Loading...
HomeMy WebLinkAboutResolution - 2009-R0183 - Contract - Utility Contractors Of America LTD - 16 In Water Supply Line - 05_14_2009 (3)Resolution No. 2009-RO183 May 14, 2009 Item No. 5.21 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 a Unit Price Construction Contract with Utility Contractors of America, LTD, of Wolfforth, Texas, for a 16-inch water supply line for Pump Station 15 per ITB #09-714-DD, a copy of which Contract and any associated documents are attached hereto and which shall be spread upon the minutes of this Council and as spread upon the minutes of this Council shall constitute and be a part hereof as if fully copied herein in detail. Passed by the City Council this 14th day of TOM MARTIN, MAYOR ATTEST: Rebecci Garza, City Secretary APP Dn VED AS TO CONTE T: Au rey Spear, E. Director of ter Utilities APPROVED A -TO FORM: 9L 11 ;� 4 n"' Don Vandiver, CityAttom y DDres/UL Aup( onst( onU9ites April 28. 2009 , 2009. r CITY OF LUBBOCK SPECIFICATIONS FOR SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 ITB # 09-714-DD Contract # 8914 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thgWroductioncompM.com/ Phone: (806) 763-7770 "A City of Planned Progress" CITY OF LUBBOCK Lubbock, Texas Paize Intentionally Left Blank - City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13"' STREET 1 LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchosing.ci.lubbock.tx.us ITB# 09-714-DD, Addendum # I ADDENDUM # l ITB # 09-714-DD SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 DATE ISSUED: March 25, 2009 CLOSE DATE: April 7, 2009 @ 3:00 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. ' 1. The non -mandatory prebid conference time has CHANGED from 3:00 P.M. to 9:00 A.M. on March 26, 2009. 2. Bidder's attention is invited to the Engineer's Addendum #l, attached. 3. Bidders must submit the REVISED BID SUBMITTAL FORM, attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss(a�mylubbock.us THANK YOU, CITY OF LUBBOCK Valle" V e" Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the Citv of Lubbock Buver if anv lanl~uage. 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 Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. I ITB# 09-714-DDadl ***REVISED***BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: # ITB-09-714-DD Sixteen Inch Water Supply Line for Pump Station 15 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 a Sixteen Inch Water Supply Line for Pump Station 15, 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. Estimated Item Quantity & No. Unit Description of Item and Unit Price Total Amount 1. l LS Mobilization/Demobilization, including insurance, bonds, and move-in/move-out related costs, complete, for the lump sum price of: TOTAL ITEM #l: $ /LS( } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 2. 23,380 LF Furnish and install 16" approved C905 PVC waterline, including all standard pressure testing and construction materials testing, labor, material and equipment, complete in place for the price per linear foot of: TOTAL ITEM #2: $ /LF( } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 23,380 LF Furnish and install heavy polyethelene warning tape with tracer wire, complete in place for the unit price per linear foot of TOTAL ITEM #3: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1.5 TON Furnish and install Cl 10 Ductile Iron fittings and associated appurtenances, complete in place for the unit price per ton of - TOTAL ITEM #4: $ /TON( } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 9 EA Furnish and install 16" gate valve and box, including all appurtenances, complete in place for the unit price per each of: TOTAL ITEM #5: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 642 LF Furnish and install 24" steel casing in bore. Casing shall be 0.310" wall thickness and shall be bituminously coated and shall be installed complete in place for the unit price per linear foot of: TOTAL ITEM #6: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials it Item Estimated No. Quantity & Unit Description of Item Total Amount 7. 1,023 LF Furnish and install 24" steel casing in bore at 10' depth. Casing shall be 0.310" wall thickness and shall be bituminously coated and shall be installed complete in place for the unit price per linear foot of: TOTAL ITEM #7: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shal I govern.) 1 EA Tie 16" proposed waterline to 24" supply line at the City of Lubbock Water Treatment Plant using a 24"x 16" tapping sleeve and valve, complete in place for the unit price per each of TOTAL ITEM #8: $ /EA( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 1 EA Tie 16" proposed waterline to 16" gate valve box at Pump Station No. 15, complete in place for the unit price per each of: TOTAL ITEM #9: I $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 68 LF Furnish and install 16" PVC "Certalok" water line in slick bore with grout, including all labor, materials and equipment, complete in place for the price per linear foot of: TOTAL ITEM #10: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 23,380 LF Furnish and install OSHA approved trench safety system for 16" water line as required for the unit price per linear foot of TOTAL ITEM #11: $ /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 12. 1 LS Remove and replace asphalt pavement on Guava Avenue, complete in place as shown on plans, for the lump sum price of: TOTAL ITEM #12: $ /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 13. 1 LS Furnish and install asphalt access roadway to Pump Station No. 15 as shown on plans, complete in place, for the lump sum price of: TOTAL ITEM #13: $ /LS( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 3 EA Furnish and install 2-inch blowoff valve assemblies, as shown on plans, including any miscellaneous appurtenances, complete in place for the price per each of: TOTAL ITEM #14: $ /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) TOTAL BID, ITEMS #1- #14: MATERIALS: LABOR: $ TOTAL BID ITEMS # 1 - #14: $ (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION 1 A-1. 23,380 LF Furnish and install 16-inch approved C-303 bar -wrapped concrete cylinder pipe, including all standard pressure testing and construction materials testing, labor, material and equipment, complete in place. TOTAL ITEM #A-1: $ /LF( ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials Bidder 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 180 (ONE HUNDRED EIGHTY) CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. 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. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. 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 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 ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S ) 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 ten (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(a), 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: t- Authorized Signature (Printed or Typed Name) ij Company Address J i City, County State Zip Code Telephone: - Fax: - FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American I Other (Specify) ,' PARKHILLSM ITH&COOPER t_ A TO: Prospective Bidders/Plan Holders /� DDENDUM FROM: Brian M. Stephens, P.E. O. � PROJECT NAME:16" Water Supply Line (Package C) �w— PROJECT NO.: 01-2756-07 DATE: March 24, 2009 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated October 2008 as noted below: This Addendum consists of 42 page(s). CHANGES TO SPECIFICATIONS I. BID SUBMITTAL UNIT PRICE BID CONTRACT a. Remove and replace section in its entirety with the revised section attached. II. SPECIAL PROVISIONS (Airport Operations Security) a. Insert the attached Special Provisions section into the original set of specifications. III. SPECIFICATION SECTION 02667 Bar -Wrapped Concrete Cylinder Pipe a. Insert the attached specification section into the original set of specifications. IV. APPENDIX B AC 150/5370-2E Operation Safety on Airports During Construction a. Insert Appendix B into original set of specifications. b. Contractor is responsible for preparing an Airport Safety Plan per Chapter 2 of Appendix B. Ouestions/Answers I. SHEET C-101 16" Supply Line Sta. 0+20 — 24+00 a. Sta. 0+20, 24"x16" tap into existing water pipeline: Contractor shall verify existing pipeline material. II. SHEET C-501 Miscellaneous Water Details a. Detail A5 — 2-inch pipe shall be Schedule 80 PVC. b. Detail A5 —See this detail for information pertaining to Bid Item 14 — 2" Blowoff Valve. III. No soil logs are available that indicate what the digging conditions are like in the proximity of the 24" steel casing in bore locations. END OF ADDENDUM NO. 1 Arn��rillo . ,. .. - ,..• ., r Et Faso Lubbock Nfldlar.0 4222 851h Street Lubbock, Fexas 7/ 9423 806.473.2200 Fax 806 473,3500 Addendum, Page 2 f March 24, 2009 Respectfully submitted, PARKHILL, SMITH & COOPER, INC. 11-- F By: Brian M. Stephens. P.E. Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: SPECIAL PROVISIONS SP-1 AIRPORT OPERATIONS SECURITY SP-1.1 General Airport security is a vital part of the Contractors responsibilities during the course of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock Preston Smith International Airport Operations Department (LBB Operations) and the Transportation Security Administration (TSA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security caused by the Contractor or the Contractors employees, subcontractors, suppliers or representatives. SP 1.2 Airport Operations Area (AOA) The Airport operations area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. When necessary to cross pavement surface on the airfield, the Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD), on a daily basis and prior to reopening pavement surface to air traffic. The Contractor shall complete pipeline crossing under perimeter fence and backfill on same day. DO NOT leave access under secure fence at any time. SP-1.3 LBB Operations -Issued Security Badees The Contractor shall be responsible for obtaining a photo -identification security badge issued by LBB Operations for each supervisor or foreman of each work crew working within the AOA. Allow two weeks to obtain badges prior to start of work. The Contractor shall obtain LBB Operations security badges for at least one member of each work crew working in separate areas of the AOA. It is the intent of these specifications that all individuals responsible to the Contractor, including the Contractor's employees, subcontractors suppliers or representatives, either obtain and display an LBB Operations security bailee, or obtain and display a Contractor -issued identification badge, as specified below, AND be escorted or directly supervised by an individual displaying a current LBB Operations security badge. The Contractor may obtain LBB Operations security badges from the Lubbock Preston Smith International Airport Operations Department at the Lubbock Preston Smith International Airport. The Contractor represenialive responsible for all badges is required to have a fingerprint -based criminal history records check, regardless of access. This Contractor representative will need to complete and pass all background checks prior to pursuing the process for any Contractor employees. LBB Operations reserves the right to limit the number of security badges issued to the Contractor. LBB Operations will charge the Contractor a thirty dollar ($30.00) fee for each security badge issued. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. LBB Operations security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. LBB Operations security badge may be confiscated and all security rights revoked by LBB Operations upon the breach of any security or safety regulations at the discretion of LBB Operations. The holder of an LBB Operations security badge shall surrender the badge at the completion of this project, upon v transfer or termination of employment, or at any other time at the request of LBB Operations. The Contractor shall conduct a background check of each applicant for an LBB Operations } security badge utilizing standard background check forms provided by LBB Operations. The Contractor shall be responsible for completing the required forms, and for submitting the forms to LBB Operations For their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall he available through the Director of Aviation's office. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by LBB Operations. LBB Operations shall be responsible for reviewing the 01275607 SP - I 03/09 background checks. Only persons whose application is approved by LBB Operations shall be issued security badges. LBB Operations reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of LBB Operations, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LBB Operations -issued security badges to LBB Operations. LBB Operations will charge an additional fifty dollar ($50.00) fee for each lost or destroyed LBB Operations -issued security badge. All LBB Operations -issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all LBB Operations -issued security badges will constitute grounds for withholding retainage from the Final pay estimate amount. SP-IA Contractor -Issued Identification Badges The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals operate within the AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of LBB Operations, the Director of Aviation or the Engineer. The format and content of the Contractor -issued identification badge shall be approved by LBB Operations prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every thirty (.30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated by the Contractor and retained by the Contractor until the end of the project. It shall be the Contractor's responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by the Contractor during the project and the records of said badges shall be transferred to the possession of LBB Operations at the completion of the project. The Contractor -issued identification badge does not allow unlimited access to all areas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Every individual operating within the AOA shall displU either an LBB Operations _ issued security badge or a Contractpr-issued identification badge at all times. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LBB Operations -issued security badge at all times while within the AOA. Persons within the AOA not possessing a valid LBB Operations -issued security badge, or escorted or directly supervised by an individual possessing a valid LBB Operations -issued security badge, shall be considered in violation of LBB Operations security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LBB Operations security arrangements. SP-15 Contractor's Entrance Gate The Contractor shall provide an entrance gate to the AOA for the Contractor's employees, subcontractors, suppliers and representatives at a location directed by the Engineer. Adjacent to the Contractor's entrance gate, outside the AOA, the Contractor shall provide a parking area for the Contractors employee's personal automobiles. The limits of this parking/storage area shall be as directed by the Engineer. At the completion of this project, any damage done by the Contractor to this area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading and reseeding or repaving any damaged areas. i? 01275607 SP - 2 j 03/09 The Contractor shall be responsible for, and shall control all movement through the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and LBB Operations with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LBB Operations -issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contractor's representative and shall be responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by the Contractors watchguard to enter the AOA. At the Contractor's option, and upon approval of the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SP-1.6 Vehicle Escorts All vehicles responsible to the Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LBB Operations security badge. Further. the escort vehicle driver shall be familiar with airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its operation, and shall obey all instructions from the Air Traffic Control Tower. SP-1.7 Challentrina Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LBB Operations security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LBB Operations security badge, or who cannot produce a valid LBB Operations security badge, or who is not under escort or under the direct supervision of a person possessing a valid LBB Operations security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route.LBB Operations should be notified in the event a challenge should occur. Should the unauthorized person refuse to exit the restricted area, LBB Operations shall provide instructions for further action, and the unauthorized person shall be kept under surveillance until LBB Operations arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of LBB Operations and shall be immediately confiscated by LBB Operations or the Director of Aviation. SP-1.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for filing the prescribed forms for airspace clearance in accordance with Pan 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA !pgg be approved prior to the erection of the crane or other hoisting device. 01275607 SP - 3 03/09 information is required: When requesting approval for the use of a crane or other hoisting device, the following 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. The top of the crane or other hoisting device shall be marked with a 3-foot by 3-foot safety -orange and white checkered flag_ The crane or other hoisting device shah be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of Aviation or the Engineer. The Contractor shall notify the Engineer and Director of Aviation at least forty-eight (48) hours prior to actual erection of the crane or other hoistine device. SP-1.9 Safety Plan See Appendix B — AC 150/5370-2E for Safety Plan Requirements SP-2.0 AIRPORT UTILITY LOCATES SP-2.1 Airport -Owned Utilities Prior to construction, Contractor shall contact Steve Hemmeline (806-777-7034) for location assistance of Airport -owned utilities. Contractor shall document any pre-existing damage by photograph. Provide Engineer with copies of photographs prior to construction. SP-2.2 FAA -Owned Utilities Prior to construction, Contractor shall contact Noel Owens (806-766-6400 or 806-548-0242) for location assistance of FAA -owned utilities. Contractor shall document any pre-existing damage by photograph. Provide Engineer with copies of photographs prior to construction. SP-3.0 STAGING OF MATERIALS ON AIRPORT PROPERTY SP-3.1 General Contractor shall not stage material or equipment on airport property without prior approval by the Engineer. SP-4.0 COORDINATION SP4.1 General Contractor shall provide a minimum 14 days notice prior to starting any work inside AOA. Allowable work hours inside AOA are from 6:00 am to 8:00 pm. Runway closures are subject to weather conditions. 01275607 SP-4 I 03/09 - PACKAGE C SECTION 02667 BAR -WRAPPED CONCRETE CYLINDER PIPE 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment, equipment and incidentals necessary to install bar -wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system as indicated herein. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS Finished pipe shall be the product of one (1) manufacturer that has had not less than 5 years successful experience manufacturing pipe of the types and sizes indicated. Pipe Manufacturing operations (pipe, fitting, lining, coating) shall be performed at one (1) location. B. FACTORY TESTING 1. The Owner reserves the option to have an independent testing laboratory, at the Owner's expense, inspect pipe and fittings at the Pipe Manufacturer's plant. The Owner's testing laboratory and Engineer shall have free access to the Manufacturer's plant. The pipe manufacturer shall notify the Owner, in writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner's decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one (1) spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the Owner reserves the right to have the laboratory make additional tests and observations. 2. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials. 3. Absorption test. A water absorption test shall be performed on samples of cured motor coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C 497, Method A. The average absorption value for any test 01275607 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-1 PACKAGE C B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designed, the date of manufacture, and the identification number as shown on the shop drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. POINT OF DELIVERY It is desired that pipe be hauled directly from pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at i. access points along the route, and brought to the trench side by approved methods, however, the Contractor shall be responsible that pipe is undamaged at the time of laying. 2.00 PRODUCTS 2.01 MATERIALS A. CEMENT: Cement for use in concrete and mortar shall be Type I Portland Cement conforming to ASTM C 150. B. AGGREGATES: Aggregates for concrete lining and coating shall conform to ASTM C-33. C. SAND: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-144. D. SPECIAL COATING: Pipe to be laid in casing shall have two (2) built-up rings or mortar each approximately 2' long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. E. STEEL: Steel shall meet the requirements of AWWA C-303. Steel shall be homogeneous and shall be suitable for field welding. F. THREADED OUTLETS: Where outlets or taps are threaded, furnish and install brass bushings and plugs for the outlet size indicated. 2.02 MIXES; CEMENT MORTAR Cement mortar used for pipe joints shall consist of one (1) part Portland Cement and two (2) parts clean, fins, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall he mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C-150, Type I. Sand shall conform to ASTM C-144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. Water for cement mortar shall be treated and suitable for drinking water. Bonding agent for interior joints and pipe patching shall be Prebond Epoxy Bonding Agent ET- 150, parts A and B, Sikadur 32 Hi -mod or approved equal. 01275607 i 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-4 PACKAGE C 2.03 MANUFACTURED PRODUCTS A. PIPE 1. GENERAL Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C-303 and AWWA M-9, and the special requirements of this specification. All pipe shah have the NSF Seal of Approval. 