'- 1. 8 6 7 _s_ SILTY SM. reddish yellow SM 6.7 28.4 5 10 8 1 .10- SILTY SAM1, reddish velloei with traces of caliche SM 5.5 19.3 7 9 10 r _15_ ILTY SAND. reddish yellow th traces of calich2 SM 8.9 18 17 1 33.1 5 9 10 -20- ISM4 CLAY WITH SAND light th traces of caliche gray CL 39.1 38 30 8 77.4 3 4 7 -2.,;. 5ILTY SAND. pinkish white rSM 4.5 9.9 =25 •30- SILTY SAND. reddish yellow SM 6.5 11.8 7 19 25 vrith traces of cal i the -35- SILTY Sr1N0, reddish vellow SM 5.1 8.4 8 12 19 %ri th traces of cal iche .40- SILTY Sam. r-Mish vellrnv with traces of calithe SM 4.3 10.3 10 25 25 C.� L ILTY SavD. reddish yellow SM 3.9 12.0 5 20 25 wit' t aces of caI ichc j ENGINEERS, INC. TERRA TEST HOLE NO. g-1 '='Cit of Lubbock - SanitaryLandfill BORING LOG rr,« tflevaum ��n: [(liens cdmd <, Texas Dneo[D'lie 12 2 I 2- - 1 4"� M«noe w r Six. Na } ohs. Risa Fisher. HD2 E ineeri Inc. Dallas, as DcrAhu.cwr96.5s I � 5 ` eR $ Description N s' "t ; � SFT 1 . � > No. [X Hlows .3 . G �E •3 H X £ e N o. i� z„a 3,d ;. _� SILTY SAW. r, :dish yellow SM 4.5 NOt C vith traces of caliche 17.3 8 18- 25 -55- SILTY SAND, pinkish white 6.4 with d) Ares of caliche .94 16.2 25 -�ISILTY SAND, pinkish white h SM 1.9 �n fraces of caliche 25 Fill -65- ILTY SAND. pinkish ratite •th SM traces of viliche (Hard) -70- SILTY SAND, pinkish white SM vith traces of caliche Hard} -75- TI_TY SAND, pinkish white Lli th traces of caliche 31 - ILTY SAND, pinkish white - •*th traces gH-, of calir-he ( Hard) -85- ILTY SAND, pinkish white SM t araces of caliche _ryJ- SILTY SAND, Dincish white *.races SM- th of ca 1 i chc (Hard} i� TERRA ENGINEERS, INC. ;t qr"L-n" Tye- - - TERRA ENGINEERS, INC. TEST MULE NO. R-2 TERRA ENGINEERS, INC. 'rrC'r Ljitv r- - I t:titiA ENGINEERS, INC. \� TEST IIOLE NO. City Of UA)bo--k Sani tary Landfj 11 BORING LOG Surrave Flrvalum 3225 Dcpth Lubbock, Texas — Date of Ewlig — — :V—l&:rn:acr 11-rong M-U.W Sir. Noo. MsRi o;Fi h HOR Pvi�;-q Dallas D775 Description u -S tP d tF No. srr CY 402 F116-2 TS SILTY SAND, strong N7m1n SM 8.1 Cc- C 401 In 2M Ord 6. with traces of Or9a Ic 36.6 SILTY SAND, pinkish white with caliche 3.7 NON 1 C 24.8 -to. SILTY SAND, pinkish vhite with caliche SM 10. 6 C 28.6 SILTY SAND, pinkish vhite SM 6.9 .u. with caliche 21.7 25 li E SILTY SAND, vhite SM 8.4 -20- 25.6 k25 211 Penetratior [A SILTY CLAYEY SAND, reddish yellow SC- 8.2 .25- SM 25 1 SiLfY SAND, pale brom 34 with traces of caliche24. .0 -30- penetrati H SILTY SAND, reddish yellow with traces of caliche 91 8.8 NM PLAS C 26. 1 Sol -35- trati SILTY SAND, reddish with traces of calicallow SM 8.0 27.3 25 -40- SILTY SAND, y6flavish red SM 14.6 16 L TERRA ENGINEERS, INC. L-j TEST HOLE NO- R-1 (rn.'+) I LKHA ENGINEERS, INC. TEST HOLE NO. "" Ciof Lubbo�,.k -Sanitary Landfill BORING Lty OG �����`L� SElovuim uy„1,: 3226 `�""�" �bOurr,aa ck , Texas D.a of DratA26-90 83� C.liem B onns Mnbod Sir. No. F' h HOR ineeri Inc. D. ll T J {L � JJ P DescriptionA SIT No. or ni.