2. PIPE DESIGN CRITERIA Pressure class pipe shall be 235 psi. The working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C-303 and AWWA Manual M-9 for trench construction, using the following parameters. a. Unit Weight of Fill (w) = 130 pcf :t b. Live Load = AASHTO HS 20 c. Trench Depth = As indicated in Plans and Specifications d. Coefficient Ku' = 0.150 e. Trench Width (Bd) = As indicated f. Bedding Conditions = As indicated g. Soil Reaction Modulus — (E') = See Specification Section 02222 Excavating h. Coefficient k = 0.090 i. Maximum steel stress at working pressure = 18,000 psi j. Maximum calculated deflection, Dy = Dx = 1.0% Trench depth indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 01275607 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-5 PACKAGE C 3. PROVISIONS FOR THRUST a. Thrusts at bends, tees, plugs, or other fittings shall be resisted by thrust blocking as indicated on the drawings. b. Restrained joints, where identified on the drawings. shall be used for a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure). Restrained Joints shall consist of welded joints. In areas where restrained joints are used for thrust restraint, the pipe shalt have adequate cylinder thickness to transmit the thrust forces. For welded joints, if the thickness of the steel cylinder adjacent to the welded joint is greater than or equal to 0.1875 inches, the joints shall be prepared by trimming the spigot in the shop. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with the following. 1) The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil density = 110 pcf (maximum value to be used). 3) Coefficient of friction = 0.3 (maximum value to be used). 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient of friction shall be reduced to 0.25. 5) For horizontal bends, the minimum length of pipe to be restrained shall be calculated as follows: For deflections less than 60°, L = P A si n (6/2) f(We +Wp+Ww) For deflections greater than 60% L=PA0—cos A} f (We + Wp + Ww) L = Length of pipe to be restrained 01275607 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-6 'i r PACKAGE C P = 1.5 times the working pressure A = Cross sectional area of pipe steel cylinder I.D. A Deflection angle We = Weight of earth Wp = Weight of pipe Ww = Weight of water F = Coefficient of friction 4_ INSIDE DIAMETER The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. JOINT WRAPPERS: Similar and equal to those manufactured by Mar -Mac Manufacturing Company. C. INSULATED CONNECTIONS AND FLANGE GASKETS: Insulating connections and flange gaskets shall meet the requirements of Project Specification 02665 WATER WORKS PIPING, VALVES AND FITTINGS. D_ FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS: See section 02665, WATER WORKS PIPING, VALVES AND FITTINGS. E. PIPE ENDS: The standard pipe end shall include Carnegie steel joint ring as per AWWA Manual M-9 and AWWA C-303. Welded joints shall be provided at all joints unless otherwise specified on the plans. Harnessed joints and flanged joints shall he provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. F. FLANGES: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached. Dilling pattern shall match pattern of valve or fitting which will be attached. G. BEND FITTINGS: All bend fittings shall be long radius to permit easy passage of pipeline pigs. H. FITTINGS IN VAULTS: Pipe fittings in vaults shall have a minimum cylinder thickness of 0.25 inches, and shall meet the requirements of AWWA C-200. Exposed piping and valves in vaults shall have an epoxy coating. I. NUTS AND BOLTS: All nuts and bolts shall be stainless steel. Use an anti -seize compound during installation. 01275607 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-7 PACKAGE C 3.00 EXECUTION 3.01 INSTALLATION A. GENERAL 1. Install pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipeline. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA M9. Pipe shall be laid to the line and grade indicated. 2. Maximum allowable pipe deflection is limited to 1 % for bar -wrapped concrete cylinder pipe measured in any direction. Contractor shall repair pipe not meeting this requirement at no additional cost to the Owner. B. PIPE HANDLING 1. Haul pipe, fittings, valves and other accessories to the job site. At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or cranes as specified below. Under no circumstances shall they be dropped. 2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment designed to prevent damage to the coating, and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare -pinch bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. 3. Carefully observe the pipe for cracking and check the inside lining and coating, and should cracking occur, take immediate steps to protect the pipe. Have the Pipe Manufacturer repair any joint of pipe that has shrinkage cracks with a width of 1/16" or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005" (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove from the project site. 5. Remove, replace or reject any disbanded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or IT' in greatest dimension shall not be accepted. Adequately cure patches. 6. Provide the proper implements, tools, equipment and facilities for safe and convenient prosecution of the work. Lower pipe, fittings, specials, valves, etc. into the trench by 01275607 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-8 11 PACKAGE C • means of a crane or other machine. Do not roll or dump into the trench, The crane shall be of sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate .1% of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating of the pipe. 7. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the close of each operating day, effectively seal the open end of the pipe using a gasketed night cap. C. PIPE JOINTING 1. GENERAL Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pope is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. For interior welded joints, complete backfill before welding. After welding, apply the interior joint coating. 2. EXTERIOR JOINTS Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps, The wrapper shall be 9" wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shal I be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel and entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 3. INTERIOR JOINTS Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash that has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a f 01275607 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-9 PACKAGE C wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting the spigot such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. WELDED JOINTS a. Thirty-six inch and smaller pipe shall be welded from the outside using the following procedures: Telescope together the joints to be welded with a rubber gasket as specified above i and align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod between the steel bell of one (1) section and the steel spigot of the other, and weldingthe bell to the outside of the spigot. Use no less than three (3) complete i, passes to make the weld. When the joint weld is completed, pour the exterior joint -1 with mortar as specified above. After all sections are in final position, fill the interior joint as specified above. Welded joints shall meet the requirements of AWWA j Manual M9. b. Forty-two inch and larger pipe shall be welded from the inside, using the following procedures: Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M-9. When a joint weld is completed, grout the inside joint, pour the exterior joint with mortar as specified above. c. General weld requirements shall be as follows: 1) Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Unless otherwise specified, welds shall be full circle fillet welds. 2) Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3) After the pipe has been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by 01275607 1 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-10 ._, PACKAGE C jacking, shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4) Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded arc process. Welding shall be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. 5) Furnish labor, equipment, tools and supplies, including shielded type of welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6) In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 7) Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8) if the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9) Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each steel welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10) Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-206 before being allowed to weld on the line. a. Hanson Pipe and Products, Inc, or approved equal. 11) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of the joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12) Dye penetrant tests in accordance with AM E165, or magnetic particle tests, shall be performed by the Contractor's independent testing laboratory on all welded joints. Welds that prove to be defective will be replace or repaired, whichever is deemed necessary by the Engineer, at Contractor's expense. 13) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall 01275607 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-11 PACKAGE C bear the expense of repairing the joint, regardless of the results of the physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. D. PROTECTION OF BURIED METAL Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying two wraps of Trenton No. I wax tape, and encasing it with Plowable fill. E. PATCHING 1. Excessive field -patching of lining or coating shall not be permitted. Patching of lining or coating will not be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than 12". In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 2. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement mortar patch. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site. F. PIPE BEDDING AND BACKFILL Pipe bedding and backfill shall be as shown on plans, Sheet C-501 Detail A3. 3.02 FIELD QUALITY CONTROL A. Perform hydrostatic test as specified in Section 02665 WATER WORKS PIPING, VALVES AND FITTINGS Part 3.13. B. Disinfect pipeline as specified in Section 02665 WATER WORKS PIPING, VALVES AND FITTINGS Part 3.14. 01275607 03/09 BAR -WRAPPED CONCRETE CYLINDER PIPE 02667-12 r APPENDIX 8 AC 150/5370.2E OPERATION SAFETY ON AIRPORTS DURING CONSTRUCTION Ul Page Intentionally Left Blank U.S, Deparbnent of Transportation Fetlwal Aviation Adtginfatradon Advisory Circular Subject; OPERA'T10hAi_ S,AFFTY ON AII&O ;fS Dow 1.17103 AC No: 150,'MO.21i DURING CONSTRUC710N _ laldated by: AAS-300 Cbs p.- 1. THE F't IUglSE OF THIS ADVISORY 4. WHO T1111E5 AC AFFECT$. CFRC11LAR FAQ. Aviation salty ix the p3imitry• cansideratiern at airports, espucially daring construction, '11dw AC scats tbnb guidelines for aperadonal witty on airports during construc-tioa. It w:ntttains v*or changes to lire following meal: "Ruawey Safety Area" paragraph 3-2. "Taxiway Safety ATuzwObjwt-Frew: Arms," paragraph 3-3; "Ovenicta►."paragraph 3.4; "Marking Guidelines for Temporary TbtesWId," pwahmaph 3.5; and "Hazard Marking wW LiShtintk ' paragraph 3-9. 2. WILATTM&ACCANCRLS. 'Kris AL c4mela AC 150.1537If-21), Opewi ional ,Safcdy an Ai►porn; Daring Consrmedan, dared May 11, 2(WZ 3. RRAnING MATERIAL RELATED TO THIS AC. Appendix I contains a list of reading inaterials on airpun construction, desig% and puum ial %afcty LvA th durutg Lonstruclitm, as well as instrucriom for ordering these docunwntw Marty ol'thcnr, including thus AC, are avaiiable on the Fetteral Aviation Administration (FAA) Wcb site. DAVID L. RF.NNIi'TT Direr clot, 011icwt of Airport Safety and 54anrlards This AC assisuw airport operators in cnniplying with 14 Code of Feddal RegtrWkms (C i t), part 139, Certification and Operation: Land Airports Serving Cattum Air Ca,tierr, and with the re*ffirwancrtts of airport construmitm projects receiving funds under the Airport fiWwva ment Program or Arum the Pwm"er Facility Charge Program. While the FAA dais not require nw» icertiCcawd airports without grant ugrecownts to atdhcre to these guideNw:, we reconm ad drat they do so ash will help these airports maintain a desirable level of uparational safety during c austrwdun. S. ADDTrtONAL BACKGROUND r41Pow-,L,rioN,. Appendix 2 contains defmilions of terms used in this AC. Appendix 3 prrxift ai pon open ams with hoilerptalc forarat and language for devw>ioping a safety plan for an airport t onstructian project Appe adix 4 is a sample Notice to Aimten form, 6. HAZARD LIGHTING IM1'ULNIENTATIO Supplomentat hamd lighting roust be red in color by October 1, 2I1o4. See paragraph 3.9 for nwre inf0FMJj00. r Page Intentionally Left Blank AC 1606370-2E EM CHAPTER 1. GOMMNAPETY RMIREMENTS ANDRESPONSMBiL008S � 1.1' ovemcw~~~-~-.--^_---~~~..~.,.. ----------- ....... �~'~--�---__..---� 1-2. V*%o Is for SaMy Owing C=uu6-Ikm'~~��...... ........................ ........ ^....... �—.__._� CHAPTE%2. SAFETY�����~� «' Soodon t aasic IMOVplan --...... ...... 3 ` 2-1. Ovwn*w ................... ............. -'....--....... ........... .-.-....... '-~~ 2-2. Safty FWaKIwwirwa....... ..--_....'_-'-.'...----............. - ..................... ............. ~...... -.... -.�3 Swcd«mx2- SxMvand ...... 2^I' OVVMmW.~---~~~~_.. _........... ........... -'-_-­__.~~^^-~_-~'.^-^~..... 4 � ! 1-4. FwdmariotKonmol � ^ / 2-5. Cwmnmtimm................. ............. ....~_............... -.......... ................. .'_--.~.~.'-$ U. CmX*VCmiWWhiC19 Pm���.--'-.-.-'~--_`~.-_-.-.------'---....--_'-..�.-.......--.� �'� ^ W����mmuom��e�mm' ^`~�,=&~'-'^~^^~---'`--~-'~-^~^^~'-'--~-^-^--~~-~~~.--~~~~--'~~''^'~--- � l` 1� 2^5- fcm-ir�gmmd Cates ...................... ................. -... -.......... -................... '......................... ... ^... _......... ............. -5 0ooWn 3. NoWcWonmt C*mxsNuccom........ ~~.5 l2-9. ~......... -~~,..~_--~~,....... _-~....... _''~............... $ 2-10. Assume Pmmpt t4wtifimatiomw & 348' Y�4M 3-12- Aircraft RmscitoamdFin Fqpino KA0RFJFy'Kcqi'ftcmiwn.... ..................... ......... ........ 6 � 3-13. Nwtificauimmvthe FMw&........ ___........... ............. ............. _........ ~-_....................... -'-_--& CHAPl0ER& $AFEVYSTANDARDS AND Sooilm i. Rumomy mW T&Wway 3dmt^AKmemd Anoaa...~~~~~.~~-,� 3-8' {vvrAww.~._.............. ...... ~.'~.' -'............ ........ ........... ........ 7 3-2. Ruaway SmNy Zone............... ......... -__,..._...... ...................... ............... 7 3'3. Taxiway Safety Amu '............... '......... ...... _........ .................... ......... .................... ....... -..... 7 $ewOon 2, _-,........ .~,~~,_~.....,..~~,.~�~�~~~~.^.^.� 3-4. ................... _-_,................ ~-............. ,....^....... ..................... ~'........... ....... lk 3-5� MarMng Ouidolino forTomwpevmy ................. -.~..---_-............ _-............ ... ~..----'� Uwction 3. Odw Q)V$bnc*mII Markft and Ughfing A4&Wdes I* 34. ................. —................... ................... _.................. --_,~.._.-_.-'_-- 14' C-&wW y� 3-9. ......... ~-KO 3-1$\ Ko**-m*ion .~'~~-_`.-_'.-'-.................... .......... ............... .__'k� 3-11. K�Otmwtiwm0Vto Acom-mW Hau) ...-.--.-.--'-,--.'.' 1'12. OpmtIvcLiwm -.~'--............. ^^~-_._~-.-~~.-'.-- 4-13' Other U�mNafiowjsemOmIfucHm... ................ ~��.-.'_----'-~.'---,_~...._--..~_..-�.~.~~--'�k 344. pmwign01�wctKebfix (9OD) Manag4uum.-............... ~^............. .................. 12 800Wn 4. SmMyH%zards and ~~.-~~_~~~-..~.~~-^~--~~12 � AC 150153702E IM7103 Appendices APPENDIX 1. RELATED READING MATMAL.... ......................... I ... ............. 4 ... . ...... ..................... ..... . .. APPENDIX 2. PERNITION-8 OF TFRMS USED IN THE AC . ................ ................................ ,...........................A-2 &PPENDIX 3. AMPORT CON'SMUMON SAFHTY PLANNING C;t:fDF . ......... I ...... . . .. .............. I A-3 APPENDIX4. SAMPIENGTAM .......... ....... . .... .... . .................... I ........... a ........ . ... . ........ ... . .......... ......... A-7 0 1A7103 AC 15016370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSiBIL)TIES 14. OVE8VIEW. ifazardow practices and marginal conditions created by Coristralt lion acuities cats dec rtase sw jeopardize operational safety on airports. To minitnice disruption of nomml aircraft opa utions mW to avoid situatumv that compromise the aigwri s operational safety; the airport operator must c arefUlly plan, schcsinle, and cunrdinate conaruction activities. R'hile the guidance in this AC is primarily used for curl action uperwimu, surne of the tnetbods and procedures de"bod may also enhance day - to -defy mnirvendnce uperatious. 1-1 WHO LS i1nPONSIBLE FOR SAFM DiF'11ING COVSTRUCTIO.v, An airport opcxau)r has aVerall reSponsibiliay for construction activities on au airpot't. This includes they pr+,,design, design, preconstruchiun, consin s tion, and inspeclica, phases. Additional infortnalM on these respor sibitities can be found throughout this AC. x. Alrpert aporatar's a responsiblbtfcs-- (1) Develop inic rally or approve a cwnstnrction safety plan deveinped by an outside consultattt'cxmtracufr that ucrrrplies with the safety guidelines in Chupta 2, "Safety Flats%" and Appmelix 3, "Airport. Constructunt Safety Planning Guide." of this AC. (2) Require ctmttaclors to Rubtnit plans: indicating how they intend to comply with the safety requirements of the proj&L (3) Conv4me a meeting with the cxmrsattctiun coniractur, consultant. airport employees, and, if appropriate, uenant sponsor to review and diseases project Safety before beltbutb g uanstrik-rion activity. (4) Ensure contact inib MaliUn is anCttrate fart each reFwc erttadvU'p aint of ev atad identifrcd in the safety plan. (5) Hord weekly or, if wcxsary. daily Bali qr Q Tkn..cs to ctwrdinxe activities. (6) Notify usars, csNcially- aitcaxrt rCS u e unit tint: JIghting (AW-F) rerwnnel, o1wnstructiun activity and conditions that tnry adversely affect the operational safety of ifac oitpon via Noti= to Aimien (NOTMAs) car odw methods, as appropriate. Umvene u meeting for review and discussion if nec;e mstisy, (7) Fmsure that cottons 4on personnel know ofsmy applicable airport procedures and of chatngm to those procedures that may Ofecr their work. A) F.nsitre door coa metion contraemra; and wbcontracuws undergu training reyuirLd by 1&% safety OWL (9) Develop attdrttr eucardinate it LNonstructintl vehicle plan with uirpott tenons», the airport traffic control tower (A'I'C`1), and camtruc ti(m contractors. Include the vehicle plan in tlae: safety plan. See Chapter ?, section 2, of tW AC f0t additional infurmation. (10) Fagots: wMaartsand cuntraciors cuattply with amad:srd,4% and prot;Wures for vehicle lighting, maarkin& scr:araac, operation. sod cunmmunicauo& (11) At ceartiticated airpores, casmv, that each tanaut's construction safety plan is umistern with 14 CFR part 33.9. CartiCrcation and Opure6ons: Land Airports Sewing Certain Air Carries. (12) Conduct $rlquaeni iixtpectiuns to en.,oiam Wnsiructioo iontractem ttad temat o comply with the: safety pW and that altered cumstructian activities do not creutu potential safety hauards. (13) Re:colve 5JAy deticiencics im mediamly. (14) Fnnuc c=Hbuction ee:cems complies with the wurity requirements of 49 CTR peat 1542, Airport Security. (15) h+odf apptvprim parties when condition exist that invoke provisions of'the safety plan (c.g.. implennentadan oflow-viaibilfty operations). b. Contitroeden contractor's responAbilitiev — (1) Submit plans to the airport opemlor on how to unauply with the safely rcquiretnenns of the project. (2) Have availa w a copy of the project atatfety plan. (3) Comply with the safety plain aarcwaaated with the cunshvOicut projexx and matiro flint constrtsc6on personnel. we tonriiiar with aafery pirtal-edures and regulations can the ata4ur (4) Fruvkk a point of'cosiWi who will ccawdinate an itrimedioe iesperose to correct arty cotrstnactton-relawd activity that may advawly affect the operational safariy of The aitputi. {;} ra'ovidu a:tatety of fur..'Construction inspector familiar with airport satfrry to nwnitacr couSlrtarticm activities. (6) RQ%ftict otovaxatcm of cutmuuction vehicles to construction a rcuat by flagging and barn adinit, emcaoag temporary fen6ng, or providing exvris, aas appropriate. AG 15W5370-2E (7) Enwm that rut eottstruction eutpiuyees. e mpluyees of MIkanuac-tws or supplier, of Othorpersons enter am part of the air opcnitions areas (AGAs) front the COUStrue'don site unlc a authorized. c. Tenant's responsibilities !f planning eoastructiva actlyities on leafed paroper#y-- (1) llevektp a svfety plan, and submit it to the airpurt aparmtor for approval prior to Wuaace of a Yotiue to RA)CCod. (2) Provide a point of contact who will coordinate an imniedime response to career any 1117103 exrteattuCtiorr-retdtal activity that trtay adversely affect the opeyutiawd safety of the airport. (3) Fafwre that no tenant or Lmmstnfction cmplovttii, entpioyees ofsut?contracim or suppiim. or rukv other persoffs enter any part of the AOA from the coustrueticm site unL--,s authorized. (4) 1iL4uxt rnoreartc-nt of constnwhon vehicles to rcm4but*on arm by tugging and tmfricading or "wring tomporary fefu-4. VI 2 �� 1#17if03 CHAPTER 2. SAFETY PLANS Section I._ Basic Safety Plan Considerations 2.1. OVERVIEW Airport opmwrs should coordinate safety issues with the air carriers. FAA Aim -ay Facilities. send other airport tenants bcfure the design phase Of the Ixo*L The airpun opcistew should ideatify project safi-ty coucems, tequiremenw. and IaVcL4 Wore. making amnScments with contractors and DLkr persoawq to perform work on an airport- These safety comcettty will serve as the foundation fen the construction safety r4m and help maintain a high leve uraviation safety during the projwt. The sir mn operator should detcmmte the level of complexity of the safety plan that is neCmwnr for each construction project and its pham—m. The safety plan tnay be detalkd in the slx;citicnuoms included in the invitation for bids. or the irwhatiun for bid may specify that The contmcior develop tint safety plan and the airlwrt operawt approve it. In the loiter case, lhe invitation fur bid should enutain stdFiciarn information to allow the conbumr to develop and dctenmine the costs associated writh the safety plan. In tither ease, safety plan cosw should be incoTpomted into the fowl cw of the project. The Wrpw operator has final approval authority and responsibility for all satfety planes. Coordination will vary from formal prodasiga ctmfervt vim to informal contact's thruughM &a duration of the cunstracuan project. Details ufa Tecified safety plan, ter Tequiremcrits for a caarracwr-developed safety plan, should be di,wussed ut the prodegign and prec:omtruction conferexn:s and should include the fallowing, as appropriate: a. Actions; necessary before starting construction, inOuding defining mid assigning responsibilities. b. R:t_cic respunsiigliries and pmealurec for disseminating it stneetimis about airport groceduner in des compactor's persormcl. AC ISOM70-2E 2-2. 