�, jI'T'G� til T5 SILTY SAND, light brown SM 6.3 s y d 3ra LAS IC with traces of caliche 27—r SILTY SAND, very pale brown SM 2.9 -s- with caliche 8.4 SILTY SAND. pinkish white writh caliche SM 9.3 IC 3.6,- -10- SILTY SAND, pinkish white writh caliche SM 6.0 24.7 -15- SILTY SAND, white SM 6.6 -20- with caliche 25 .9 SILTY SAND, white tri th cal i the SM 6.1 29.3 .25- SILTY SAND, reddish yyellow — with traces of calicne . -30- ILTYii; pinitis white _ -35- with traces of caliche -- -40-rS'AW, pink SM 6.1 18. -45- TERRA ENGINEERS, INC. -rvclr LifNv T, wvN TERRA ENGINEERS, INC. TEST HOLE ND. B-5 city of Lubbock - Sanitary Landfill BORING LUG \uf(ace l:Icvaum 3222 1)c1+U, IAnnuu uk. Texas -. Date of 1 12—T! 1 (7u:nt Horis,a MaM,d Six. No. i h HDR E i in Inc. Dalla T xa D;;;—.c"? Description s '* ; a41o_ws Z �'`�r: SILT Y -N&M, strong brown-i- y SILTY SAND, pale brom SM 4.9 with caliche 10.4 12 25 SILTY SAND, pinkish white � with ca1iche -10' (Hard) -20- SILTY SAND, reddish yellow with caliche SM 7.9 l C 14.6 8 5 4 perietrati -25- yellow SILT S�1 �SADereddish 5 2" xenetrati SILTY SAND, pinkish white ---- ^--- SM 6.8 with caliche 21.9 4l, trati .35. SILTY SAND, reddish yellow SM 7.2 with caliche 16.6 10 25 -40- SILTY SAND, reddish yellow with caliche SM 7.4 NON LAS C 10.4 12 25 - t_ SILTY SAND, reddish yellor. 3P1 4.4 5.1 10 25 TERRA ENGINEERS, INC. TERRA ENGINEERS, INC. TEST HOLE NO. 3-6 City of Lubbock Sanitary Landfill Surface 1'.1—ation P"'h: 3224 Mr Pic;l f7j—p- s' Description .5- SILTY SAND, Pinkish white with caliche -10- SILTY SAND, pinkish white with caliche SILTY SAND, reddishallow with traces of cali c 10- SILTY SAND, reddish yellow with caliche -25- SILTY SAND, reddish yellow with caliche -30- SILTY SAND, reddish yellow calirte -35- SILTY SAND, reddish yellow with caliche 40- SILTY SAND, reddish yellow with caliche -45- n SILTY SAND, reddish yellow th raliche BORING LOG, MW Texas Texas Due of D&U.2 ,meterlAbbock, rr Boring Method WIr Sir. No, t. Da llas, exa- 77 Dq0 U, r'-wr f--,, 74.5' 8 -S G Svr No. Of Blom -e j bin 0 :3 in 7r In 2nd 3rd SM 3.6 10.2 SM 3.2 NON -PLASI IC 6.4 pit SM 5.6 8.2 SM 4.7 Nof4 -PLASI [C 9.2 SM 4.2 9.2 SM 7.0 13.4 SM 9.0 17.6 SM 6.3 17.2 91 5.71, 15.2 TERRA ENGINEERS, INC. L ,rrc.,Y* uriv v mt-% TERRA ENGINEERS, INC. - - BORING B-7 NOT DRILLED I �t ( 3 �_i TEST 1401.1±_ NO a_n iavtcltrC; LV(i City of Lubbock -Sanitary Landfill '""Lubbock, ""Lubbock, Texas ate o[ Dtill;n Surface Wce awm 3249 mow: 701 DiameterBoring Method St.. No. _ Mew Ms. Risa Fisher, HDR Engineerinq. Inc. Dallas T a De�bGWJ_ LL Description g V s a. `a a tit � � srr No. Of Bloom e a u 1 3 '^ la 2rrd 6 y d TS CLAYEY SAND, dark brown SC 9.5 26 17 9 46.0 5 6 6 .S. SILTY SAND, reddish yellow SM 8.0 14.4 15 23 29 .10- with caliche -1S- ILTY SAND, reddish yellow SM 5.4 14 *25 * 5 .gip. with caliche tratior ILTY SAND, reddish yellow 'th SM 6.1 11.8 7 9 13 caliche -35_ ILTY SAND, reddish yellow SM 2.9 7 13 20 -40- 6vith sand stone inclusions _f5 TERRA ENGINEERS, INC. I I I V=fiRA ENGINEERS, INC.- TEST HOLE NO. B-9 _! BORING ,,,o�, -LOG City of Lubbock - Sanitary Landfill ice" mte`f -90 .ubbock . Texas surr,� El�� �m ���3228 701 „«u Boris Mcamd „ t Sv. Na Cl,ent DcjxhincWr Ms. Risa Fisher, . FOR -Engineering.Inca. lla Texas tp _. r Description b t! s' r a x L ss�r' No. Of Blows la 2M 3W :] 6 r= �. X TS SILTY SAND, strcng brown SM 1.5 with truces of organics and.caliche -5- SILTY SAND, bran SM _10_ SANDY SILT, yellowish brown i-L 10.4 3 3 4 ILTY SAND, reddish yellow SM 5.0 8.4 7 9 15 th sand stone inclusions ILTY SAND, reddish yellow SM 3.9 12.5 22 20 4" - _;p_ with sand stone inclusions )enetration -35- SILTY SAND, reddish yellow SM 4.6 8 18 17 -40• with sand stone inclusions r ._.» - S. TERRA ENGINEERS, INC. ,rvc,r uf1ll r i.ri-. TERRA ENGINEERS, INC. I ttiHA ENGINEERS, INC. - ' I tHHA ENGINEERS, INC. TERRA ENGINEERS, INC. ,rT,c,,r. v vrN v r ,,, TERRA ENGINEERS, INC. nrvl c•W v . � . — . . — I TERRA ENGINEERS, INC. TEST' HOLE NO. 6-12 CitY Of Ubbocck - Sanitary Landfill Surracc li'levati'm 3240 DcpLh: -Z711— c.lt Ms. �isa Fisher, HDR Engineering, LZ Dcscriptlon TS jqil'n - with caliElv, -5- SILTY SAND, white SILTY SAND, white SAND, white LTY SAND, white -40- ISILTY SAND, Wifte --14;- BORING LOG ["atiolllbbOck, Texas Due or BOMB McLhod W. No. Dallas as Dcplh U, (V wr -7- d tr srrr 8N., z (V Brow, ;3 E to nIx 2rW 3rd 1 8.1 1 NMI T 94 SM 1 9.5 NMI nolm �lm trati tA r extrenely hard 4" XnXVati or HA extrerely Pi hard H 125 511 )enetratior 5 112" ati J TERRA ENGINEERS, INC. TERRA ENGINEERS, INC. TERRA ENGINEERS, INC. TEST HOLE NO. Ci ty of Lubbock Sani tv-y Landfill Surfacc H .1evatim Dcpth: 01=1 105' Ms. Risa,Fisher. HDR Engj2tLr�jn Descripficin 1-5&= SILTY SAND, very pale brown -55- SILTY SAND, yellowish red vnth traces of caliche -60- -65- f SILTY SAW, yellavish red _70- with traces of caliche (sar-pling terminated) -75- -80- -85- -90- B01 LorAtion Ubbock, Texas Date of D 33mm"a 3 1/4" Boring McthM Str. No. Dallas, Texas tp bR 4 o SIT L3 G No. Of Rio" I-TUdT 3,d ENEW SM 1 5.5 0E 9.1 mmmw- 8.11 71 9 112 511 TERRA ENGINEERS, INC. ES TL`CT LTl1i .r? xt.-. C I ERRA ENGINEERS, INC. tll%v U. x1ex TERRA ENGINEERS, INC. TERRA ENGINEERS, INC. TEST HOLE NO. B-15 BORING LOG City of Lubbock - Sanitary Landfill l.x.� Date or D "'P- �ubbock, Texas '1�14-90 « t;lcv,tion 3224 �. � llumcw �� Boring Mahon Mr. No. rlirnt M �i h r HDR E ineerin Inc. Dallas Texas �`'"'r X Description yY N $ � SPT No. Of Blows • .a 3 G .5 y '� E s y 7td TS SILTY SAND, brown SM 9.5 "- 1 2 1 -`• SILTY SAND, reddish yellm SH _to_ CLAYEY SAND, pinkish %trite SC 9.0 25 16 9 44.6 8 14 25 r . - -t�- CLAYEY SAND, pinkish white SC _ extremly hard -=fit- CLAYEY SAND, pinkish %bite SC 16 - 23 i -`s- SILT SANDaliD,reddish yellow SH SILTY CLAYEY SAND redd,sn yellow with traces of ca�iche SC- 8.2 8 18 17 14 SH 1_ -35- SILTY CLAYEY SAND reddish yellow with traces of caiiche Sc- SH - SILTY SAND, pink .,�o- with cal i the SM 6.7 15 17 23 _a;. SILTY. SAND, pink SM with cal i the TERRA ENGINEERS, INC. 