5ArETY PLAN CHECKLIST. To the extent applicable, the "fety plan soould address else fnllowinit: a. Scope of work to be performul, including prurosed duradon of wort b. Runway and taxiway nwking and lighting- e. Procedures furpmtectiag all runway and taxiws satbiy- areas, obstacle -free roues (QFZA, object-ftm auras 10FAO, and dwashold riting criteria outlined in AC l 50i5300-I3. Ab7wrt Devipt, Arid as dew ibed in taus AC. This includes limitations on equipment height and xhwkpiled material, d. Areas and operaticit s affected by the construction activity, including possible safety problems. e. NAVA1Ds that could be aifocted, espcthally critical area buundariea. f. Methods cif separating vehicle and pedestrian Construction traffic tints the aisrport movement areas. This way include 1eneiug off Lonw action areas to keep equipment operators in restricted arm in whicu they are auWorbzd to operate. Fencing, of anme other teem of restrictive barrier, iS an operational nemsity in some cstse& K. Procedures and cquipnoent, such as barricades (idmtify type to delineate closed tAinatmcum areas from the siTtIon operational areas, as ueeeswy. IL I, mitaticenn on comtructinn. L ficgWred cumpNiice df eantaacu r lurAocmel with all airport safety and security measures. c. Means of separating cxsnstn►ction areas from j. Louuion of stockpiled construction ntuUiiols, serowtutical-use areas. coowtructiort site parking, and acccf i and haul roads. d. Navigadottal aid (NAVAID) mquiremrots Lind wratleer- e. Marking and lighting plan ilhts-tratiun%. f. Methods ofeoon3iTwting 9igniticnni t:lrA mes in airrrni aperatituta tvith all the apprtTpriau PUIR.-J k. lt.adtu commernicatiotls. k Vehicle idea irwatitxt. m. 7rmchc, :reset excavations and cover rquirements. 91 AC 16 M374-2E 1117143 a Proecdtue t for notifying A.RFF pez-3tmT4 if water lines tar tine hydrants mint be desctimited or if cnmgisncy access routes rrmst be termed or blacked. o. E"LTEpivy notificatitm procedures for medical and police response. p. Use of 1cmpomry vfsual mils. q. Wildlife manngevient. r. Foreign obfet:t debris (F(W) cuntn)l provisium. s. Aunidous n►attxials (HA7..IvWT) nuirtugetnent. t. NOTAM issuance, w. Procedures for contacting respunsmble rrprbmmdvrtsipuinls of contact for all involved parties. This shouid include ot?=duty contact infaranation so an immediate response may be coordinated to correct any .o(mstructioa-tvlatcd actxcity that exruW ae#verseiY allcct the operations[ safety* of the airport. Particular can: should be tiikr:n to raswe dm appropriate Airways Facilities persunncl aro identified in the event l}ui an unanticipatui utility outage to cable cut oc=n that impacts FAA NAVAIT.)s. :. Vehicle uptxator training. p. Ptmalryptovisitmy for noncompliance with airport rules and regulations and the stdcly plan (ag., ifa vehicle- is involved in a runway incursion). u. Inspection reyuirc incnm z. Any special conditions that offeet the opvrration of ft airport and will require a gwtikm of the safety plan v. PRxcclum Nr locating and protecting Lxisting to he activattal (e.g., lcaW - isibility operations, mow underground utilities, cables, wims, pipelines, and other removal). underground facilities in excavation areas. Section 2. Safety and Security treasures 2-3. OVERVIEW. Aupon operators are respun.mbic for closely mouitoring tenant and ccrosttwAon umtrwwr ta.•tivity during the cc umuc Lion projW to ensure continual compliwice with all safety and sacurity requirements. !Ugxnb %kject to 49 CPR part 1542. A qW Security, roust meet sautdards For access control, Tnoveabmt of growid vehicles, and iciv otilltatitcnr of co nmuction contractor and tenant personnel, In addition, airport operaurs shoukl use safely pn%=u starw1ards, as described in t:hopler 3 of this AC, to dev4 op upmific .4aRly measrtre% W which to hits and um an contractors must Whe ry throughout the duration ofcunAwction actitiitirs. General safety provisions ave contained In AC l .iO!53 70-10, .UondArds for Sir cy*g Comhucdm of .-Ooports, paragrn phs 40-05, "Maintenance ofTrdfic'; 7"8. "Barricades. Warning Signs. and Ilarard Markings": urW ftfl-04, "Urnii;Won of Gpctalions "At any tine during constniction, aircraft opualiurn, Wenthm security, or local airport rulcis may dictate more stringent strfety measures. The airport operator shutdd ensure that both venceal acid speeilie safety requirmmmis are coordinated with sirlwri tt:nantb and A't'Cf permwel. 13re aimart npermor should also► include these parties in the t:owdirration of all hill documents, conouction plaits. and spscificntions for im-airport construction projects. 2-4. VEHICLE OPERATION A..iD MARKING AND ?EDES'TRLO CON ROI.. Velaic[L and pedestrian access routes for airport conshwtion prge xs must he exr Walled to prevem inadvertent or unauthorized aitry of persons, vehicles, or animals onto the AOA. This includes aircraft movement and nanmuvert m tram, The airport opaatcr should develop and coordinate: a umxhndion vehicte plan with airport (croomt& i ontm atom and the ATM'. The wifely plan or imilstion for bid should include specific vehietc and pedemrim roquiremenis. The vehicle }clan-houtdcontain the rollowing itcmr;: a. Airport opethter's rulctt mid regulatitns fbr vehicle marfting, lighting, and upentiom, ten. Requirentents lirr rrnirking and identifying vehicles in accordanu with AC I %f5210-5. ArunliNy, Ud--*ing, and Lighling n1'Vehicim U.ved an an,4irpmi. r~ Descripdtnt of proper ve:ttido operatitms on move lent rout nanntovejnew areas under normal, lost communicalita 4, and emergency conditions. d. Pmldes fur rrtaneonipliarat:e with drn7ing rules and ragulaticros. e- 'Training rcqo1renxn1& for vehicle driverw to ons ve compliance with the airport operator's vehicle mles sad regulations. F. Previsrons firs radic► etmMmunication tramnmg for minsrmction, ontrmuuu petsonntsl engaged in con.gnwtion activities ;round aiminl3, tnowtment smears. Some drivers, 1117103 AC IM5370-2' dueh as cormKtion drivers under cswort, may not require this training. g. Escort poecedures fur cc►n%trvction vehicles requiring. acet'S4 to aircraft mnvolileal alrturt. A Yebictc in the AloFerwriL area ittUst have a working aviation -band. two-wav radio unless it is under escort. Vebiclft- can he in Closed amix without a m4in if the closed am L4 property marked and hghted to prevent incursions and a ;4 TAM rewarding the closure is issued. A. MaMiming procedures w mst>re: that vedtjcle drivers arc W tompliance with the: construction vebccle plan. 1. ProtmduTes for, if appropriate, personnel to control access through gates and fewing or across aircraft movenitent sears*. 2-5. CONSFRUMON EHi"i.,OYEE 1'.#lt# M AREAS. Designate in advance vehicle parking areas for comlractor employees to prevent any tntauthtnif6d entry ofparsous or vehicle% cmto itze airport movement area. Mhe:se; areas xhould per vkk reasonable cnrdraelor ►mployez acce%s to tha job site. 2.6. CONSTRUCTION VF.H.iCIX EQUIPMENT PARKLIG. ConMetiun employeft must park and = ioe all ccmnatruction vehicles in an area desigttatai by the airport op enmor oumido the runway safety areas and 01,'Ls and never on a closed taxiway or runway. Frnptoym should alm park construction vehiclex outside the OFA wbon not in u%e by construction penonnel te.g., o vaxttjg h% on Ne:eke uds. or daring otherpniiods when comstruction is not au:tivv). Parking arras must not obstruct the clear title of night by they ATCT to any taxi�*ay s or runways under air traffic conuvi nvr obstruct any runway visual melt , signs, or navigatarnal aids, 1be FA A crust alga study thusc areas to dewintine effecu out 14 CFR psuh', 7. Objertc .1ffL-vaing:Yavigable.4irspacx, surf (sec paragraph 2-13 for further infumudion). 2-7. RAD10 COMMUNICATION The airport operator must e.'nSure thei teriml oral construction coaifi *w personnel enl aged in activities involving unescorted cent -nation on aircraft moverrmt 2-9. GENL AI.. anus observe the proper procedures for COrmnreunicahuns, idQluding using appropriate radio frequencieti at ahpurts with end without AT(7.s. Training; of conuxctors on proper eonm unication procedures is esse.atiat for maintaining a4un operatknal safety. When operating vehicles on or rear We runwavx or taaiwuy4, cuouructim Personnel must undcrstaud the critical importance of maintaining radio contact with airport operations, ATC7. or the: C'ummon Traffic Advisory i+requeacy, which may induct e U NUCOK ML'L't COM, or out: of the FAA Flight Service Statimw fFSSI, us directed by ainmi managerrrcrtt. V16icular trace croming active muverrtenr arous trust be controlled either by lwo-way radio with the ATCT, escort, tlagtawL sitpial tight, or other tneaim appropriutc for the particular sieport. Vehicle drivers must confirm by personal observation that no ainvaii is approaching their position when given clearance to aws a runway. In ad dition, it is the re%lxensibiGty of the escort vuhicle driver to verify the of all eswmd Yebicles at any tzivcn time. L'vcn though radio ceiinnu tication is maintained, escort vebklc drivers mw4t Mato familiarize %etnselvft with ATC•r tight gun signals in the event of radio fniture (sft The FAA safetyplmani "Orc+und Vehicle Guide to!f.itpon Signs and Markings"}. This safety placard may be orderod through the Runway Safety Program Web site at ht1p:1lwww.fattrsp.org rtr obcaiued faun the Regional Aitparts Division Office 24. FENClhC AND GATES. Airport operators rind corttraetora must take A;arc to u detain a high-level of riatety and towurity during coulruction wilen accots points ari :crcated in the fiLCllrlty fencing to permit nine pawW of eomtruction vehicles or pemrinet. Temporary gates should 6e equipped su they can be securely closed and locked to Ti mvent to c=; by annuals and people (cmpeeially m noes). Nocedurm should be: in place to enscuc than only authorial persons artd vehicles have ac cm w the AOA and to ptoWbit "piggybacking" behind anntlierperscrn or vchick:. Then i)eparbnent ofTranclwrtaiion (Dal) ducutuent UOI:TAAh%R-OI1.15''. Reermi ceadcd .4rnurily Guidelines fair Airport Mmming and ('6wtruvlfnn, pnoaide-e rntrre specific information on liming. A copy of this document can be obtained frtart the Airport Consultants Council. Airporu Council International, or Ammiean Mmicisttion of Artp)rt lv_xCc-uhvm Section 3. Notification of Ctmsbuction A Oylties in order to maintain the clecsired kvals of operational safety on airpot5 during constrixtinn actierities, the safety plan should contain the ttolitie wimi aeliom dcscrbed hclow. AC 15OP3370-2E 2-10. E NSL;PING PROF[' NOTIFICATION& 'rho airport operator should a rtablish and fallow Wocedures for The immediate notification of a*m users attd the FAA of any etwditions adversely affecting the operational safety of an airport. z-11. NOTICES TO,t1MMLN(NOTA ILS). the airport upmatai must provide infonnatkou on closed or Mistreat M conditions un airport jmvlxrternt ucas to the !'SS so i[ can i�yue ;. VU7A4i. The ait'pclrt ope[awr must caordinanc the issuance, mainteruttrce, strut cancelWiaat of NOTA. U about airport conditions resulting from construction aclivities with tcaWs and this local air tm is facility (Wmml tower, aPlr oach control, nr air traffic control c+ wtm Refer to AC 15WI.S204.2% .-Voriem it; Airmen (,V01A4 te), for Airport O?pemtom-, and Appendix 4 in this AC for a sampte NOTAM fam. 091y the FAA, may issue at cancel NOrl'AMti on shutdown or irregular operation of FAA -awned facilities. Only the airport operator or an sruttirized rgwc- mative may issue at cannel NOTAMs nn airport conditions, ('rho airport owtlur/operator it: the only entity Brat can clove or open a ruau-nv,) The airport operator roust file and maintain phis fist of authorized representatives with the FSS. Any person having Femon to believe that a' O'r4M is tnisaing, incomplete, or inaccurate Tmst testify the airpun operator. 2-IL AiRC.RAFC RESCUE AND FIRE FIGNTLNG (Aftff) NOTIFICATION. The safety plan nm!d provide pmxaAwes for notifl* AM personnel, mutual aid prvvid(m% and other emergency services if coamwien requires shutting off ur other tree; disrupting any water line or fire hydrant on tht; airport or adjoining arvas, aid if contractors work t;rith hazardom !material on the airfield- Natificaticm procedcnrse must also hL developed for notifying ARFF sad all other eincegeney personnel when the work performed wilt closc or u eel twy emergency rout". Likewise. the procedum.- must address appropriaic notifications wimn service.% are rustorml. 2.13. -NOTIFICATION TO'11LIF. FAA, For =114611 atrixlrt projeos, 14 ('FR part r, requires notification to Lhe FAA. In addition to applicatious made for Federally tended core traction, 14 Cl'R part 157, Nntice of Convtctiction, Alteration, Activation, and 1117/03 Doctivation of Aiirlts, requires that the ai yml operamr notify the FAA in writing whenever a none edmlly funded project involves the cxrnsumciion of a nm Airport; ths7 construL'tdm, realiga*. alludng, activating, or abandoning of a nurwa),, bnding strip, or avmiated taxiway; or the de -titration ur abandoning o(an entint airport. Notification invutvas submitting FAA Foam ?4WI, ;Notice of Landing Arell Proposal, to the nearest FAA Regional Airports DivWon Oliitx or Airports District office, .41w, my persun pcoposing any kind of construction or akendi on of objec-L% that a ffm nxvigublo airspace, as defined in 14 Celt part 77 ttonst notify the FAA. This ialudes construction csmipownt trod proposed parking areas for this egtdpmcnt (i.e„ asnm, graders, -Ic-). FAA Furor 7460-1, NcHice of Proposed Cmistmctlon or Ahcration, can ixs used tar this purpose and submitted to the FAA Regional Airports Division Office or Airports District (?f lee. (Sec AC 7Q,7460-2. Proposed C'omovetion or.41rrradan ofOJ�jarrr rhar,ilrrtrAjj"errthe Navigable rtirJ/Arlcr.) If consinictlorl operations require a shutdown of an airport owned N'AVAID farm Remice fur mare than 24 hours of is ewenx of 4 hours daily cm eonwcutive days, we WQ mrttend a 4-5-day snivimum motive prior to facility shutdown, Coordinate work for a FAA owned NAVAID thutdownw-idt the local FAA Alrwayr, Facilities Office. In addition, procrdunes that address ununticipa"- utility outages and cable cuts that could impad FAA NAVAit)s must be addressed. 2-14, WORK SCIiLOULING AND ACCOMPLIU MERIT. Airport operators —or tenants having construction mi their leased pmpertie"viuld we prodemign, prebid, and precaustsuw*oa cWmncea to iaLmdum the subject of airport uperutiouai safety during eonsinwtion (sere AC 15013300.9, Prrrtraio. Pmhfdr rend Precmmteuatan Creet(erancesfor Airpon Grant Projeoc-t ). The akport operator, lewAnts. and torn-miction contractors should inteWBW ctfnsrational Santo requiremeaW into their planning and work sc wdulos as zany as practical. Uperatiunal safety should W a standing ugertda ilan for discussirm dw•ing prug meetings thmuortntt the pr*uL The contractur and airport opwrtor should curly out onsitc: inspections Ihroughm the prrojectand itmneWatcly remedy my defici=des, whether camcd by negligLwe, oversight, or project scwptc change. 1117103 AC 15016370-2E CHAPTER 3_ SAFETY STANDARDS AND GUMEUMES Section i. Runway and Taxiway $afety Areas, Obstacle -Free Zones, and Object -Free Areas 34. OVERVIEW. Afrpon operators tmrst use these safiky guidelines whm Preparing plans Mid specifications for consmV.1ion activities in areas that may interfere with aitcraf> operations. The safety plan should recognize and address thcsto Ow dards for mch airport umstrutction prirjuct. However, the safety plan must reflect the specific needs of a particular pmjeci, and for this rearbon. these sarcty g cialitres should nut be incotpovated vetbatisa into Project specificatium. For a i itiorml guidance on meeting safety dud vaeurity ttmquirdunetrts, refer to ft phmning guide trmplate included in Appendix 3 of this AC. 3 2. RUNWAY SAFETY 4RR,A (RSA)1 OMACLIP,-FREE ZONE (OM). A numvrty safety arva is the delimai xurfam surrounding the runway prep" or suit*le for reducing lire risk of darnagc to airplanes in the event of an undershout, overshoot, or excursion from the runway (see AC ISt1/5300.13, AirfwrrDadgn). Consttucdan acdvidem wnbin ties 94ndard RSA urn mbjed to the following conditionx: a. Runway edges. (1) No construction may occur cluser than 200 Beat (60ru) thorn the runway centerline ualc%x rite runway is closed or restricted to aircraft operatiom% roquiting an RSA that is equal to tho RSA width available during constrtm ion, or 400 Fact, whichever is leas (see AC 150,1300-13,Tables 3-1 thmugh3-3). (2) Personnel, material, anther equipment muse not penetrate the OFZ as dcfiued in AC 15015300. 13. (3) 7ite airpurt open w rnum eoordinate the cuwttnriruon activity in the RSA as permitted above %rith the AMT and The FAA RL-gional Airports] nivisiva Office or appropriate Airports Oisrrict Office, and issue a local NOTANI. b. Runway ends. (1) An RSA trust be audntuintxl of such dim=sions that it extends hcyond the end of the run"y a distance equal to that which exisred beibre Lottstmctinn activity, unless tbu runway is closed or restricted m atr craft operations for which the tedmed RSA is whxpatt (wx AC 1 Sf1f5300-13). The temporary use of declared diVances andlor nartittl nrnway closures tutay help provide the nemawy RSA. Tn addition, all personnel, materials, auidtor equipment mast retrain clear of the applicable threshold siting surfaces. as defined in Appendix Z. "TLreshold Siting Requireawnts" of AC I50f5304.13.r Cunsultwitll the apptup uaw FAA Regional AhMrls DivWun Office or Airports District CRiice to determine the appropriate approach surface rtquLmd. (2) Pownrid, material. and;or equiprarmt nntst m)t penetrate the OF4 am definol in AC 1 SW5300- 13. (3) The %atbm plea must ltravide procedures lbr ensuring adequate distance for blast protection. if nnquired by operatiunal consideradam (4) The aitpon qx-m yr trust cour4irw* construction sAvity in thusponiun ofthe RSA with the ATC7 and the FAA Regional .44or% thvisiuun Office or appropriate Airports District Office soul issue a htrztl NOTAM. C. i:xcav249M. (1) Conalructicm cdmtratsurs mutt pmutincntly mark open tr=ches and excavations at the construed on site with red or orange flogx, as appr"nedd by the aigw openator, and light them with rLd lights daring hours of restricted visibility or darkness. (I) Open trenches or exwavations are not permitted within 200 fret (60M) of the runway centerline earl at lewt the existing RSA dimance from the runway threshold mt0e the runway k open. Uthe tr way must be opeaml before excavations ttxe back!'ilk:d. came r the eucavalionsi appropriately. Coverings for OM tftWhes or excavations must be of sufficient sucngth to support the weight o r the heaviest aircraft operating an the runway. 3 3. TAXIWAY SAFETY AREASIOELrRcT— FREE AREAS. s. L*nrc,triCtcd consirucrntn adxivity is ptYmissiblc adjacent to taxiwayx when the taxiway is resuicte i to aircrati such Thai the available taxiway safety area is cgwJ 11 rot full safeg amu cxtmw be obtainnsl through declared di stance% eel partial ckKuue s, w tAw mct1to&- mx;h as alicrnate ndnway usc, consun,u m activity stay operate in the RS& a` long as conditions cised in pmagmph 3,11X2) thm (i) err. awt, In atklitina, various sttrli ms ardined m AC 1,%S3UU.13 and Terminal lnturvmcm Pmcedurev (TIERPS1 tnu%t bu rrottxied through an ncnvsxntical :rtudy. AG i so/5370-2E 1f17103 taoordinate its iriNtallation or di.abling with the itre;al Airway Facilities Systems Alanamnnttettt allicc. 3-7. OVERVIEW IEW. L lxecte a NOTAbi to inform pilots of temporary lighting cmditions. Section 3. Other Caustrtrctlan Marking and Lighting Activities Emre that cunsinu tion areas, including Onsed runways. are clearly and visibly separated from movement areas and that har.Ands, t'sc ilido, cr ift, and power lions arc identified prominently for construction contracrurs. Throughout dw dtuatim ofthe cuntnngtiou pr*ci, verify chat these an:ut temaia clearly marked aad visible at all times and that nmrkurg and lighting aids n=Hin ill place and o"dotal. Routine inspections nmst be nude oftetnporar} construction lighting, c spc+ciet bancry- powered lighting since v+vAer condidons cart limit battery life. 3-8. CI DSRD RLNWAILY AND TAXIWAY 1Vt%RKiKG AND LIGHTING. Closed runway marking co iWst of a yellow "X" in cwrnpliance with the standards of AC: 15Q}5340-i, Vandarr6ffirAiWi Hxrrk TS, A ve ty effective and preferable visual aid to depict temporary closure is die lighted 'X" signal placed an at near the runway deaigrmtiun numbers. This dice is much more discernible to approaching aircraft than the other materials dcgcribed. If dw lighted' -A" is not available, construct the ,rta&ng of any of the following materials. dtwble-layered painted snow fence, colored plastic, painted si>ecis of plywood, or similar materials. They must be properly configured mad secured to prtevevin trnvvement by pmp vmh. _jet blast, or otiser wind currents, In addition, the airport operator rnay install barricades, traffic cones, activate stop bats, ur other acceptable visual devices at majur cnmwcea to Like rrmwa:ys to prevent aircraft front entering a closed purtitrn of runaway. The placoenent of avun a mingle refle Ltive harricade with a "do not enter" sign on a taxiway centerline cart prevent an aircraft From continuing onto a close-d runway. 11'the taxiway must rernam Mien for sbMft crossiogx, harrict►des or tndrkingy, as dm-yibLd ubove orin paragraph 3-9. shouhi be placed on the runway. aV Permttnentfy cbmd runways. Frw ninwmys and taxiways that have: heeu perrraancnily closets, discunrtcer the lighting circuits. For' run mays, oblirerate the threshold rrtarking, runway desigruidon marking, and Louchdown tune rrutrkiii s, and placc'XT' at &-sCh end and at I ,fi00-foot (300-m) intervals For taxiways, place an "X" at rite ottrame of the closed Taxiway. b. Temporarily canoed rtsmway Aud lxiiways. For runways that luw been temporarily ckmad, plant an "X,: at the each east of the runway. With taminvays, place am -'X" at ttte anrfWwc of tttc closed taxiway. c. Temporarily closed airport. When the airport is closed tvarporarily. mark the runways as closed and trap of due arrpon bucon. d. Permrtnently closed R,lrpwU When the aiTort is closed peremancrnly, mark tltt: runways as perrrummoly closod, dkAxmneet the eiMott lheacon, and plain an "X" in the at.amwme+d circle or at a cxmtral location if no segmented etude exists. 3-9. IIAIA, W MARMG RIND 1d011iiNc. Provide prorninerrt, comprehawible warning indicators for arty area afteeted by constrimbo t that is rwtrnaRy accasstble to aircraft, petsonoi k or vehicles. Using aMraprma hazard marking anti lighting may prevem darrrage, 4u y, traffic delays, aankm facibuy cloaw'es. Hazard nxtrking and Wt4 ttuu;t restrict accm and make specific Jttueardr obvious to pilots, vehicle drivers, and other personnel. Banicades, traffic cones (weighted or sturdily altachcd to the surfnec), or flashcra are acuMuble molhods vsvd to identify and define the limits of connection and hazardous areas un airporm pan ids temponiry baaaxd marking and lighting to prevem aircraft from taxiing onto a closed nm way for takenfT and to identify open manholes, mall areas under repair, stocigtrled otateaial, and waste areas. Also tornsider less obvious consituctia n.relmed hazards and include markings to identify FAN airport; And National Woxother ,qcr ice facilitim cahles and power linet; instrurtient larxiing system (1LS) critical areas; Airport xncb as RSA. OFA, and OFF. acid ud= atxrsitive areas to nuke it easier 40r co"InLctor per•sowlel to avoid these wins, The con..