'T'T.Iclqr wv'r%. — .", TERRA ENGINEERS, INC. TERRA ENGINEERS, INC. ll TERRA ENGINEERS, INC. ,rvc,r lif-tv T- xtr% TERRA ENGINEERS, INC. I t:KtiA ENGINEERS, INC. TEST HOLE NO. B - 19 11mjv'C1 a 12 �") Citi Of Lubbock Sanitary Landfill Surfact Elevation 3245 Depths 706 -Ms. Risa Fisher, fflR_Enqineerinq. Description SILTY-CLAYE ,dark brawn .5- SILTY CLAYEY SAND, reddish yellow -10. with'caliche 45- SILTY SAND, reddish ellow -20. with traces of caU .25- �ILTY SW reddish yellow with sandstone inclusions _35- SAnIY14Di gdd�llavg.e0rA _45- L_'"IA�, Texas Date or Dralin B*fing Method ssW air Str. No. 77-S as Depth tn (;Wl, bR 5 1 z WIT 1 Ir No Of 111.1x :3 2M 3,d .7 SmSC- 1 8.71 11 1 14 1 5 34 1 4.3 SM 1 4.3 SM 1 1.2 L-IMEN 4" r*trati 13 1*25 1 i 5" 26.4 TERRA ENGINEERS, INC. Trc•r. unt t: &I'ri I OKRA ENGINEERS, INC. TERRA ENGINEERS, INC. I tHRA ENGINEERS, INC. TEST HOLE NO. 8-2i !':—CitY Of Lubbock Sanitary Landfill Surfscc I'levation 3243 10, ` Client Ms. Rk. F.i HDR E i Description TS SILTY SAND, dart brown SIB orqanics SANDY LEAN CLAY, reddish yellow with caliche 10- SANDSTONE, white SYaA SAND. reddishr'low -10-INsnd -35- ILTY SAND reddish yellm th sandstone inclusions .40- BORING L 1-*mtiol ubbock, Texa s N' of DAIW4 Bming mahw qsM air , -5 - ; 1 1 Sts. No. exas Dcmh to c;wr 1001 d kP z SFr > j; No. Or blows :3 E A SM 5.5 —N0NtVLAjSj—ct---j13.6F CL 120.7 1.4 6MEN SM 1 5.1 161 221 25 4" netrati 8.81161 21 121 15 115 TERRA ENGINEERS, INC. 'I'T7Cqr iijdr,%v v- . - I tHRA ENGINEERS, INC. ,rvcpr T-T^T � - I LFiRA ENGINEERS, INC. �\� TL`C`T iiil• - -, I tHHA ENGINEERS, INC. TEST HOLF. NO o-,),) P-j— BORING LOG City of LU k - Sanitary Landfill Lwation Dam of Dfilling Lubbock, Texas SWUM EICV&LiCn mcw '3 : J 70- Ttr. Na =4 8.6.g M." Cliem ?ssed air— 775 Ms. Risa_Eisher, HOR-LVreerinq. —InC. —Dallas. Texas Derh to G"Wr tP Description 8 d 9' S Of vrSlows -i C In 2nd '3,d -so- SILTY reddish yellow with cavilche 94 3.8 NON -PLASl IC 23.2 *25 401 penetratiJ -55- SILTY SAND, reddish yellow 91 4. 4 -60- with caliche 23 *25 fr 36' )enetratior -65- SILTY SAND, reddish yellow 94 4.2 NON -ROC 24.5 22 *25 t -70- with., tali che setratior xYe, -75- -80- -85- TERRA ENGINEERS_ [mr TEST HOLE NO. P_-23 pro)m MY Of Lubbock Sanitary Landfill ""lubbock, BORING -LOG Surface lilevatin" 32 3 L>cpLh: 105' Durnew Texas Dow of Dvalin Paring Chen MCOWW Sw. Na m Fi HOR E ir—j— T as Texa Deroth in G%W 91, tp 8 C, Description S tR Svr i 4 G Na Of 111IMS TS SANDY SILTY CLAY, very dark tirmin CL- 18 . .6 3st 2M 3W 2.5 SANDY LEAN CLAY, strong brum CL 3.0 24 16 .5- - 8 67.7 SILTY SAND, licit brown with traces o caliche SM 2.4 15 17 20 _10- SAMSTONE, pi nk. 4.7 25 _15_ SANDSTME, pi nk 2.9 NON -p C 18.2 25 SILTY SAIM, reddishAllow with traces of calk SM 5.8' *23 _20- 25 Ar 41' )enetration SILTY SAND, reddishcClIovi with traces of cali 91 2.8 -30. 16 23 *25 4"• trati SILTY SAND, reddish yellow .40. with traces of'cal idie 3.7 NON -P C 9.2 19 22 *25 4" penetrati -4 5- TERRA ENGINEERS, INC. ` TERRA ENGINEERS, INC. -� lrvcqr lyd,%V — — TERRA ENGINEERS, INC. GEOTECHNICAL REPORT PROPOSED LUBBOCK LANDFILL LUBBOCK, TEXAS I SOIL BORING LOGS 0