%huclion specifications nrust include a provision requiring the contractor to have a person an call 24 huLrrs a day fctr a vergenc:y rranintenance of airpon haratd lighting and barricades, The contractor must file the contact persou's information with die uigwrt. x. Konmovement &rem, Indicate Conntmetioll IOCatioms out txromnvetnent arerLq in which no pan of an nircrA nW enter by Leal ing barricades that we nuirited with cfiapmaL alternatiog. orange deed White stripes. Barricadca omy be supplcmented with ahcrnatirtp, 10 t, i 1117103 orange and white flays at ►fcuhl 20 by 20 incites (50 by Sul cut) sgrmrr: and wade and installed so they ere al%mys in rdn cxtendLd position. prolarly oriented, and necurdy farsA`neti to elnninane,jat engine ingertioa Such lsarrisadts tray be many different shapes and made fivur various xnmaiats, including railroad tw. sawhorses, jersey harriers, or %arrc4. IN ring milmcd visibility or night hours, supptLrrteni the banicath* with red lights, either flathing or sicady trutning, which uhmid magi the lambmcc nxpuirernemt.R of ilia State Highway Deparmient (yciltaw lights are not ==table after Wilber 1. 2KA1 Thu in a nsity of the lighLS and spacing ii r ba iTicade, flagR turd lightw rimust uatcly and Wititoutambiguity &Abwate the haurdous are:.=. b. Movement Arms. Use ormge trairk canes; red lights, either flashing or mteady-burmng, which should meet fha luminance requimmerds of the State Highway Depart"mt (yellow lights are not acceptable after October 1, 2004); collapsible barricade m marked with diagonal, altrmating d mSc ar)d white swipes: audtot 94,9U to separate a0 ,;anatructiowulaimertance areas from the moveent area. All barricades, tetnpurary markem and other objeets placed at,d left in safety areas assuc iatdxl with any insert runway, taxiway, or taailmts must be as Imo as possible to tits g murtd; of low mast oisily collapsible upon contact with an aircraft or any of its rxrmponents; send Weightcdi or SWMUy attached to the sun Ve to pn:vtzol displact'u CM from prop w-akir. jet blest, wing vortex, or otbw surface wind cturenitd. If al33rterl to the surface, they most he frangible at grade lerrol or as lots as possible, exit not to exceed 3 inehem (7.6cm) above the ground. Do not uYc nonfrntsgtblc hazard markings, :attcb as cuncrcte barritn and,'or mcral-drum-type barricades, in aircraft movement. areas. W not two railroad ties on runways, Use highly retleetive barriers with f1mbing or steady - burning red lights to banicada taxiways Icadling to elused runways_ evaluate all operating factors wbcn deternn aing how to mark temporary clusares iliat can last from lb to 15 minute; to a much longer period of time. However. we srrssngly recommend that: evern ror closures of relatively Short duration; im(lor UWway`runway intern ctitnta be identified with barricvdcs spaced no Igremer than 20 feet (6tn) apart. Mark tint harricadts with a f1whing or swndy-burning red light_ At a rninintum, uttc a single trarricade placed on the taxiway ccnpedine, 340. (;O.NgT L)C[']aN NF-4 NANIGATIONAI AIDS GNAVATDS). f, onstrtretion activities. materialrdequipment stnmge, and vehicle parking near electronic ItiAVAIDae require special cmisideration since di y trmy interfere with signals zsst rntal .o air navigat;ort. F valunit the effect of eunsuvt:titm actiVity and the required distoncz and dirmunn front the NAVAID tom each cnnscnrcdun pmjcet, Pay particukar attention m stockpiling material, as well :rc AC 15015370.2E to mutt etrtertt. and parking of equipment that may uuerfere with We of eight &urn the ATCT or with electronic crnibriow, tmerference 11rom coatitructian may mquire ir"AVAID shutdown or adjustmecn of instrument approaeh minintttms for IF lt. This condition requires that a NOTAM be filed. 0111strtttxion actnitiea and maurialsiegtupment Aotnge near u NAVAID may also obstruct acxx-m ur the equipment and insuvrmnenLS for mamtenarmcc. Acfcxe conmuncing cnnstrttction activity, parking w tinkles, or storing conmruct ion equipment acid ntaterials new a NAVAID, consult with the ncerest FAA Aim -ay Fattrilitim Office. 3-11. CONSTRUCTION SITE ACCi AND HAUL, R0Al3.S. DelLrinine the Construxtiun contmworea access to the construction sites and haul roads, Do not p-mmit the comtruLti on contraclor to use airy accenu or haul roads other Than those appruwcd. Ccuistm0ion cuoMwttns must submit. q=i& propus A routes assSociatdkl writh construe don activities to the airport opernlur for evaluation and approval as part ofthe safer plan bei'orc beglaning conslnredon activities. These proposed routes must atau prov-AV 8906ficadons to prevent inadvertew entry to mvva irtent areas. Play special attentam to etwc that AkET right of way on acce9.4 and haul roadie is not impeded at any time and that etwoucdon. traffic op bout wads does nut interfere with NAVAips or appruu4h surfaces of oprant%nal nmways. 3-12. COASTRUCTION MA!'MAE ST"WPHING. StockpiikA materials and equilwraxn storage tmc nix ptmi>itted within the RSA aad l'l lr'L of an ope wiemal runwsy. Thu: airport operator nwst eastir+e that ataekpiled materials and egtrfpwmt Ascu t to these uneaa are p rottminetttly muted and li,p►,ttted during hours oftustricted visibility or a ubtt.%& This induden detennining and •rritjring that mide ials are storod at am approved Intention to prevent frmign object damage and aWacdon ol'wildlife. 3.13. O'1'11m mrWITATIONS 0V CONSTRUCTION. C'ontractrrrx stay not eau: ttpsen-flame welding or torches untmq adequate Pyre t6dy precautium am provided anti the airpari operator has approved their use, tinder at; circumsUnccs should Ilaro pots be Lml within die- AOA A any Time, The use ofclecfriGal blauating caps must nrd he parmitttd on or within 1,000 ftaet l3(Kkn) of the airport property (fide AC: 150;$370-10, Standards forSpec64ng t' lunrurtio u of elf V1'#r&). AC tS015370-2E 3-14. FOREICN OBJECT DE1B11!1.S (POP) N1A.YAGEME14. Waste and louse tmthrials, curnmo n1v rcfe rrcd to as FOD, are capable of causing damage to airesa8 landing gears, "etle m. and Jet ei*ies. ConMtruction cotttrtctors MdSL 3-15. OVERVIEW. 1 /17/03 not leave or place FOD rm ar near active aircraft ttxtvcrnent areas. V1aueriats traded unto timtse areas own be wntinuously remutvcd duralg the coiLWvcdon project. We also reo omrstrrtd dret airport Operators and onstruction contraLturq cmfully tmaLrot and eamtinuously ru. riuve: waste or loow ruatcrials that might attnct wildlife. Section 4. SttfW Hazards and Impaefs The situations identified below are potentially hazardcws conditions that may occur during airport Lamstruction projects. Safety area encruuchmam, uaauthuri7ed And improper 1{ruwtd vehicle operations, wd unmarked or uncovm,d holes and trene ben roear aircratl operating sudkee-s pose the nwsr prevalent tl rots to airport operalkwal safety durietg airport construction projects. Airport operators and contracture ftuld consider the following when performing inspections ofewrimntetiem activity: a. Exca►^atiou adjacentto runwa^ twdways, and apntne. b. :Mounds of earth, esunstauc4on materials, temporary structums. And other obutacies near any open runway, taxiway, or taNilww, in the related object -Rees area and airetail approach or departure areax°aones; or ub*. vcung arty sign or making. e:. Runway msurfamg projects resulting in lips exceeding 3 inchas (7.6cm) from paFvmem edges and ands, & Heavy tquipntent (stationary or tnobik) operating or idle noun AOM, in nmve:ay aMDadtcs and dquuu nGs areas, or to OFZq. e. I.yuipment ortnuterial ttmwNAVAIDs drat may degrade or impair vid"tatedsignals andfur the nmilMng of navigational and visual aidt, 'Unauthorized or improper vehicle operatiew in loc.elizer or glide slope criticat arcros. resulting in ekaretnic interference and/or facility Shutdown. f. Tall and especially relatively low -visibility units (i e., egttipmenl with siren prvClcss) crane& drills, and similar ubjexes •- located in critical areas. such as 0176 and approach Tones. g. ImpruTnxly positioned or Tm(fb tenoning Tights or unlilthlt4l anpon IMUrds, touch as hale:& ur excavations. on anv gmrn. upon taxiwyy. of gX11 laxilang nr in a related safety, approw1m, ur departure area. h. ObAacles. Loose pavcntent, trash; An(] other debris oa OF war AMIL CM%rntctiore debriN (4ravel, sand, mod, paving materials, etc.) on tiigwitpavetnetft may result in aircrati propeller; turbine engine, ar Lire damage, Also, louse materials may blow about, putentielly causing perswal kjury or ctluipwat damage. i. Inappropriate or poorly maintained fencing during conrrntction intended to deter human and animal inbusiuns into the A04. Fencing and other markings that are inadequate to separate Lvrtstroction un.-as ftun open AOAr create aviation hazards. J. luiprvpt r er inadequate martr,ng or lighting of nnr4gys (especially tbrwholds dw have ben displaced or runways that have been closed) and taxiways that cauld cause pilot coufusitm and provide a potential for s runway incursion, Inadequate or itulxoper tnedWs of ttuwki»g, barricading, and lighting of temporarily closed portionq of AOAs create aviation hazards. it, Wildlife attracts ta• smob as Iraah (food scraps not colleted horn construction personal aubvityk grass seeds, or punded water —um or near aitpom. I. Oblitexa od or tatted euarltingx on active Operational areuts. m. Mirsioading or malfimctioning ubsbuction tights. Unlighted or namariced obstructions in flu approach to any open nmwaty pose aviddoll harards. a. Failure to issue; update. Or cancel N(Yr41ills about airport or nmway closuns Or other aer»structiutb-rdatesd airport ounditicros. a. Failure to mark unto identify utilities or power cables. Damage top utilitit-t and power cabics during coestni tion aOivity can resuh in the kt>ae of runway4axiway lighting; IMS ofnavigaliemal, visual, e►r apprt=h aids; disntptitm of weather spurting servious; endt'nr loss of communic►titns. p. Restrictions on AYJ-F acexss from tin h'tsttions to Me nmway-tamway system or airport buildingi. q. Lack tef'radio comtnunkaticnts weth ax►netrtaction vehicles in airport movenmt arena. r_ i.lbjccte, rc;ardless of whether tlwr arc marked of tlagVW, or aclivitiets anywhere an or now an aitpon 12 1117103 that eould be distracting. confusint or alarming to pilots during siTeTaft op&twlma S. Water, slIoW, dirt, debris, or other rtlntamirMlltS that tetrtparunly obscure cur derogate the visibility of runway,Uxiv►ay nkuking. fighting, and pavenrwnt edges. Any condition or factor that obscurm or diminisbes the visibility of areas us&-rmistrltc(km. t. Spillage froth vehicles (gasoline, diesel titel, WL etc.) on active pavewnt areas, such as nmr+ays, taxiways, ramps, and airport roadways. u. V aitum ut tnaintain drainage s}N--tem integrity daring construction te.g,, nu tamporay drainage proOded Wheo working, cm o drainage x}-stetn). AC 15 W5370-2E v. Failure to prcn°ide for proper olectric al lockout and tagging procedures. At larger airports with multiple rnaintenuce s1 llblworken, constrttct.iou cone adorn should snake pruvisicats for cotudutating work on cirn.-uivt, w. Failure to umtrel dust_ Consider limiting the amount of area fnym which the contractor is atktwed tv strip W. X. ) xposod wiring that ereMes an clectrocatiun oi' fire igaidun hard. Identify and secure. witiur, and place it its conduit or bury it. y. Sita burning, whichcart cause possibIc tbbLuradmi. z. (.unxtrttction wurk taking piacr i)utsidle of dewguawd work areas and out ofphue. 13 1117103 AC 15015370.2E 11 APPENDIX 1. i;ELATED READING MATERIAL 1. Ritain the Jatest version of ttie follnHzng f e publications from the rAA tut its Wcb sire at httpXwwwJna.govhirp/. In additiem, these ACC are available by cxuttacting the t! S, Department of Transportati m, SUIMNquML Mstribation O[Isca , WC- 121.23, Anlmore East Business Cevttr, 1341 Q 74th Avenue, Landover. Mil 20785, a. AC: 150i,5200-28, Norirex to Airmen (NOT.Uf) fur Aipport Operarors. Provides guidance for the use of llw NOT.04 System in aitp m reporting. b. AC 15e5200-30,Alrpar1 Wuacr Sa_{efv and Ope mlinr,a. Provides guidance to airport ox*nemtoperators on the develop uent of an acceptable airport snow and iw control prugmnr and an appropriate field condition reportingpwtdures. c. AC 150!5200-33, lifa=ar&tis tMildlifr Atrrar(wtfs On or Near �4irports. Provide. guidance on locating certain land ryes having the potential to attrtu:i harffous wildlife to public -use airports. d. AC 15W.52I }-5, Painting, Marking, a"d Lighting of Feliic•les Vit..4on em Airport Fnivides guidance, Vailk-Atiui s, and standards for painting, marking, and lighting vehicles operating in tlic airporr air operations Areas. e. AC'[-%.'S220-4,Water $upplyY'paremsfor Airemfe F6-e imd Resew.Praiection. Provides gtddance for the sviectiou of water source and stwitlards for the design of a distribution system to stippwt airc7a(r rescue and Cite fighting m: vice operations on airports. r. AC 15E1! 5340 1, Sraa&4rrdi far .firpon Mittskinp. Contains FAA st-widanli for markings used oa airport mriways, taxiways, and aprons. W AC 15(15340-1413, &,onam)' APPro h /.1gktag AtO Desciibu5 Bandar& tier the design. selection, -siting and maintenance Pf cowi%miy approach lighriiig aid6. h. AC 15 05340-1 S. Srandm%& feet Airfuur SWn .Svatemv. Contaiins FAA standa,& for the siting and installation of sighs on aitpon runKays tint taxxiways_ i. AC. 1 %5345-2R, Precision 41prtnwh Auli Indicator (PAPP Syw, rw, Cximains die FA.A rttandanls for PAPI systems, which provide piluts with viavai glide slope guidance dating approach iur latiding. J. AC 15(1,5380-5, Debris Ruarda at Ovil Airport-Y. Discusses problem at abTxyrt5. gives ittfotriiatiun tin foreign ubjewts, vW uxpiains how to eliminate such objects front operationitl areas. k. AC; 7U:74b0 b,i'rrrpnsvvi Crmatrn(xfor, e,r Alleratior+ of Ol,jccts rlirrl May A lji.-�-t they Navigesble Air -Tare. Providca infonnadem to persuna proposing to cw, c or alter an obiect That may afl'e O navigable airspace and explains the sear to notify the FAA b,-+= constmetion begins and the FAA's response to Hiosc notims, ug required by 14 CFR part 77. 2. Obtain umpies of the liillocriiig publications Eirmt tiro Superintendent of I)octru ante. U.S_ Govermnew Printing Office, Wasidngtcm, DC 20402, Send a check or money order made payable W the Superintendent of Docurnixtts it, the att wam mated with yow request. The Govtr tmeut Printing; Offtru dexz not accept C.O.U. ortkrs. ill addition. the r-AA makes thew .NC.s available at no charge on the Web site at kttpiflwww.faa.gov/arpl. a. At: 150!.-MO-13.. hpar: Dmiga. Cuniaitts FAA standurc{s and rec:ontmetWaticirte for airport design, establishes approach visibility minimums as an airport design panmxter, and a onwtu the object-frsv: area and Ow obstacles frce zone criteria. (S26. tiupt, Dace.) SN050-007-01208-0. b. AC 15Lk-5370-10,Slaridareh•%ur.Wclr}ing C:ari mug tiun of Ahrens. Provides standards for ccrostmaian of airports. lu`ms covered include earthwork, drainago, Paving_ wrfing, liglitirq and incidenutl tunstructicai. (518. Supt. Dazs.) SNO50-007- 0821.0 A-1 Aar 150/5370.2E 1117103 APPONDIX 2. DEFINFTim OF TERMS USED W I'ME AD f. AIR OPERATIONS ARRA (AOAI. Any area of the airpon wed or inteu kA w he used for the landing, takeoff, or surfitoc maneuvering of aircraft, An air operations area includes such paved or unpaved status that are uscd or intended to be used far the rmobst eted rntr►cient ofaircraft in addition to its winociate.d runways, taxiways, or aproni, 2. CONST RUCTI ON- The prescnce and movement of consnuctiou-related personnel, equipment, and materials in any location that txtuld infliage upon the rrtovemew of aircraft. 3. CkR17FICATED AIRPORT. An airport that Irm beret issued an Airporr Opetatiog Certificate by the FAA toxder the authority of 14 (;ER V=13R, Certification and Operation: Land AiMorts Serving Certain Air Carrico, or its subsequent revisiow% 4. FAA FORM 7469-1. iYOTICE OF IFROP(TSEA COVSTRUCTiON Olt ALTERATION. Thu farm submitted to the FAA Regional Air Traffic or Airporl.Y Division Officm as fottnal writtvn notification of any kind of ennstruction ur alteration of ubjects that of act navigable airspa%, as defined in 14 C'FR pars 77. Clbjtxx Affecting Navigable Airspace (see AC 74- 7460-2, Prop aced ConsiruLdoa or.4ho altan refObjeris rlrar ,lffry Affect rl+e No igable Aircrkrm, found v. ht�p:l/mvw.faa.govJarp/�. . 5. FAA FORM 7480-1, NOTTCE OF LANDING AREA PROMSAI,. Form autrrrtitted to the FA_1 Airluat'ta Regional Division Office or Airports District Office as fonval writttmm notification whenever a project without an alrpor, layout plea on rile with the FAA involves the comuxction ofa new airport; The cuttnfruction, realigning, altering, activating, Or abandoning of a runway, lauding acnip, or associated taxiway; or the dzac:tivativrr of abandarriog of air entire airport (round at litttp:/hVww.faa.govfarp/)_ 6. `iOVErill_NT AREA. 'ncc runways, taxiways, and other areas of an airport that are weed for uxiing or bovtx laxiing, stir taxiing takeoff; and landing of aircmft, exclusive of loading tamps and airu rrafl pt"ing areas (mrerertce 14 CYR pan 13%. 7. 011FIrRUCTIO!\. Any obtecVubgttcle exceeding the obstruction standards spcciftcd by 14 CFR part 77, subpart C. S. OBJECT -FREE AREA (OFA). Au area on the ground ceutaw cut the full ay, taxiway, or taxilane centerline provided to enhance safety of aict:raii operations by having the area *cc of objects except for those objects that need to be ImWed in the OFA for air nevigwion ur xircrafi.Stwmd tnaneuvertng putltttses (see AC 13&-'5300.1.1, . irptrrt Darign, ftx additiunnd guidance on OFA standards and wmgtip clearance criteria). 9. OMTAC LE-FRLE ZONE (OFZ). The airspace below 150 feet (45m,) above Me established deport elevation and along the rtumay and "landed runway centerline that is required to be clear of all objects. except for Dangible visual NIA VAIDs fbar uuutl to be located in die UF7. because of th---ir function, in MdCT to provide clearance protection for aircraft; landing or taking u r fmm the runway and fbr t imbed approaches (refesr to AC I RV5300 13 for guidance on OFZs). lit, RUNWAY SAFETY ARL-A (RSA). A dek'incd surface surnitittding the runwayprepared or sultablx: for reducing the risk of darmLre to airplaw-�o in the evcmt of an turdetadtoot. overshoot, ur excursion frog the noway, in accorAance urith AC 150.15340- f 3. It. TAXMAY SAFETY AltILIL A defined surface alonpside tfie taxiway prulmod or suitable for rt ducing the risk of damage to an airplane unintentionally departing the taxiway. in accordant: %rith AC 15Ur5300- 13. 12. THRESHOLD. The beginning of that portion of the runway available tar landing. fa wnz ittatttrnct'tr, The lrtnding threihold may be displaced. 13. DiSPLstCED TFII(ESHOLD. The potion of pavement behind a displaced thrmhold dsFtt may be available for talu:off t in either direction or landing firota Eli: opposite direction. 14. VI511_ AL GI.ID1r SLOPE INDICATOR (V GSI). Thin device provides a vis" glide slope iadicator to Landing piluls. These sysims include prcci.,imi approach path indicator% (PAPIS), visual approach sktpe indicatura (VASIs), and puke light approach •slope indicators (PI.AS19). A-2 711 T103 AC 1 W/5370.2E APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Avladon Safety Requiremenis During Conatruct'ron PURPOSE, Y?ris uppcndlx prr)vidr air porr (rpeWW.'r s xglh hoffirrphdr format and Imrguage for dew, lopiny u safety plan for an airport c-onshnirrdon prrrject. Adapt this appendix, us applrrablrr, to speeffrc' i.muk ow found out the airport far which the plan it being ikr eloped C'nnsWe including a cvf-�' aj'tlrtr sq&O,plan in the eaxitrwc1k t drawings for aqy access by icanrrucior pero "nel. Floras should f-Ywd n themlolving: 1. GENERAL SAFETY REQ[1711.t MENTS. Throughout the construction project. the follu wing safety and operat anal practices should be observed. Operational safety should be a stanmling agenda item duringprogreas meetings tbrougbout the construction project. • The eontractor anal airport operator must peribrm onsite inspectiolts throughout tltc project, with immediate Tcmedy of any defichmcies, whether chased by negligence, oversight, or project mxTe change. • Airport runways and taxiways %WuM remain in use by aircraft to the max ituum extent possibly. • Aircraft use of arras near the utmtractor's wart shoaldbe conQ»lled to tnin,inni= disttubance to the cunuacwr's uperatiotl. Contractor, subecmtractor. and supplier rnm)oyees or any t1mthprizod persaw must be restricted from tutoring an airport am that would be batttrmlaus_ • C:unstruCtion chat is within the safety area of an actitm Mawny, tuiw; v, (Ir apron that is perfot'md =der niprrtarl operational conditions must be perrmTnccl when the runway, taxiway, or apron is closed or ttso-n-A r'icied and initiated only with prior perotissiun from the airport gwrator. • The contracting olTccr, airport ctlteratur. or odter designated airport rgwosentativc nary ordix the coutcacturto suspend openrions; throve persunncl, equipmcnt, and tn►stcrials to a =vfe kcntian; and stand by until aircraftl uu is C-ampicted. 2. CONSIFRUCTION IMAiirf'rE ANCE AND FACTLI'TCEs mAimit AAt L l3 16rc Beginning any conmruc ion activity, the: rammwicir muet. Afaugh the airport rgrcrator, give notic'c luring the Notice to Airmen (NOTA_M) System) of propolsed locafkx4 time, and date ol'cornmencernem of constructiun. Upon compl Lkm of vvurk and rreuan of all stall auras w Ktandard cordditions, the Contractor must, through the airlion operator, verify tlx c micellation of all notic% ►muud vittthe NOTAM System. Throughout the duration of the collstructicm project, the eaatracttn m att— a. Be aware of and xindersta nd the safety pr(6Lnm and hn2ards described in AC 150:5170-2. Operadfomd Safety rm Ahmr►yDMring f:nmstrmdon. b. Conduct acdvitirs so as not to violate; any safety tuandm(b. curtained is ' 150, 537U-2 or any of the refere='OK thtxeim c. lnsptxt all ctxtstruc m And swinge arras as often as necemov to be aware of conditions. 4, Promptly take ail acticros necessary to prevent or to nedy arzy utusafe or poteutially unsafe conditions as scam as they are discovered, 3. APPROACH CLISARANCE TO RC11WAVS. Runway tlues1mids must provide an»nub-, n red gq"acb surfaee over equipment and twitcrials. (Pwler to Appundix 2 id AC" 150.1530G-113. atrlwrt Dcrfgn. for guidance in this Anti.) 4. RUNWAY ASV D TAXIWAY SAFL+"i'Y AREA (RSA ANDTSA) LWt construction to omsi& of the approved RSA, ay AMVn on the approved airport layout plan unless the runway is caused or restricted to aircraft operatic nr, requiring a ksacr standard RSA that is equal to the RSA available during conoruction (sae AC 15015370-2 for exceplions3. C:onsrruction activity within the TSA is permissible when the taxihuy is open to aircraft traffic if acloyuate winglip clearance uxicts batwizn the airm t and cquotmtfmatmial; evacuations, trenches. nr oihc7 cmididons arc cnttspicartn-4ly marked and liglrttx[ and local NOTAM%are ineffed Car Theactit;ity (see AC 1506300-13 lax v6ngtip dcaraece rcti rements)_ The NOTAM Aould sr w that, "personnel and equipment are w*rli.ittg adjacent to Taxiway,_ A. Protedurei for proretting rutn%siy edger►. • Limit rxtnsiructim to no closer than 200 feet (6thn) froth the runway emiwyfino --tmlcss the r►rnwav is A)SIM or restricted to aircra11 operations. requiring a lcxacr standard RS-A AC 15(Y5370.2E 1117/03 that is equal to the RSA available during • Coordinate vort uc tion d0viry with the cot mictiom Akpott I'ratlic Coateot 'Tower (AVC.T) and • prevenu pawriel, tttawrial, and/or FAA It4unat Airpurt. Division OWne or AiWLF; 131*iCt Orrice, wW through the equiptacsni, as defined in AC 151115300-13, port ttperntcx, issue apprupriair Pruagmph 306, "Obstacle Frey Zone 1OYZ} " from penenrailbig the OF7 NU'f AW. Complete de fuUutving c1wrf to determine rhe. urea Mai must br protected along the ruaw o- edger; Raeway = AirctaB Appsott Airp}ama R4A Witlht ba Faat� by 2! ` ' i i ^arr9X,_p ) 17 Yb�" £ •fzyd R'`"" f y..deDog r1 °�£`.-`� iF^!��! "t�Y'�� x`d 7�1_�'7 aYi it 4't �• �:i �y m. � -�' i� � =.. � 17V35R B . 11 _5 250 .. °_ 'See AC 15015300-13, Vrpv4 Design. to coWlote the chart for a spec isle runway. b. Procedures for pratecliEng nww-kv ends. • Maintain the RSA from the runway threshold to a point. at bast tlec diatancc from Tire runway dweshold m% existed bL*te consmLetim activity -•Unless the runK-ay is doged orresWcted to err mft optratrons, requiring an RSA that is equal to the RSA length available daring ctma ruction in accordance with AC 150.'5300-13_ This tray involve the use of declared difim os and partial runway cloasarew (sec AC t 50V537fi-2 for except a m). • Ftlswr all patsotntel., materials, and for equipirent are clear ol'the alrpliucble threshold %king criteria surface, as dclitte d in Appendix 2, "71ml%+old Siring Requirements; `ofAC.. I.54:53M 13, Prevent perwnnel. material, rmd;or equipitmit, ms defined in AC 15015300.13, $otn prtvetrating the obstacle-troe zone. • F.rtswt adcVm distance far blast protection is provided, as needed. • CAordinate coagMetion activity with the ATCT and FAA Regional AlrpoiUDivitrion Of ico or Aitpctrta District (Office, and through the ai"M operator, issue nn appropriate W)TAX • Pruvide a drawing showing the profile of the aMmq rWe surfse:cs of cash rtmway end where eumu vetion will take place. Whore opertrticm bF tuftjet aircraft are anticipaie4 review laknnffprocedures and,1etblast chmacteristics of airerall avid ittc:errp woo safety measures for cw+struction workers in the uontrzo docunvctus, A-4 i117103 AC 95415370.2E Complete the foNatvbtR rlrati to determiw they arm that Must be protested before the rrtnwap thrershr,Id.• rt Ai6i�tttttu� } II= `` Sahty tJ voted - �"' } �. .ptriING ��' 4�3d' 3 ll gs#�y", tw'» • Mm6+< } ££jjy � t Ip�} 'g,.a} L _ @ �, t�'r"#i ' s""v z>'n x�� 3 �T ..$w�., T""rea'x Sa.^ su.a Ms s?'•-. 3.i:%# bs;r �y. 'c....?l,�°�.zzw'Qt"K%, 17U35R — L - _ JIQL. FEET 2,,Q I to (threshold) 17R/35L --LY ._ W _ _ D 1,000_ :1• ET : 1 to (threshold) 50,1 17R 134:1 35L ?S __. _ L1L_ .. _ ._• .. .1�UQ0 ' FEET , 1 to (threshold) Si• 1 fI 150:1 28 FEET ., .. I to (threshold) *See AC 150153W 13. Airport Design. to a mptete the chart fbr a specific runway. S. JVIARK1hG AND LTGWJrff4 - FOR TM"RARY T1MEMOLD& Marking and lighting for a tc rnpo ttry threshold is „ /is not_ -- rechuirud. The airport owner or ermnctor, m Wcifed in the uuntrnt., will furnish and rnaintAiti mmkings for ternpuwaty thrmWd;. Prec vtion Approach path indicators (PAPIs) or lay end identification lights (REW) are ]ere not . required. The aigxwt owner or contractor. as specified in the contract, will Aunish and install all temporary. fighting. Include appropriate items per AC I SQ'S370-2, Chapter 3, `'Safety Umdar& wood CxuWHnes:' ff rmarking and ligheErtg for Me remparary tk#,&koid 1s tint tv qukrd, Mae &k section of the sgty plan if visear! aids and/or raaraklrt�r area eeevrmx proukk dctaf&. (Larlude +tpplrcahle 74 CFR purr 77 srerJaers in da consraci dacumtnrs.) 4. CLOSED RflpWAY MAJRELLNGS AM LIGHTING. Mw following must be specified for closed runways. Closed runway mddrtg are x /are not requiml. Closed runway markings will bcs as Ann on the plates-C iav furnished by the airport router ,other_(gwify). Barricades.Ila"ing, and }]aslx-rs are__X_Jarc not m4uired at Taxiway_ and ]runway _ eta! will be suptplicd by the airport ....laths- X_(sptxtiiY� THE CONTPACTOR 7, iIALARROVS AREA VIARKi1tiG'AND LIGHTING. Hamrdous arm& on the numement area will be rnadwd Kith barriczries, nafiic comes; flags. nr tlTshcaa (cpocify} These tarkings restrict amens alJ rnakc ha2ards obvious to aircrall, pers*rm d, and vchicta-, ihtring pounds ol'km, visibility and at niMh6 identify hazardous steals with rn-ti 11a}ltingors(eadyburningltShL%(specify). The Im"rdmis area nmrkirtg Arid Boling will he wpV1wA by the airport ctTtrratoricontracttrr, as specified in the contract, and will be depicted on the plruma. & TEMPOR"Y 130177NG AND MARKIIvG. Airport amkings,14)L ing, ard.'or signs will be Otoed is the following rr=aer (specify) during the period f'ntrn _.._ le _ . The alterations arc depicted on the plans. 9. VERICLJC OPERATIOA HARKING AiND CONTROL, Inchade tk Following provhpous In the construction cxmtratct, and address thorn in %v safety plans: s. When anv vehicle, othtx than tone than has peior approval from the airport operlwr, must travel over tiny portion of an rthvmft movement area, it will be emortod and properly identified. To opt;raft in tlwsc arcu during daylight hours, (Ile vehiicle mu-t haw a flag or beacon attached to it. Auy vehicle opemling on the moverllant arras during hours erfdarlrrtm en• reduced visibility must be equipped with a hashing dotoc-type light, the color of grbkb is in accordance with local or state codm b. it any be dcstirnttic to clearly identify the vehicles flu• control purpa see by either assigned initials *r numk,n that are prominently displayed on wuhside of the vehicle. nee identiricalion symbols shouldhe at minimum 1t-inch (20-cm) blo,&-LyW dwaciers of a contrasting color and cosy to roth. They may ba applied either by using tope ora water-soluble paint to fhcilitate removal. Malt a is sips arc also acceptsbic. In addition. vehicles must ditcpfay idergilicatiou tttedm as specified in die q gwove d sav ity plan. (This sartum shesuhl lx- ret'ire d tv cm1 orm to the airport uperatar :s neyrcire' onto I A-6 AC 150/5370-2E 1/17103 e. ttnployee parking shall be . ..._ tsptxnfy lnratiotr), as; designated by the airport n,ar►n$Kr ._i p%jext ungineer Ruher (specify) - 'REFER TO THE SPECIAL PROVISIONS. d. Accesq to the job site shall be. -via, SEE phi (z.Tmvify dusts), as shown an the pima `designated by the engineer , Mesigpated by the auperinten&-nt fdeyigrtated by the airport rnauager •body_._... {specify}. c. At 14 CFR pare 139 cwtifleetted and towered airports, all vesicle operauyrs having access to the anuvettient arcs must be familiar with airpnri prmcdures for the operation of ground vehicles and the comequencts of txmcompliance. E If the airport is certificated and or has a wwrity plats. tho airport operator should check for guidwxe on the additional identit`uation and control of consmicticm equiipriwat, 16. NAVIGATIONAL AIDS. Tht: c= Ta,-tor most not conduct any construction activity within na►7gatiunal aid restridcd areas without prior approval fineu the !tease? FAA Airs -ay Facilities sector representative, Navigational akb include inytrmnlenl landing rystan compunenra and very high-froquency orrntidirecaonal range, airport surveillance roofer. Such restricted areas an tic.-picted on etm4rucdon plans, IL L,1M1 *rA'n0NS ON CO STRUCnON. Additional Ginitadons on construction includa — sa. Pmhibiting upo n-flaw wcklittg of torah cutting operations: unless adequate fire safety prom ions are pruNrided and these operdtions have been authorized by the airport Waator (ity ladom-d w confirm 1a!oral requ rr.awnts and rmtrichims), h, prurnft=tly nwking open trenehes, cm:avaWns, rind skX*piled rrlatUiais at the cansirtn:rion sued lighting these obstacle daring hours ofrestriewd visibility and darkness. c- Marking and lighting closard, deceptive, and hmrxdoas new on anpenu, as appropriate, d. Comstmioing stockpiled material to prety ni its muverimt as it result of the maximum wticipnied aircraft: blast and foremt wind conditions. 12. RADIO CONMU;NICATIONS. Vehicular traffic located in or cromimg an active rnovemralt aura usual have a working two-way radio m enniati with the tonvol tower or be: e.wvned by a petrsoat in radio contact with the tourer. Tk driver, through pa olw olrsemtion, shuuki confirm tttntno srircratt is approaching the vehicle pa7sitimi Conatrnation perwancl may operate in a movement area without two-way radio corrim nicatiort provided a NOTAM is iasu ed elmdrrg the area and the area is prupaly mocked to prevent imosions. Two-way radio cammu k-ations arc_K ,� nett _. s'equircd bem-cm ctmaaotms Hnd the Airiwtt Traffic Cootrul Tower _X__, /FAA Flight S%vicc Statitnt ;Aigm Aertmautical AdviuRy Stations (UNlC:p;blr YAF). . Radio conlat:t is ,X__ 1i9 not required between the bosses of * and _ Y Cmonitaning is reyuiwA ; or is required only when equipment movement is necessary in curtain ams..X_—. ff'her serrloo may hr railorced to .refs the spwij c ►rlttclte and ,tr'ett=,--eqz remensr of the attpwl sponsor.) 24 HOURS PER DAY 13. DEBRIS. W asic and ]me material must not be placed in active+ movement areas. Materials eraeiced onto these areas mast be rerrxn-ed continuously during the work pmject. 1117103 APPENDIX 4. SAMPLE NOTAIA All ORT FAA NO? kM- # _ _ _. _ _ _ . _ _ DATE:. _. AIRPORT I-P. # __ _M _-- - TIINF.: NOTA..M TEXT: NOTII:ICATON- # # # 117'OWER PHONE # ####Fss PHONE 4 INITIALS TIME CALL M- Yid BY INMAIS TIME CA.LI M) IN BY AIItt. NES CANCELLED, '40TIFICATDN. # H # ;N TOWER PlfoNF# fS+mAI.S TIME CALLED YKBY 11Km#Fss PHONE # INITIALS IYMF C'.AI-LED IN BY AIRLINIRS AC 130370-ZE A7 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE ROOM 204, MUNICIPAL BUILDING 1625 13"' STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ITB# 09-714-DD, Addendum # 2 ADDENDUM # 2 ITB # 09-714-DD Sixteen Inch Water Supply Line for Pump Station 15 March 25, 2009 April 7, 2009 @ 3:00 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.' 1. This addendum is a CORRECTION to item 1 in Addendum #1 which should have read: In the NOTICE TO BIDDERS the non -mandatory prebid conference time is CORRECTED from 3:00 P.M. to 9:00 A.M. on March 26, 2009, as indicated in the GENERAL INSTRUCTIONS TO BIDDERS, Section 2, Prebid Meeting. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss(a,mylubbock.us THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the City of Lubbock Buyer 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 Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB# 09-714-DDad2 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 204, MUNICIPAL BUILDING 1625 13'm STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ITB# 09-714-DD, Addendum # 3 - ADDENDUM # 3 ITB # 09-714-DD SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 March 31, 2009 April 7, 2009 @ 3:00 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. 1. Due to the fact that part of this project encroaches Airport property, the insurance requirements will CHANGED to read as follows: Reference Page 8, under CONTRACTOR'S INSURANCE: Paragraph C. Comprehensive Automotive Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) $1,000,000 any auto. Paragraph E. Excess Liability Insurance Umbrella Form Each Occurrence Aggregate (Primary Additional Insured and Waiver of Subrogation Required) $3,000,000. 2. Bidders' attention is directed to the Engineer's ADDENDUM #3, attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss(rc,mylubbockA1S. THANK YOU, CITY OF LUBBOCK ee )41&px o" Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offerors responsibility to advise the City of Lubbock Buyer if any language, requirements4 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 Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB# 09-714-DDad3 { -9 { NOTICE TO BIDDERS ITB # 09-714-DD Sealed bids addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the office of the Public works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 P.M. on April 7, 2009 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: "SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Public works Contracting Officer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Buyer for the City of Lubbock, before the expiration of the date above first -written. Bids are due at 3:00 P.M. on April 7, 2009 and the City of Lubbock City Council will consider the bids on April 27, 2009 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond 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 $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. 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 March 26, 2009 at 3:00 P.M., in the Municipal Building, Committee Room 103,1625-13'h Street Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thergproductioncompany.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. f 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 Public works Contracting Officer 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 Public Works Contracting Office at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK DARLENE DOSS BUYER GENERAL INSTRUCTIONS TO BIDDERS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO BIDDERS x 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 P.M., on April 7, 2009 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 comer: "ITB #09-714-DD, Sixteen Inch Water Supply Line for Pump Station 15" 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 be addressed to: Darlene Doss, Buyer City of Lubbock l _ 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting 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 at 9:00 A.M., on March 26, 2009 in the Municipal Building, Committee Room 103, Lubbock, Texas. 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.bidsvnc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 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 Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at www.bidsvnc.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, the request must be submitted in writing and must be received by the City of Lubbock Buyer 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 4 7 supplied by the City of Lubbock Public Works Contracting 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 Buyer and a clarification obtained before the bids are received, and if no such notice is received by the Buyer 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 Buyer 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. H 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 n 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. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. LICENSES PERMITS TAXES 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. 2 � ..� 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. 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 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 INOURUES 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 Public works Contracting Officer if anv language. requirements. 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 City of Lubbock Public Works Contracting 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 (M) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 13a' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: ddoss n,mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 180 (ONE HUNDRED EIGHTY) CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 1. 14 15 16 17 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 y 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 ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 19 20 21 22 23 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 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. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 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 -1 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. j 24 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 famish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each 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: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the E Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector. on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately . commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. r 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price ( written in figures, the price written in words shall govern. 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 29.3.2 Bid for ITB #09-714-DD, Sixteen Inch Water Supply Line for Pump Station 15 30 31 29.4 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. 29.5 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. (fl General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) 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 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 14 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 C. 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 j 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. 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 locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 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.gpo.p-ov/davisbacon/allstates.html 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the a 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 $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. 10 BID SUBMITTAL FORM Page Intentionally Left Blank ***REVISED***BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: April 14, 2009 PROJECT NUMBER: # ITB-09-714-DD Sixteen Inch Water Supply Line for Pump Station 15 Bid of Utility Contractors of America, Ltd. (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 a Sixteen Inch Water Supply Line for Pump Station 15, 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. Estimated Item Quantity & Unit Description of Item and Unit Price Total Amount 1. 1 LS Mobilization/Demobilization, including insurance, bonds, and move-in/move-out related costs, complete, for the lump sum price of T'bTAI, ITEM #1: 5'�S .� G�L� 1�,r,u a,,,.t 10A6, $ 68, ► 00 /LS( (06, poor (Unit Price Amounts sh—alf be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 23,380 LF Furnish and install 16" approved C905 PVC waterline, including all standard pressure testing and construction materials testing, labor, material and equipment, complete in place for the price per linear foot of - TOTAL ITEM #2:Four :%6A $ 2 00 /LF( 5411(ZO °D (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 3. 23,380 LF Furnish and install heavy polyethelene warning tape with tracer wire, complete in place for the unit price per linear foot of. - TOTAL ITEM #3: bra DJ6ry teal It% wh $ O.lo /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 1.5 TON Furnish and install C110 Ductile Iron fittings and associated appurtenances, complete in place for the unit price per ton of. - TOTAL ITEM #4: N, 11 d Alan $ 4.5vo °' /TON( `t,"t5o pD (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 9 EA Furnish and install 16" gate valve and box, including all appurtenances, complete in place for the unit price per each of: TOTAL ITEM #5: &r %wJ __ 64an $ +-too. /EA( [ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 642 LF Furnish and install 24" steel casing in bore. Casing shall be 0.310" wall thickness and shall be bituminously coated and shall be installed complete in place for the unit price per linear foot of: TOTAL ITEM #6: Ane ""J-A llw;,i•l _ �.. Derr $13S °- /LF( %,6-) QO (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) i046 Bidder's Initials Item -Estimated No. Quantity & Unit Description of Item Total Amount 7. 1,023 LF Furnish and install 24" steel casing in bore at 10' depth. Casing shall be 0.310" wall thickness and shall be bituminously coated and shall be installed complete in place for the unit price per linear foot of: TOTAL ITEM #7: Qsa 6.J44( F;f-c-Five. 0.160 $ ISS•" /LF( 158 S(i5,°' (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 8. 1 EA Tie 16" proposed waterline to 24" supply line at the City of Lubbock Water Treatment Plant using a 24"x 16" tapping sleeve and valve, complete in place for the unit price per each of TOTAL ITEM #8: %O& a Ttow%.�,i t6mg, $ (S,o !o /EA( 10,0oc .°° ) (Unit Price Amo n�shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. l EA Tie 16" proposed waterline to 16" gate valve box at Pump Station No. 15, complete in place for the unit price per each of TOTAL ITEM #9: Si. N4" D kgt+ $ 400 /EA( 400O0 } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 68 LF Furnish and install 16" PVC "Certalok" water line in slick bore with grout, including all labor, materials and equipment, complete in place for the price per linear foot of TOTAL ITEM # 10: Eig- 13,tL,rs $ $0 °' /LF( G,, 4o a ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 23,380 LF Furnish and install OSHA approved trench safety system for 16" water line as required for the unit price per linear foot of: TOTAL ITEM #11: 2w. a•l" j45A 1-..,, ow►t% $ 0. to /LF( 231S.'" ) -- (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 12. 1 LS Remove and replace asphalt pavement on Guava Avenue, complete in place as shown on plans, for the lump sum price of TOTAL ITEM #12: Qir.?l,.usael W64 $__1,000." /LS( 1,Goo " ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 13. 1 LS Furnish and install asphalt access roadway to Pump Station No. 15 as shown on plans, complete in place, for the lump sum price of: TOTAL ITEM #13: -w- t - rit.. bouar% $ ZSQW °s /LS( ZS.wo o� (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) IJ 14. 3 EA Furnish and install 2-inch blowoff valve assemblies, as shown on plans, including any miscellaneous appurtenances, complete in place for the price per each of - TOTAL ITEM # 14: Qv 76 " roar ( C616!f $_ 1M .!Q /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) TOTAL BID. ITEMS #1- #14: MATERIALS: a,,, lwwk. %k a l D&ts $ 120,00o.p $ Z65 TOTAL BID ITEMS #1414: _ " .awl► 7 $ (Unit Price Amounts shall be sho4in in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ADDITIVE OPTION 1 A-1. 23,380 LF Furnish and install 16-inch approved C-303 bar -wrapped concrete cylinder pipe, including all standard pressure testing and construction materials testing, labor, material and equipment, complete in place. j TOTAL ITEM #A-1: 9 bid► $ /LF( No L J (Unit Price Amounts shall be shown in both words and numerals. In can of discrepancy, the amount shown in words shall govern.) 4_ Bidder's Initials is i, Bidder 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 180 (ONE HUNDRED EIGHTY) CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to = Owner as liquidated damages the sum of $1000 (ONE THOUSAND) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5% of Total Bid 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 ten (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(a), 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. I Date 3 tf •q Addenda No. Z Date 3 1s Addenda No. 3 Date 'S sl 9 Addenda No. �► _ Date 41,o4194 Date: AvriM4,2009— A'96orized Signature Chris Balios (Printed or Typed Name) Utility Contractors of America. Ltd. Company 927 Hwy. 62 Address Wolfforth Lubbock City, County Texas 79382 State Zip Code Telephone: 806 - 866-9380 Fax: 806 — 866-9530 FEDERAL TAX ID or SOCIAL SECURITY No. 75-2214193 M/WBE Firm: Woman Black American Native American - Hispanic American J I Asian Pacific American Other S eci Paae Intentionally Left Blank CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid 1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) 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. J - //� //� IA-1 C actor (Original Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: Ulolft VAll coo of &q&6c&t LJJL (Print or Type) CONTRACTOR'S FIRM ADDRESS: RL7 (p2 biffo ,, '13c i33az Name of Agent/Broker: Ka cS TVKu1'cw,m - Xo� M --- A.. — Agent / Brok (Signature) Address of AgentBroker: _ P.p . bpt Z-'/ City/State/Zip: Redlaw_ T1c 15087 Agent/Broker Telephone Number: ( 417- ) 111. -1Z25 Date:Aora -i+ ?po5 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 Buyer for the City of Lubbock at (806) 775-2168. BID # ITB-09-714-DD Sixteen Inch Water Supply Line for Pump Station 15 Pap-e Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE l 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 incidence 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--define-fine-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 in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the 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: QUESTION ONE l 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 OSHA within the past three (3) years? YES NO 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. Ir/ /J Bidder's Initials Page Intentionally Left Blank f 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: litiiiiy lbtftiaotars A Aw.A a IrFd. FEDERAL TAX ID or SOCK Signature of Company Official: Printed name of company offici Date Signed: _Rpr�) 1. 2os�q Page Intentionally Left Blank -! 1. 2. 3. tn.. 4. 5. 6. 7. 8. 8 . 9. 10. IL 12. 13. �... 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name and City Minority Owned Yes or No ❑ R� ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR BID IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Paze Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when bids are due. FINAL LIST OF SUB -CONTRACTORS I I Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS }a Company Name and City Minority Owned Yes or No 1. Icy ❑ ❑ i 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ _ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ s 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN TWO BUSINESS DAYS AFTER THE CLOSE DATE WHEN BIDS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO BID # ITB-09-714-DD Sixteen Inch Water Supply Line for Pump Station 15 t Page Intentionally Left Blank PERFORMANCE BOND 1 Page Intentionally Left Blank No Text Paae Intentionally Left Blank ;t BOND ON. 6629781 �t STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE ._. (CONTRACTS MORE THAN $100,000) f, if UTILITY CONTRACTORS OF AMERICA, KNOW ALL MEN BY THESE PRESENTS, that LTD. (hereinafter called the Principal(s), as Principal(s), and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Suret ��a e �ar� �h�eld f,,�,,�,� bound unto the City of Lubbock (hereinafter called the Obligee), in the amount oAI �E��'ElTWENTYY ONCE-ANDUNO l0b)ollars ($ 985 , 321.00) 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 the14TH day of MAY 12009,to BID #ITB-09-714-DD SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 �I 3 1 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 this28TH day of MAY , 2009., SAFECO INSUEANCE C ®, _ Suret;ftfeiZ)-H40WARD * By: OWAN ATTORNEY —IN —FACT UTILITY CONTRACTORS OF AMERICA, (Company Name) LTD. I By. lJ k r I S (P7 e) , (Si ature) y/111 (Title) i The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates :.HOWARD COWANan 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. SAFECO INSURANCE COMP Surety 0� RICA *By; --; Approved as to Form - City of Lubbock - ` C ttorne HOWARD COWAN ATTORNEY —IN —FACT * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 BOND NO. 6629781 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) UTILITY CONTRACTORS KNOW ALL MEN BY THESE PRESENTS, that OF AMERICA, , LTD.. (hereinafter called the Principal(s), as Principal(s), and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Sure%& as Suret6s_), are held and firmlyy bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TRRFFHuTrnmRFnE uTmvFrli VE QI OU u Wb)ollars ($ 985 , 321. 00) lawful money of the y 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 14TH day of MAY .2009.to BID #ITB-09.-714—DD SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 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. j 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. i IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this - 28THday of MAY 2009. SAFECO INSU CE CO ANY OF UTILITY CONTRACTORS OF Surety AME�� (Company Name) AMERICA,. LTD. l)Aff ' *By:_ / , ow HOWARD COWAN (PMme). ame) ATTORNEY —IN —FACT - °....f (Signature) _a 1� (Title) ,f s : CITY OF LUBBOCK INVITATION TO BID FOR TITLE: SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 ADDRESS: LUBBOCK, TEXAS z ` ITB NUMBER: 09-714-DD Lam% Contract # 8914 1' PROJECT NUMBER: 92115.9241.30000 -= CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Page Intentionallv Left Blank �j City of Lubbock, TX Public Works Contracting Office Contractor Checklist for ITB # 09-714-DD Before submitting your bid, please ensure you have completed and included the following: 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. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 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. Clearly mark the bid number, title, due date and time and your company name and address on the Joutside of the envelope or container. 4. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. 5. '/ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 6. f 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 PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING I . Complete and submit the FINAL LIST OF SUB -CONTRACTORS. 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. 2 I'llI�/ lANie'�tL'For�i a� f1Yt +�i+ LQ. (Type or Print Company Name) Page Intentionally Left Blank NOTICE TO BIDDERS Page Intentionally Left Blank I i Ib (j WARNING TAPE J AS SPECIFIED — EXCAVATED TRENCH WIDTH PIS ll FINAL BACKFILL(MAX WIDTH OF D+181 �1 N INITIAL BACKFILL SPRING LINE HAUNCHING B" BEDDING f TRENCH BACKFILL I THE BACKFILL AROUND THE PIPE AND TO A POINT 12" ABOVE THE TOP OF THE PIPE SHALL BE CAREFULLY PLACED BY HAND. THE MATERIAL �] SHALL BE GRADED "CITY OF LUBBOCK" GRAVEL AS SPECIFIED, NO LARGER THAN 1" AND SWILL BE LIGHTLY COMPACTED WITH MECHANICAL OR HAND TAMPS TO MIDPOINT OF THE PIPE NO BACKFILL MATERIAL SHALL BE _1 DROPPED DIRECTLY ONTO THE EXPOSED PIPE 1 THE REMAINDER OF THE BACKFILL, THAT IS ABOVE 12" HIGHER THAN THE TOP OF THE PIPE AT ALL LOCATIONS, EXCEPT UNDER HIGHWAY CROSSINGS, SHALL BE BACKFILLEO WITH LOOSE EXCAVATED MATERIAL IN 8" MAXIMUM LIFTS. THE CONTRACTOR SHALL EMPLOY AN EXCAVATOR -MOUNTED TRENCH ROLLER OR OTHER OTHER COMPACTION r EQUIPMENT TO PROVIDE BACKFILL DENSITIES AT LEAST EQUIVALENT TO THE [_ SURROUNDING UNDISTURBED MATERIAL OR 95X STANDARD PROCTOR DENSITY (WHICHEVER IS GREATER). SURFACE FLOODING OR WATER JETTING IS NOT ALLOWED AS A COMPACTION METHOD. DENSITY TESTS SHALL BE PERFORMED ONCE EVERY 500 FEET FOR EACH LIFT AND SUBMITTED TO THE CITY OF LUBBOCK WATER UTILITIES ENGINEERING DEPARTMENT FOR RECORD. ALL ASSOCIATED DENSITY TESTING SHALL BE PROVIDED BY THE CONTRACTOR AS STATED IN THE PROPOSAL A� WATER LINE TRENCH DETAIL Q No scALE PUMP STATION NO. 15 16" WATER SUPPLY LINE inPARKHILL SMITH & COOPER SHEET DESCRIPTION Issue: PACKAGE 3 Date: 4-08-09 Project No: 2756-07 Sheet: ADDENDUM 1 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: NEW CLOSE DATE: ITB# 09-714-DD, Addendum # 6 ADDENDUM # 6 ITB # 09-714-DD SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 April 9, 2009 April 14, 2009 @ 3:00 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. 1. Bidders' attention is directed to the attached Detail A3, Water Line Trench Detail. Comment in lower right corner should read ADDENDUM 6. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss(d>,mvlubbock.us. THANK YOU, CITY OF LUBBOCK ra%&w Va" Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the City of Lubbock Buyer 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 Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB# 09-714-DDad6 Page Intentionally Left Blank City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 204, MUNICIPAL BUILDING 1625 13" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: ITB# 09-714-DD, Addendum # 5 ADDENDUM # S ITB # 09-714-DD SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 April 7, 2009 April 7, 2009 @ 3:00 P.M. April 14, 2009 @ 3:00 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. 1. Close date is CHANGED from April 7, 2009, at 3:00 P.M., to April 14, 2009, at 3:00 P.M Bidders may view addendum #1 through #4 at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.therep oductioncompany.cotn/ Phone: (806) 763-7770. Addendums can also be viewed on Bidsync via www.bidsync.com or feel free to call customer support at 1-800-990- 9339. 2. Questions for information or clarification must be submitted in writing no later than 5 Calendar days prior to the bid closing date. J. Additional information and clarification from the Engineer is provided as follows: Sheet C-501 Detail D 1 - Rock embedment will be required to 12" above top of pipe as shown in the drawing on Sheet C-501, Detail D1. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss@rnylubbock.us. THANK YOU, CITY OF LUBBOCK t_ ,. Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the City of Lubbock Buyer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the t requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. I l ITB# 09-714-DDad5 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE204, MUNICIPAL BUILDING 162513.. STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ITB# 09-714-DD, Addendum # 4 t ADDENDUM # 4 ITB # 09-714-DD SIXTEEN INCH WATER SUPPLY LINE FOR PUMP STATION 15 April 6, 2009 April 7, 2009 @ 3:00 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. 1. Bidders attention is invited to the following questions and responses: QUESTION: Bid package specifications are calling for cylinder pipe to be restrained/welded at each joint? This is not necessary for C-303 pipe. The manufacturers' engineer will design and spec the restrained joints. We would like to have the project engineers look into this. The PVC pipe is not calling for joint restraints at each joint. ANSWER: Thrust restraint for PVC or Concrete piping will be accomplished with concrete thrust blocking. Restrained joints would only be required for pipeline in a slick bore etc etc. QUESTION: Can you tell me what the requirements are for casing spacers (plastic or stainless) in the City of Lubbock please? There is nothing in the plan details or specification book. ANSWER: As discussed in the Prebid meeting, Plastic or Stainless spacers will both be allowed. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss@mvlubbock.us. THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders resoonsibility to advise the _City of Lubbock Buyer if any language, reouirements, 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 Buyer no later than five (5) business days prior to die bid close date. A review of such notifications will be made. ITB# 09-714-DDad4 Rodriguez Engineering Laboratories Project Lubbock Preston Smith Intemational Airport Location: Taxiway.Extension Data Drilled: 9118/20DB Bore Lola Data Bodng No. 29 Boring Depth: 10 R Water Level: N f A Drilling Method: A = Auger DepthContent _ Looratory Classikown g 8 Moisture em� Sieve Analysis, Percent Passing On (� A H n = ? K Group Material oesedpa«r (%) LL PI T 71W 3J4" 3/8' No.4 No.10 No.40 N0.200 Symbol 29.1 Very Dark Brown, Clayey SAND. SC A 13.3 38 22 100.0 10D.0 100.0 97.9 98.9 95.0 92.4 48.9 1.0 1. 2.0 2: 29-2 Reddish Brown, Sandy Lean CLAY, CL A 8.2 38 24 1D0.0 100.0 ` 100.0 98.9 97.1 95.2 92.9 $4.1 with gravel 3.0 29-3 Very Dark Brown, bendy Lean CLAY. CL A BA 29 17 100.0 ` 100.0 1 100.0 100.0 100.0 99.9 99.5 54.9 4.0 4.t 5.0 6.t 6.0 8.1 _7.0 7,t 294 Yellowish Red, Clayey SAND. SC A 7.0 32 19 100.0 100.0 100A 100.0 ' 99.9 99.9 99A 43.9 8.0 8A 8.0 91 10.0 10,1 Swing terminated at 10 ft. No groundwater was enoountersd. Al-29 Rodriguez Engineering Laboratcrim P*ect Lubbock Preston Smith Intern ational Airport Location: Todway Extension Date Drilled: 9/2012008 Bore Loci Data Boring No. 28 Ocrft Depth: 10 ft. Water Level: NIA Drilling Method: A - Auger Dep Laboratoiry Classcation Moisture Content Atletberg Limits Sieve Analysis. Percent Passing Dep Material Description Grow LL PI 7 7/8- W4- 31r N.A No.10 o.40 No-200 (M 2 N (ft) Symbol, 20-1 Dark Brown, Clayey SAND. Sc A 14.0 34 i 22 100.0, 100.0' 100.01 100.0 100.0 99.9 99.7 48.0 IA 2A -3.0 I 3A 20-2 Very Dark Brown, Sandy Lean CLAY. j CL A 14.6 30 23 100.0 100.0 100.0: 100.0 99.0 99.9 99.8 61.1 4.0 41 .0 eo ILC _7.0 7.0 -8'0 2" Very Dark Brown, Sandy Lean CLAY, CL A 152 41 28 100.0 1010.0 100.0 98.9 97.2 94.8 90.9 66.7 with cdDarem nodules and Moss of I sandstma. -9.0 9.0 0.0 LiO.0 Soft terminated at 10 R. No groundwater was encounWW. Al-28 Rodriguez Engineering Laboratories Project: Lubbock Preston Smith International Airport Location: Taxiway'Exkemion - DM* WHed: W2012008 Bore Log Data Baring No. 27 Bodnp Depth: 10 ft. Water Level: N t A Drilling Method: A=Auger h Dept$ _ Lebomtmy Clesa fication c 18 Molsture Content Anuerrte rg Skye Analysts. PerCent PaSS" (fl} � Cep re rn rial0escrlption Material � c (1b) LL PI 3" 7/8" 314" 3!8" A10.4 No.10 No.40 No.200 S 27-1 Dark Brown, Sandy Lean CLAY. CL A 15.6 36 23 100.0 100.0 100.0 99.0 99.5 99.4 99.2 57.3 1.0 t.r 2.0 2( 3.0 3.( 27-2 park Brown, Sandy Lean CLAY. CL A 18.0 40 27 100.0 100.0 100.0 100.0 99.9 99.8 99.7 56.8 4.0 4.0 5.0 5,C a.0 e.a 7.0 7.0 _ 27-3 Light Brown, Sandy Lean CLAY, with CL A 14.3 28 16 100.0 100.0 100.0 98.8 97.1 95.2 92,9 64.1 calcareous nodules. 8.0 8.0 9.D 9.0 10.0 10.0 Boring temlbreted at 10 It. No groundwater was encountered. Al-27 ez Rodriguez Engineering Bore LoaData taboratodes Boring No. 26 Project: Lubbock Preston Smith International Airport Boring Depth: 10 IL Location: Taxlwaay Exbension Water Level: N / A Date Drilled: 9/20/d M Drilling Method: An Auger DeP� $ LefmralOry C18ssificali0n rg aLi ns $lfvf AnalYsia. Percent Passing Depttip y z Vai 02 N r0up Mrial ateDesaiplion LL PI 3" 718" 314" 3B" No.4 No.10 No.40 No.200 S 28.1 Dark Brown, Sandy Lean CLAY. CL A 13.6 37 24 100.0 100.0 100.0 100.0 100.0 99.9 90.8 $3.9 _1.0 1.0 2.0 2 A _3.0 3.0 28.2 Very Dark Brown, Clayey SAND, with SC A 8.1 32 21 100.0 100.0 100.0 99.5 97.3 94.8 93.2 48.1 l = cakiurn pockets and traces of 1 sandstone. 4.0 4.0. �t s.0 l a.o_ 7.0 7A l 263 Reddish Yellow, Sarsdy Lean CLAY, CL A 11.5 33 23 100.0 100.0 100.0 09.7 97.9 96.1 94.7 61.4 ', J► with cak� nodules. 8.0 81 9.0 9.0 �10.0 1 O.CL i Boring terrMated at 10 It Mo groundwater was ormountenod. Al-26 Rodriguez Engineering Laboratories Project Lubbock Preston Smith International Airport Location: Ttt? h Extension Date Drilled: W2=008 Bore Lou Data Boring No. 25 Boring Depth: 1011. Water Level: N/A _V Drilling Method: A - Auger DepthDepi o Laboratory Classification Moisture Content LA Sieve Analysisnits, Pament Passing Grouh ' Mj z llU rn Material Desaiptlon (46) LL PI 3- 710" 314" 3W No.4 No.10 No.40 NO.200symbol 25-1 Dark Brown, Sandy Lean CLAY. CL A 16.3 28 18 100.0 100.0 100.0 100.0 100.0 99.9 99.7 69.3 10 ( 1C - i I 2,0 a 2-C 3.0 i t i 3.0 _ 26-2 Reddish Yellow, Sandy Lean CLAY, CL A 11.8 29 16 100.0 100.0 100.0 95.0 92.6 89.6 87.3 59.5 _4.0 with catcareous nodules, catclurn 4.0 pockets, and traces of sandstone. 5.0 6.0 6.0 i 6.0 7.0 7.0 _ 25-3 Light Brovm, Sandy Low CLAY, with CL A 12.9 38 1 25 100.0 100.0 100.0 99.7 08.5 98.5 94.5 66.8 8.0 _ _ calcareous nodules and caklurn podmis. I 8.0 . _9.0 9.0 _10.0 10.0 t3 mV ten"Inated at 10 R. No groandwow was encountered. Al-25 Rodriguez Engineering Laboratories Project Lubbock Preston Smith Intematlonai Airport Location: Tad Extenslon- _ Date DrEW: 9/20P2008 Bore Loss Data Boring No. 24 Boring Depth: 10 ft. Water bevel: N / A DrWmg Medxod: As Auger Det�h laboratory Cfassi oration M SWS Atttieb is g Sieve Ana"19, Percent Passing Dep t� c x m Content C-40s Material Deserlptlon Smbol N LL PI 3' 7ff 3J4" 3W No.4 No.10 No.40 No.200 24-1 Darts Brawn, Sandy Lean CLAY. CL I A 13.0 31 18 100.0 100.0 1 D0.0 09.8 99.7 99.7 90.5 60.9 i 3.0 3.1 24-2 Dark Red, Clayey SAND, with SC A 12.7 33 20 100.0 100.0 100.0 100.0 99.9 99.9 99.7 45.1 Calcareous nodules. 4.0 4.1 6.0 6.0 6.0 6.0 _7.0 U 243 Y"owfsh Red, Sandy Lean CLAY, with CL A 12.6 27 16 100.0 10D.0 100.0 100.0 99.3 98A 97.6 61.0 8.0 caWamous nodules. 8.0 9.0 9 C 10.0 10.0 Swing temrinalad at 10 ft. No gmundwater was encountered. Al-24 Rodriguez Engineering Laboratories Prqlaw Lubbock Preston Smith Intemational Airport Location; Runway Extension Data Drilled: 9/1812008 Bore Loa Data Boling No. 21 Boring Depth: 10 R. Water Level: NIA Drilling Method: A a Auger DepthLaWratt" Classiftation 10 Moisture Aftrtmg Urnits Sleve Analysis. Percent Passing D" 0) Content N Material Description GMUP Syrnbol LL PI 3" 7/r 341" M' NoAl No.101 NoAO N0100 21-1 Dark Brown, Clayey SAND. f SC A 12.8 24 i 10 IDD.0, 96.1 96.1 95.8 94.5 94.0 t 92.9 46.3 -1.0 21 L3.0 3.1 -4.0 4.0 21-2 Brown, Sandy Loan CLAY, CL A 14.1 34 21 100.0 100.0 100.0 100.0 99.9 99.9 98.7 5617 5.0 5.0 21.3 Reddish Yellow, Sandy Low CLAY: CIL A 9.1 28 15 100.0 100.0 100.0 98.4 95.8 93.3 90.1 66.9 -0. 0 6.0 7.0 7.0 -8.0 0.0. 10. Soft terminated at 10 ft. NO groundwater was encountered. Al-21 Rodrigues Engineering Labomtlories Project+ Lubbock Preston Smith International Airport Location: Runway Extension Date Drilled: 9/18J2008 Bone Lou Data Boring No. 20 Sod% Depth: 101L_ Water Level: N / A Drilling Method: A - Auger DeP>t► E Laboratory Classification g+ Moisture A4�� Sieve Analysis. Percent Passing E = ContentDep Material DescApton Group SMbol LL PI 3" 71W 31C 3A r No.4 � No.10 No.40 No.200 (n) rn10 p (y0) tR 20-1 Dark Brown, Sandy Lean CLAY. CL A 14.0 39 27 10D.0 100.0 100.0 100.0 • 99.9 99.8 99A SZ9 L0 i.r 2.0 2.l 3.0 I 3.t 20-2 Very Dark Bmwn, Sandy Lean CLAY. CL A 13.2 33 21 100.0 100.0 100.0 100.0 99.8 98.3 97.4 62.3 5.0 57 20.3 Reddish Yellow, Sandy Lean CLAY. CL A 10.8 27 14 100.0 100.0 100.0 992 98.7 93.1 90.3 66.8 s.o e.c _7.0 7.0 8.0 20-4 Reddish Yellow, Sandy Lean CLAY, CL A 10.0 38 23 100.0 1 D0.0 10D.0 99.8 08.6 98.4 03.6 84.2 9.0 with gravel. 9.0 10.0 10.0 f30r M ferM#Wed at 10 it No groundwater was enmimtered- A9-20 ii Rodriguez Engineering Laboratories ProjacC Lubbock Preston Smith International Airport (� Location: Runway Extension gate Drilled: 9/16/2008 Bore Lou Data Boring No. 19 Boring Depth: 10 ft. Water Levek N / A Drilling Method: A m Auger pelm _ 3 Laboratory Classification iff Content�iq ALe " Sieve Analysis, Percent Passing DOP $ (°%) LL PI 3r ` Tw 314" 3!8' No.4 No.10 N0.40 No.2M (R; hAateria! tXscriptlon G 10.1 park Brown, Clayey SAND. Sc A 13.7 28 12 100.0 100.0 100.0 99.7 94.7 i 09.5 99.0 36.8 -1 0 - i i j • 2.0 2( 3.0 31 19-2 Yellowish Red, Sandy Leon CLAY, CL A 8.9 36 23 100.0 100.0 100.0 100.0 100.0 100.0 99.8 54.6 4.0 41 5.0 6.0 60 e.0 7.0 7.0 19-3 Light Brown', Sandy Lean CLAY, with CL A 7.6 28 17 100.0 • 100.0 100.0 98.7 97.0 26.6 93.7 $3.8 calcium pockets. 8.0 8.0 9.0 i • 9.0 _10.0 i 10.0 Boring terminated at 10 f. No groundwater was encountered. Al-19 Rodriguez Engineering Laboratorim Project: Lubbock Preston Smith International Airport Location: Runway Extension Date Driled: 911812M Bore Lots Data Boring No. 18 Boring Depth: 10 R 1-1 Water Level: N f A Dd&V Method: A = Auger Dep_ Laboratory ClassificationDept 5 Moisture A mttg Sieve Analysisfis. Percent Passing c Content Material Description C LL PI 3" 7W 3/4' 3/8' NoA No.101 No.40 • No.200 �n a (95) VQ 18.1 Dark Brown, Sandy roan CLAY. CL A 1.7 35 23 100.0 100.0 100.0 100.0 100.0 ! 100.0 99.7 51.6 2.0 2.0 3.0 3.0 18.2 Yellowish Red, Sandy Lean CLAY. CL A 7.8 35 22 100.0 100.0 100.0 100.0 100.0 09.0 99.8 52.1 -AO 4.0 5.0 5.0 -e.0 6.0 7A 7.0 _ 18.3 Upttt Brown, Clayey SAND, wilh SC A 0.4 28 18 100.0 100.0 100.0 97.6 92.8 88.4 84.5 49.7 calcium pockets and traces of sandstone. 8,0 8.0 9.0 9.0 _10.0 i 10.0 Boring terminated at 90 A No groundwater was encountered. Al -18 i J Rodriguez Engineering Laboratories Project Lubbock Preston Smith Intemational Akpod Location: R!twm Extensim Dale Drilled: ilmoa Bore Loa Data Boring No. 17 Boring Depth: 10% Water Level: N/A Drilling Method: A= Auger a Laboratory Classification Moisture Atterberl; Urrw Sim Analyak, Percent Passing DeF DClassificationE U) E c% Content N Grow Material Description2 LL I PI SW! NoA NOD No.40 W 200 3" 7W 314" S i Symbol 17.1 Dark Brown, Clayey SAND. se A 12.1 28 14 100.0' 94.5 9&7 86.3 B5.9 84.1 81.7 35.9 2.0 2� 17-2 Yellowish Red. Clayey SAND, sc A 9.7 32 t 20 I00.0 I00.0 100,0 i 100.0100.0 99.9 99.8 49.4 .0 4A 5.0 5A GA 17.3 Reddish Yellow, Clayey SAND. sc A 9.0 28 Je 100.0 1 GD.0 100.0 911.6 93.7 86.4 84.9 40.5 7.0 7.1 .0 8.1 9.1 10.0 IO.c Sofing &Wnated of 10 ft Ab gmw?dW&t@f was OnCOW010d Al-17 Rodriguez Engineering Labora6airlea Bore Lou Data Boring No. 6 Project Lubbock Preston Smith International Airport Boring Depth: 10 R. Location: Future Asphalt Road Water Level: N / A Date Drilled: 9/1=008 Drilling Method: A = Auger C*pth R Laboratory Classification Molswre � Atterberg Sieve Anaysis, PetDePercentPasshg DW t� J JI Content (N Material Desa iption LL Pl 3" 7r8' 3r4" 3r8' No.4 No.10 No.40 No.200 Symbol _ 4.1 Dark Brown, Clayey SAND. SC A 13.1 35 23 100.0. 1100.0i 100.0 1 100.0 99.7 99.6 , 99.1 47.6 j2.0 2 C 3.0 ' e tt i 3.{ � . 8.2 Ye@owlsh Red, Clayey SAND. SC A 13.5 37 23 100.0 100.0 10D.0 100.0 99.6 99.8 99.8 48.9 i 4.0 s 4 C 6.0 6.0 l_l _7.0 7.0 I 8,0 8.0 8-3 Reddish Yellow, Sandy Lean CLAY. CL A 10.6 27 17 100.0 100.0 100.0 100.0 96.8 98.2 97.6 53.7 f 9.0 9.0 10.0 10.0 Boring lbm*uded at 10 R. No groundwater was encountered A1-15 li Rodriguez Engineering Laboratories Project: Lubbock Preston Smith International Airport Location: Future AaPW Road Date Drilled: 911W2008 Bore Lou Data Boring No. 5 Boring Depth: 101L Water Levet N ! A Drilling Method: A - Auger e Laboratory CClassificationcontentLimits Molsture Atterberg w 3ieveAnayafs Percent Passing Dep B o Material Description w N LL PI 3- 7l8" 314" 318" No.4 No.10 No.40 NO200 S nbol 5-1 Dark Brown, Sandy Lean CLAY. CL I A 142 36 I 23 100.0 100.0 100.0 100.0 100.0 09.9 99.6 51.5 iI 2.0 i 23 5-2 Red, CWM SAND. SC A 8.3 32 18 10" : 100.0 100.0 100.0 : 100.0 100.0 99.8 39.2 8.c 4.0 4.0 6.0 S.0 _ I e T c. _ 5-3 Light Red, Sandy Lean CLAY, f CL A 92 28 { 19 100.0 100.0 1DO.0 . 99.6 97.6 96.6 95.9 53,2 with small gravel. _8.0 i i 8.[ 9,0 i i 9d �10.0 10.0 Soft terMinated at 10 X No groundwater was enoounhw [r. Al-5 Rodriguez Engineering Laboratories Pmjaa Lubbock Preston Smith Intem_ atonal Ahpod Location: Future AsphaR Road Date Drilled: 9119/20D8 Bore Loa Data Boring No. 4 Boring Depth: 101 Water Level: N 1 A r DMIing Method; A e Auger DepthContent _ $ o Laboratory Ctasslfication ' Molshxe ALl rb Sieve Analysis, Percent Passing Dep (� gi c Z (%) {fi) Matadal Desaiptlon ; GrarP LL PI W' # 7W 3r4- i 3W N0.4 I N0.10 NoAO N0.200 4-1 Dark Brown, Clayey SAND. SC A 14.1 32 19 100.01 100.0 100.0 • 100.0 • 99.9 99.8 99.6 48.6 1.0 i 1A 2.D i 2.I 3.0 U 4.0 4.0 4.2 Brown, Sandy Lean CLAY. CL A 13.3 35 22 100.0 , 100.0 100.0 100.0 99.9 09.8 99.5 514 _ 4-3 Very Dark Brown, Sandy Lean CLAY, CL A 10.0 31 20 100.0 100.0 100.0 ; 99.9 99.0 97.9 97.4 65.0 with small gravel. 7.0 - i i e.o e.o 9.0 0.0. _ 100 10.0 BWn9 tem*mted at 10 R. At groundwater was encountanrd. Al -4 Rodriguez Engineering Laboratories Project Lubbock Preston Snikh Inismallonal Airport Location: Future Asphalt: Road Date Drilled: 9/19/2008 Bore Log Data Boring No. 3 Baft Depth: 10 IFL Water Lent NIA DdlUng Method: Am Auger Depth Laboratory Classification Moisture Content Atterbera Sleve Analysis, Percent Passing Dep VQ Group Material Description r W 3/4" Wr NOA No.10 No.40 NO.200 N Symbol, 3.1 Brown, CUM SAND_ Se A 24.8 30 18 100.0. 100.0 j I00.0 100.0 100.0 1 OMO 99.9 49.6 LO .0 21 30 3.4 3-2 Red, Clayey SAND. Se A 11.0 3e 24 100.0 100.0, 100.0' I0D.0 100.0 99.9 99.7 49.4 4.0 4A ,6.0 5A _6,0 6.( [-7.0 -4.0 3-3 Reddish Yellow, Sandy Loan CLAY, CL A 9.0 so 19 100.0 100.0 100.0 99.6 98.4 96.9 05.2 54.1 with small gravel. 90 OX vio.o I lox Soft tennkniftol at 10 IL No groundwater was on=Nftred. AI-3 Rodiriguez Engineering Laboratories ProJeeL Lubbock Preston Smith Intemational Airport Location: Future Asphalt Road ~ Date Drilled: 9119/2008 Bore Log Data Boring No. 2 Boring Depth: 10 ft. Water Level: N / A DrPlIng Method: A a Auger ' i Laboratory Classlfica6on Mdehne AffiUerbef9 Sieve Analysisffft, Percent PassingDep Dep QQ r1i = Cordent (Yo) (� Mafe►ial Description Qboi LL PI 3" ' 7/r 314" 3W No.4 No.10 No.40 No.200 2-1 Very Oak Brown, Clayey SAND. Sc A 11.1 32 20 100.0 100.01 100.0 100.0 100.0 100.0 09.5 48.5 1.0 U 20 2[ 2-2 Very Dak Bmwn, Sandy Lean CLAY. CL A 14.4 36 22 100.0 100.0 100.0 100.0 100.0 100.0 • 99.8 60.1 30 U _4.0 41 5.0 5A 6.0 8.[ _7.0 7A 8.0 8.[ 9.0 OX 2-3 YeliowisA Red, Clayey SAND. Sc A 7.6 29 16 100.0 1010 100.0 99.5 98.1 95.9 95.8 39A _10D iox Boring terminated at 70 ft Ho groundwater was encountered. AI-2 Rodriguez Engineering Laboratories Project Lubbock Preston Smith International Airport Location: Future Asphalt Road Date Drilled: 911912DOO Bore Loa Data Boring No.1 Boring Depth: 10 It. Water Level: N I A Drilling Method: A = Auger Depthd m Laboratory Classl0catlon C a AContent Moisture A� rg Sieve Analysis. Percent Passing DtaPO o No.40 No 200 (it) Group Material Description (�► LL PI 3" Mr3l4' 3J8' No.4 No 10 of 1-1 Lark Brown, Clayey SAND. SC A 12.6 27 14 100.0 100.0 100.0 99.1 98.e 98.2 97.4 43.7 1.0 1.0_ 2.0 2.0_ _4.0 4.0_ 1-2 Yellowish Dram, Clayey SAND, SC A 13.6 32 19 100.0 100.0 100.0 100.0 99.6 99.8 99.6 46.3 _ 5,0 S.0 8.0 0.0 7.0 7.0- _8.0 e.0_ 1.3 Reddish Brown, Sandy Lean CLAY_ CL A 15.9 40 26 100.0 100.0 100.0 100.0 99.7 99.8 96.9 67A _ a.0 9.0 _10.0 1 1 1 1 1 1 1 10.0 Soft terminated at 10It No groundwater was encountered. Al-1 l . r ' LEGEND 4 BORING LOCATION 8.42EM FUMM 14' CONCRETE RECONSTRUM4 90 F=RE Ir OONCRM DMOUVON FuruRE PAVEMENT EZZI POT MIAL SELECT FILL MATERW.S • APPROX. BORING LOCATIONS (REL) TERi�)NAL RAWP ]I APPROX. CONCRETE CORE LOCATIONS (RBI.) ■ APPROX. TEST PIT LOCATIONS (REL) NOTE: FOR ACTUAL CONCRETE CORE, LOCATIONS SEE PLATE C•3 Addendum No. 3 Page 3 March 27, 2009 a. When using C303 Concrete Pipe in areas requiring slick bores, joints must be welded or restrained bVnechanical means (snap rings). END j �?�''• �'• I Respectfully submitted, ��: i p•,•w••,«'•«1,«•'•......{«//•rrN��*�►� PARKHILL, SMITH & COOPER, INC. +g901 +��"b•'% 't "VO fit► By: Brian M. Stephens, P.E. Receipt of ihhT ICI ndulFi shall be Nolarowtedged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: PARMILLSMITH&COOPER TO: Prospective Bidders ADDENDUM FROM: Brian M. Stephens, P.E. NO ■ 3 PROJECT NAME: City of Lubbock 16" Water Supply Line (Package C) PROJECT NO.: 01-2766.07 DATE: March 31, 2009 Attention of all Prospective Bidders/Man Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the original Bidding Documents dated October 2008as noted below: This Addendum consists of 23 pages. Chances to Specifications I. SPECIFICATION SECTION 01500 Construction Facilities and Temporary Controls: a. Delete Section 1.8 Fencing in its entirety H. SPECIFICATION SECITON 01400 Quality Requirements: a. Section L4 SUBMITTALS, Part B: i. Delete Item #11 in its entirety. b. Section 1.4 SUBMITTALS, Part FTesting Agency Responsibilities: i. Delete the sentence "State in each report whether tested work passes orfails the specified Contract Document requirements and the applicable speefiication section." c. Section 1.5 QUALITY CONTROL, Part D Testing Agency Responsibilities: i. Delete Item #2 in its entirety. Ouestions/Answers I. Will the Contractor be responsible for providing radios to communicate with the Airport tower? a. The Contractor shall be required to equip vehicles used by his project superintendent and project foremen on the project with radio receiver/transmitters for maintaining direct communication with the FAA control tower at Lubbock Preston Smith International Airport. The Contractor will provide a minimum of two (2) radios, as specified below. At the completion of the project, the Contractor shall transfer ownership of the two (2) specified radios. charsers and attachments to the Owner (The City of Lubbock Water Utilities). The radios shall be delivered to the Owner in good working condition. The cost of the two (2) radios, chargers and attachments will be considered a subsidiary obligation of the Contractor under this project, and no separate, direct payment will be made. The radios to be provided shall consist of the following: Amarillo i_� _ F:.:,::.,_ra �_� :..;A El Paso L Lubbock Midland 4222 851h Street Lubbock, l'exas 79423 806.473,2200 Fax UU6.473 3500 Addendum No. 3 Page 2 March 27, 2009 Two (2) Icom America, Model IC-A5, with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi -charger, and two (2) 760 mAH heavy rechargeable battery packs. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the Engineer. The Contractor shall be required to provide sufficient number of radios to maintain communication in ail areas of work. II. Will the Contractor be responsible for reseeding the project area after pipe is installed? a. Areas outside the Airport fencing: i. The Contractor is responsible for restoring the project area to the original condition. b. Areas inside the Airport fencing: i. The Contractor is responsible for reseeding the disturbed construction areas and must water those areas until an adequate stand has grown. The quantity of pure live seed and type required are indicated below. QUANTITY OF PURE LIVE SEED COMMON NAME SCIENTIFIC NAME FOR MIXTURE Green Sprangletop Le tochloa dubia 4.0 lbs/acre Sideoats Grama El Reno Bouteloua curtipendula 8.0 Ibs/acre Blue Grama (Texas Grown) Bouteloua gracilis 10.0 Ibs/acre Buffalograss treated Buchloe dactyloides 6.0 lbs/acre Common Bermudagrass Hulled 16.0 lbs/acre Wheat 60 lbs/acre III. What are the requirements for installing the joints of pipe directly beneath Airport fencing? a. Joints of pipe installed beneath airport fencing must be installed during the course of one day. Any trenches cut to install the pipe are required to be properly filled in before stopping construction for the day. No holes beneath Airport fencing will be allowed at any time when the Contractor is not present and working in those designated locations. IV. What type of pipe is the 24" water line that is being tapped for construction of the I6" supply line? a. The 24" pipe is steel cylinder reinforced concrete pipe (SCRC). V. Is any geotechnical data available for areas inside the Airport fencing? a. Yes, please see attached information. VI. What type of restraints should be used for slick boring C303 concrete pipe? 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. 'i ,z SAFECO INSURANCE COMP Surety OF CA * By: (Title) HOWARD COWAN I ATTORNEY —IN —FACT Approved as to form: City of Lubbock s Y• � V ' � i ttorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. SAFECO" Pw State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim.to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 www.SAFECO.com LibertX POWER mutuil. OF ATTORNEY KNOW ALL BY THESE PRESENTS: No 11561 Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seattle, WA98154 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint * K K******'E***'E***MRX****HOWARD COWAN; MARLA HILL; Lubbock, Texas***'E****'"X**'"�**'�***********'"�*** its true and lawful attomey(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of Its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21 day of March 2009 Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, G) The provisions of Article V, Section 13 of the By -Laws, and A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attomey issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 28TH day of MAY 2009 �c-P eve, CQIE �, r `t SEAL SEAL A r �1�� Dexter R. Legg, Secretary S-0974/DS 3/09 WEB PDF 1 CERTIFICATE OF INSURANCE Page Intentionally Left Blank I REQUIRED WORKERS' COMPENSATION COVERAGE "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; (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; (6) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they _' are providing services. Page Intentionally Left Blank CONTRACT Pap-e Intentionally Left Blank CONTRACT 8914 R STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14th day of MAY, 2009, 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 UTILITY CONTRACTORS OF AMERICA, LTD. of the City of WOLFFORTH, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID# ITB-09-714-DD Sixteen Inch Water Supply Line for Pump Station 15 - $985,321 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. Utility Contractors of America, Ltd. bid dated April 14, 2009 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: B P NAME: Chris DA'o TITLE: V P COMPLETE ADDRESS: Company Utility Contractors of America, Ltd Address ►e,..itc....ah T.. 793$2-- City, State, Zip _ , ATTEST: CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOR ATTEST: City S retary .,AFMOVED AS TO ORM: Corporate Secretary I" ity Attorney Paine Intentionally Left Blank t" GENERAL CONDITIONS OF THE AGREEMENT Payme Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT art, 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 Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit UTILITY CONTRACTORS OF AMERICA, LTD. 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 WOOD FRANKLIN, P.E., CHIEF ENGINEER FOR WATER UTILITIES, 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 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," "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 fum or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. S_ 8. 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 t otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended ,i purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative 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. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE _.l The Contractor shall be famished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative 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. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension 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 furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by. -the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment 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. If any such work which is required to be inspected, tested, or approved is covered up without written approval or i consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, - 4 be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, i 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 'F inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, -, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. 24. 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. 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' �f 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 EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase 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 officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change 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 coverages shall be submitted prior to contract execution. _ PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED i ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE r SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR ; A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1.000.000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury XCU Coverage Heavy Equipment 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, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED E. Excess Liability Insurance - Umbrella Form Each Occurrence Aggregate $1,000,000 F. Worker's Compensation and Employers Liability 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. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. , y Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor t Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without ,.. limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which fiunishes 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. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate 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; 1 (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the _ project; and G. (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; .; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who 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. (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: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "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 (h) 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; 11 29 (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to he 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 3 the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the 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 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. 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 : __J Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and 12 furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to 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 officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to 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, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and i. 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. 33. 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. 34. 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. 13 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 $1,000 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. - S 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the 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. 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 ' 14 �_ r 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 a- 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 indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. t , 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the 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. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying 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. 15 t 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. ? The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to 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. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final 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, 16 f a 4 which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 5' 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible 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: 17 i (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 S (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 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 18 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 $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 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. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. 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. 54. 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. 55. 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 19 1 Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 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. 20 DAVIS BACON WAGE DETERMINATIONS No Text 0.94 - GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.: ........... $ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... ---------------------------------------------------------------- $ 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. 9 -' 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 Page Intentionally Left Blank 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. r SPECIFICATIONS Specifications City of Lubbock, Texas 16" Water Supply Line (Package C) Lubbock, Texas October 2008 PSC Project #: 01275607 OW / BRIAN M. STEPHENS / �r�:.....92015....: t�1S��NAL EN'r nn..=..n.nun ...... N....\•\•. X ::::::::....:::••: / OEM /d Parkhill, Smith & Cooper, Inc. :::E9. u :.: Engineers ■ Architects ■ Planners Pate Intentionally Left Blank PACKAGE C TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work......................................................................................................................1 01019 Contract Considerations.............................................................................................................2 01025 Measurement and Payment........................................................................................................ 2 01040 Coordination and Meetings........................................................................................................2 01300 Submittals.................................................................................................................................. 3 01400 Quality Requirements................................................................................................................ 2 01420 Reference Standards................................................................................................................11 01500 Construction Facilities and Temporary Controls........................................................................ 3 01600 Material and Equipment............................................................................................................. 3 01700 Contract Closeout...................................................................................................................... 3 DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage.............................................................................................4 02151 Trench Safety Systems...............................................................................................................3 02222 Excavating................................................................................................................................. 2 02223 Backfilling................................................................................................................................. 3 02665 Water Works Piping, Valves and Fittings................................................................................11 02666 Steel Casing in Bore.................................................................................................................. 3 02742 Dense -Graded Hot -Mix Asphalt (Method)..............................................................................10 DIVISION 3 - CONCRETE 03100 Concrete Formwork................................................................................................................... 4 03200 Concrete Reinforcement............................................................................................................ 2 03300 Cast -in -Place Concrete............................................................................................................... 5 DIVISIONS 4 -16 Not Used APPENDIX A — OSHA 1926 SUBPART P (For Information Only) 01275607 TABLE OF CONTENTS TOC - 1 10/08 PACKAGE C SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01300 - Submittals: Schedules of Values. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: Work will consist of 23,380 LF of 16" C905 water line and other miscellaneous improvements. 1. Location: Lubbock, Texas. 2. Owner: City of Lubbock. B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in 1.3(A). 1.4 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275607 SUMMARY OF WORK 01010 - 1 10/08 t PACKAGE C j SECTION 01019 CONTRACT CONSIDERATIONS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Schedule of Values. B. Application for Payment. C. Change procedures. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01300 - Submittals: Schedule of Values. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on Contractor's standard form. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the major specification Section. Identify site mobilization, bonds and insurance. D. Include within each line item, a directly proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.4 APPLICATIONS FOR PAYMENT A. Submit four copies of each application on EJCDC Form 1910-8-E - Payment Application or equal. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. Waiver of liens from subcontractor. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by EJCDC 1910-8, 1990 Edition, Article 10 by issuing a work directive change on EJCDC 1910-8-F. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. 01275607 CONTRACT CONSIDERATIONS 01019 - l 10/08 PACKAGE C C. The Contractor may propose a change by submitting request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. E. Construction Change Authorization: Engineer may issue a directive on EJCDC Form 1910-8-F, Work Directive Change, signed by the Owner, instructing the Contractor to proceed with a f change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. G. Maintain detailed records of work done on Time and Material basis. Provide full information ' required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: EJCDC 1910-8-B. I. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as ' provided in the General Conditions of the Contract. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 5 01275607 CONTRACT CONSIDERATIONS 01019 - 2 10/08 ' PACKAGE C t SECTION 01025 MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 GENERAL The unit price or lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. The quantities listed in the Bid Sheet are estimated for the purpose of comparing bids. Payment for each item will be made for actual field measured quantities. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the bid price with the most applicable item(s). 1.2 UNIT COST ITEMS Unit cost items, not otherwise included in this section to be paid for at a unit cost per unit shall include all work and materials involved in the installation within the limits designated on the plans. Measurement shall be made in units shown on the Bid Sheet. All work so included shall be installed, constructed or performed as shown on the drawings and/or specified. 1.3 LUMP SUM ITEMS Lump sum items to be paid for at a lump sum price per job shall include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or material included in such items will be made. All work so included shall be installed, constructed or performed as shown on the drawings and specified herein. 1.4 FINAL CLEANUP The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the school. This cleanup shall include, among other things, removing all pieces of concrete, pipe and other construction materials and in general preparing the sites of the work in an orderly manner. The cost of the cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. 1.5 TRENCH SAFETY SYSTEMS The furnishing, installing and removal of trench safety systems complete as shown on the plans or as required shall be measured in the field and paid for at the unit price bid per linear foot for "Trench Safety Systems." The Contractor is reminded that he must fully comply with OSHA requirement in all cases and no separate payment will be made for such compliance other than that specifically indicated in these specifications and in bid items included in the proposal. 01275607 MEASUREMENT AND PAYMENT 01025 - l 10/08 PACKAGE C 1.6 CONNECTIONS TO EXISTING PIPE OR FITTINGS No separate payment will be made for making connections to existing fittings or pipe other than fittings listed in the proposal. The cost of making such connections, including closing and opening of existing valves, removing the plug on the existing fitting or pipe, dewatering the trench, connecting the new pipe to the existing fitting or pipe and all other incidental work shall be included in the price bid for the various items for which payment is provided. 1.7 MOBILIZATION/DEMOBILIZATION Mobilization/Demobilization shall include costs associated with move -in and move -out costs, related equipment and labor, bid bond, performance and construction bonds and insurance required for this project. This item also includes all costs associated with implementing the Storm Water Pollution Prevention Plan, including filing the Notice of Intent. 1.8 SURVEYING No direct compensation will be made for construction surveying. The cost of surveying shall be included as part of the cost of various items of work. 1.9 STEEL CASING IN BORE The length of steel casing in bore of the size and type to be paid for will be measured along the center lines of the casing installed. Furnishing and installing steel casing in bore of the size and type specified and shown on the drawings will be paid for at the unit price bid per linear foot furnishing and installing the casing at the depth shown complete in place and for which compensation is not otherwise provided in other bid items. The unit price bid shall be full compensation for furnishing and installing casing complete in place including all relocation of utilities as shown on drawings, excavation, backfilling and any and all incidental work not otherwise included in the bid items or otherwise provided for in the specifications. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275607 MEASUREMENT AND PAYMENT 01025 - 2 10/08 PACKAGE C SECTION 01040 COORDINATION AND MEETINGS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Coordination B. Field Engineering C. Preconstruction Conference D. Progress Meetings E. Coordination with Water Utilities 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. B. Verify that utility requirement characteristics of equipment and materials to be incorporated into the project are compatible. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment and materials. C. Coordinate completion and clean up of Work. 1.3 FIELD ENGINEERING A. Contractor to protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.4 PRECONSTRUCTION CONFERENCE A. Engineer will schedule a conference after Notice to Proceed. B. Attendance Required: Owner, Engineer and Contractor and major subcontractors. C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 5. Designation of personnel representing the parties in Contract and the Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 7. Scheduling. 8. Use of premises by Owner and Contractor. 9. Owner's requirements. 10. Construction facilities and controls provided by Owner. 11. Temporary utilities provided by Owner. 01275607 COORDINATION AND MEETINGS 01040 - 1 10/08 PACKAGE C ' 12. Survey layout. 13. Security and housekeeping procedures. 14. Schedules. 15. Procedures for testing. 16. Procedures for maintaining record documents. 17. Requirements for start-up of equipment. 18. Inspection and acceptance of equipment put into service during construction period. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work as needed. B. Engineer to make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within one week to Engineer, participants, and those affected by decisions made. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. 1.6 COORDINATION WITH OWNERS OF EXISTING UTILITIES A. The Contractor is responsible for notifying all owners of utilities that are to be crossed or otherwise exposed during construction no less than seven days prior to uncovering the utility. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Beginning new work means acceptance of existing conditions. END OF SECTION i 01275607 COORDINATION AND MEETINGS 01040 - 2 10/08 PACKAGE C r. SECTION 01300 SUBMITTALS PART 1- GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Construction progress schedules. D. Proposed products list. E. Shop drawings. F. Product data. G. Samples. H. Manufacturers' instructions. I. Manufacturers' certificates. 1.2 RELATED SECTIONS A. General Conditions. [-J B. Section 01019 - Contract Considerations: Schedule of Values. C. Section 01400 - Quality Requirements: Manufacturers' field services and reports. D. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. I. Submit initial submittal schedule within twenty (20) days after receipt of Notice to Proceed. 01275607 SUBMITTALS 01300 - 1 10/08 PACKAGE C I 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. Submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Engineer. B. Drawing size shall be minimum 8'/z x 11 inches and maximum of 30 x 42 inches. Provide one set of reproducible sepias, to be retained by the Engineer, for drawings greater than 11 x 17 inches. C. Draw details to a minimum scale of 12 inches equal to 1 foot. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 01275607 SUBMITTALS 01300 - 2 10/08 .,' PACKAGE C 11 ' 1.9 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified, for Engineer's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; one of which will be retained by Engineer. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.10 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. 1.11 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION I- 01275607 SUBMITTALS 01300 - 3 10/08 SECTION 01400 QUALITY REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality - control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. B. Construction Materials Testing (CMT): Within the context of Construction Materials Engineering, CMT includes collecting of samples, performing well-defined test procedures, and reporting of such data. The Contractor will provide CMT for this project. C. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. D. Quality -Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as L__) required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that 01275607 QUALITY REQUIREMENTS 01400 - 1 10/08 the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report 01275607 QUALITY REQUIREMENTS 01400 - 2 10/08 results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method } requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. ? D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. I J E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. F 01275607 QUALITY REQUIREMENTS 01400 - 3 10108 = ' Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01400 01275607 QUALITY REQUIREMENTS 01400 - 4 10/08 PACKAGE C SECTION 01420 REFERENCE STANDARDS PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary General Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. D. Maintain copy at jobsite during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. The contractual relationship duties and responsibilities of the parties in Contract nor those of the Architect shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.4 SCHEDULE OF REFERENCES AA Aluminum Association 900 19th St., NW Washington, DC 20006 www.aluminum.org AABC Associated Air Balance Council (202)737-0202 1518 K St., NW Washington, DC 20005 www.aabchg.com AAMA American Architectural Manufacturers Association 1827 Walden Office Sq., Suite 104 Schaumburg, IL 60173-4268 www.aamanet.oM (202) 862-5100 (847) 303-5664 01275607 REFERENCE STANDARDS 01420 - 1 10/08 f I 1 i r PACKAGE C F. AAMA American Architectural Manufacturers Association (847) 303-5664 1827 Walden Office Sq., Suite 104 Schaumburg, lL 60173-4268 www.aamanet.org AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W., Suite 249 Washington, DC 20001 www.ashto.org AATCC American Association of Textile Chemists and Colorists 919-549-8141 1 Davis Dr, Research Triangle Park Durham, N.C. 27709 www.aatcc.org ABMA American Boiler Manufacturers Association 950 N. Glebe Rd., Suite 160 Arlington, VA 22203-1824 ACI American Concrete Institute a P.O. Box 9094 Farmington Hills, MI 48333-9094 www.aci-int.org ACI ACI International P.O. Box 9094 b Farmington Hills, MI 48333=9094 ADC Air Diffusion Council 104 So. Michigan Ave., No. 1500 Chicago, IL 60603 ADSC The International Association of Foundation Drilling (214) 681-5994 9696 Skillman Street, Suite 280 Dallas, TX 75243 �N www.adsc-iafd.com AF&PA American Forest & Paper Association (202) 463-2700 1111 Nineteenth St. NW, Suite 800 -j Washington, DC 20036 www.afandpa.org �....I AGA American Gas Association P.O. Box 79230. Baltimore, MD 21279-0230 01275607 REFERENCE STANDARDS 01420 - 2 10/08 PACKAGE C AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006 i..l AHA American Hardboard Association (847) 934-8800 1210 W. Northwest Hwy Palatine, IL 60067 www.hardboard.org Al Asphalt Institute (606) 288-4960 Research Park Drive P.O. Box 14052 Lexington, KY 40512-4052 www.asphaltinstitute.org AIA American Institute of Architects 1735 New York Avenue, N.W. Washington, DC 20006 AISC American Institute of Steel Construction (312) 670-2400 1. 3 One East Wacker Dr., Suite 3100 Chicago, IL 60601-2001 www.aisc.org AISI American Iron and Steel Institute (202) 452-7100 1 �. 1101 17th St., NW, Suite 1300 (800) 277-3850 Washington, DC 20036 www.steel.org AITC American Institute of Timber Construction (303) 792-9559 7012 S. Revere Pkwy, Suite 140 Englewood, CO 80112 www.aitc-glulam.org AMCA Air Movement and Control Association International, Inc. (847) 394-0150 30 W. University Dr. Arlington Heights, IL 60004-1893 www.amca.org ANSI American National Standards Institute (202) 293-8020 1819 L. Street, N.W. Washington, DC 20036 www.ansi.= APA/EWA APA-The Engineered Wood Association (253) 565-6600l. }} f P.O. Box 11700 Tacoma, WA 98411-0700 IJ www.apawood.oM 01275607 REFERENCE STANDARDS 01420 - 3 10/08 11 PACKAGE C API American Petroleum Institute (202) 682-8000 1220 L St., NW Washington, DC 20005-4070 www.api.org ARI Air -Conditioning and Refrigeration Institute (703) 524-8800 4301 North Fairfax Dr., Suite 425 Arlington, VA 22203 www.ari.org ARRA Asphalt Recycling and Reclaiming Association (410) 267-0023 #3 Church Circle, PMB 250 Annapolis, MD 21401 www.arra.org ASCE American Society of Civil Engineers (703) 295-6300 World Headquarters (800) 548-2723 1801 Alexander Graham Bell Dr. Reston, VA 20191-4400 www.asce.org ASHRAE American Society of Heating, Refrigerating and Air (800) 527-4723 Conditioning Engineers (404) 636-8400 1791 Tullie Circle, N.E. Atlanta, GA 30329 www.ashrae.org ASME American Society of Mechanical Engineers (800) 843-2763 3 Park Avenue New York, NY 10016-5990 www.asme.org ASPA American Sod Producers Association 4415 West Harrison Street Hillside, IL 60162 ASPE American Society of Plumbing Engineers 15233 Ventura Blvd., Suite 811 Sherman Oaks, CA 91403 ASTM American Society for Testing and Materials (601) 832-9585 100 Barr Harbor Dr. West Conshohocken, PA 19428-2959 www.astm.org AWI Architectural Woodwork Institute (703) 733-0600 1952 Isaac Newton Sq. West Reston, VA 20190 www.awinet.org 01275607 REFERENCE STANDARDS 01420 - 4 10/08 PACKAGE C ICBO International Conference of Building Officials 5360 S. Workman Mill Road Whittier, CA 90601 IEEE Institute of Electrical and Electronics Engineers 345 East 47th Street New York, NY 10017 IES Illumination Engineering Society of North America 345 East 47th Street New York, NY 10017 IMIAC International Masonry Industry All -Weather Council International Masonry Institute 815 15th Street, N.W. Washington, DC 20005 IMSA International Municipal Signal Association165 East Union Street P.O. Box 539 Newark, NY 14513 ISWA Insect Screen Weavers Association P.O. Box 1018 Ossining NY 10562 MBMA Metal Building Manufacturer's Association 1300 Sumner Avenue Cleveland, OH 44115-2851 MFMA Maple Flooring Manufacturers Association (847) 480-9138 60 Rivere Drive, Suite 500 Northbrook, IL 60062 mfma@mgplefloor.com MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 ML/SFA Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago, IL 60601 NAAMM National Association of Architectural Metal Manufacturers 221 North LaSalle Street Chicago, IL 60601 01275607 REFERENCE STANDARDS 01420 - 7 10/08 PACKAGE C NBS National Bureau of Standards (U.S. Department of Commerce) Gaithersburg, MD 20234 NCMA National Concrete Masonry Association P.O. Box 781 Herndon, VA 22070 NCRP National Council on Radiation Protection and Measurement 7910 Woodmont Ave, Suite 800 Bethesda, MD 20814 NEBB National Environmental Balancing Bureau 8224 Old Courthouse Road Vienna, VA 22180 NEC National Electrical Code (by NFPA) NECA National Electrical Contractors Association 7315 Wisconsin Avenue Bethesda, MD 20814 NEMA National Electrical Manufacturers' Association 2101 'U Street, N.W. Washington, DC 20037 NFPA National Fire Protection Association Battery March Park Quincy, MA 02269 NFoPA National Forest Products Association 1619 Massachusetts Avenue, N.W. Washington, DC 20036 NHLA National Hardwood Lumber Association P.O. Box 34518 Memphis, TN 38135 NPCA National Paint and Coating Association 1500 Rhode Island Avenue N.W. Washington, D.C. 20005 NRCA National Roofing Contractors Association 8600 Bryn Mawr Avenue Chicago, IL 60631 01275607 REFERENCE STANDARDS 01420 - 8 10/08 PACKAGE C NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 1468 Ann Arbor, MI 47106 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 NTMA National Terrazzo and Mosaic Association 3166 Des Plaines Avenue Des Plaines, IL 60018 NWWDA National Wood Window & Door Manufacturers Association 205 W. Touhy Avenue Park Ridge, IL 60068 OSHA Occupational Safety and Health Administration (U.S. Department of Labor) Government Printing Office Washington, D.C. 20402 PCA Portland Cement Association 5420 Old Orchard Road Skokie, lL 60077 PCI Prestressed Concrete Institute 201 North Wells Street Chicago, IL 60606 PS Product Standard U. S. Department of Commerce Washington, DC 20203 RILEM International Union of Testing and Research Laboratories for Materials and Structures RILEM Secretariat General ENS -Pavilion des Jardins, 61 avenue du President Wilson F-94235 Cachan Cedex, France RIS Redwood Inspection Service One Lombard Street San Francisco, CA 94111 RCSHSB Red Cedar Shingle and Handsplit Shake Bureau 515 116th Avenue Bellevue, WA 98004 01275607 REFERENCE STANDARDS 01420 - 9 10/08 PACKAGE C RMA Rubber Manufacturer's Association 1400 K Street, N.W. Washington, D.C. 20005 l SDI Steel Deck Institute P.O. Box 9506 Canton, OH 44711 S.D.I. Steel Door Institute 712 Lakewood Center North 14600 Detroit Avenue Cleveland, OH 44107 SGCC Safety g Glazin Certification Council Route 11, Industrial Park Cortland, NY 13045 SIGMA Sealed Insulating Glass Manufacturers Association (312) 644-6610 401 North Michigan Avenue Chicago, IL 60611 f ' SJI Steel Joist Institute 1205 48th Avenue North, Suite A Myrtle Beach, SC 29577 SMACNA Sheet Metal and Air Conditioning Contractors' National Association s..; 8224 Old Court House Road Vienna, VA 22180 SPIB Southern Pine Inspection Bureau 4709 Scenic Highway Pensacola, FL 32504-9094 SSPC Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, PA 15213 TCA Tile Council of America, Inc. Box 326 Princeton, NJ 08540 UL Underwriters' Laboratories, Inc. 333 Pfingston Road Northbrook, IL 60062 01275607 REFERENCE STANDARDS 01420 - 10 f1' 10/08 PACKAGE C WCLIB West Coast Lumber Inspection Bureau 6980 S.W. Varns Road Box 23145 Portland, OR 97223 WRI Wire Reinforcement Institute 8361 A Greensboro Drive McLean, VA 22102 WWPA Western Wood Products Association 1500 Yeon Building Portland, OR 97204 W.W.P.A. Woven Wire Products Association 2515 N. Nordica Avenue Chicago, IL 60635 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used 01275607 REFERENCE STANDARDS 01420 - 11 10/08 PACKAGE C SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1- GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY ELECTRICITY A. Provide temporary electric feeder from the existing electrical service as required. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Power Service Characteristics: 460 volt, three phase. D. 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. E. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. F. Permanent convenience receptacles may be utilized during construction. G. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets, single phase circuits for power tools for every 2000 sq ft of active work area and at specific locations as required. 2. Provide 20 ampere, single phase branch circuits for lighting. 1.4 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 1.5 TEMPORARY WATER SERVICE A. Contractor shall be responsible for transporting water for construction purposes and potable water for construction personnel. Owner will provide water from a source close to the work site. 1.6 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Maintain daily in clean and sanitary condition. 01275607 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 10/08 PACKAGE C 1.7 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. D. Provide any barriers required by TxDOT along work areas. 1.8 FENCING A. Construction: Commercial grade chain link fence with 3 strands of barbed wire. B. Provide 6 feet high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.9 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.10 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure to accommodate protection for Products. 1.11 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. 1.12 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.13 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Designated existing on -site roads may be used for construction traffic. 01275607 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 10/08 PACKAGE C 1.14 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 1.15 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275607 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 3 10/08 PACKAGE C SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.2 RELATED SECTIONS A. General Conditions. B. Information to Bidders: Product options and substitution procedures. C. Section 01400 - Quality Requirements: Product quality monitoring. 1.3 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. k 01275607 MATERIAL AND EQUIPMENT 01600 - 1 10/08 t PACKAGE C 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.6 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. 01275607 MATERIAL AND EQUIPMENT 01600 - 2 10/08 PACKAGE C F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01275607 MATERIAL AND EQUIPMENT 01600 - 3 10/08 PACKAGE C SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E: Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01500 - Construction Facilities: Progress cleaning. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. C. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.5 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.6 PROJECT RECORD DOCUMENTS f A. Maintain on site, one set of the following record documents; record actual revisions to the Work: € 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 01275607 CONTRACT CLOSEOUT 01700 - 1 10/08 PACKAGE C B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract Drawings. 5. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.7 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, bound in 82 x 11 inch text pages, three D ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Engineer comments. Review content of documents as required prior to final submittal. Retainage will not be released until final operation and maintenance manuals are approved. C. Submit four final volumes revised within ten 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 are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: I. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Maintenance instructions for equipment and systems. 5. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Certificates. 3. Photocopies of warranties and bonds. 01275607 CONTRACT CLOSEOUT 01700 - 2 10/08 i PACKAGE C _ 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 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 t, 01275607 CONTRACT CLOSEOUT 01700 - 3 10/08 PACKAGE C SECTION 02050 REMOVAL, DEMOLITION AND SALVAGE PART 1- GENERAL 1.1 SECTION INCLUDES A. Demolition of designated structures and removal of materials from site. B. Demolition and removal of foundations and slabs -on -grade. C. Disconnecting and capping of identified utilities. 1.2 RELATED SECTIONS A. Section 01040 - Coordination and Meetings B. Section 01500 -Construction Facilities and Temporary Controls: Barriers, fences and landscape protection. Dust control. C. Section 01600 - Material and Equipment. D. Section 01700 - Contract Closeout: Project record documents. 1.3 JOINT INSPECTION A. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.5 QUALIFICATIONS A. Experience in performing the Work of this Section. 1.6 DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment 1. Certain materials and equipment may be designated for reuse or salvage and will remain the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. 2. Materials and equipment not designated for reuse or salvage become the Contractor's property. B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. t_ 01275607 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1 10/08 t t PACKAGE C 1.7 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.8 SCHEDULING A. Schedule work under the provisions of Section 01300. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 01275607 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2 10/08 PACKAGE C 3.3 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.4 BLASTING A.. Blasting is not permitted on this project. 3.5 FIRES A. Fires are not permitted on this project. 3.6 UTILITY SERVICES A. Disconnecting Seal abandoned storm or sanitary sewers with concrete or by another approved method. B. Interruption When temporary interruption of utility service to an occupied building is required by the work, properly coordinate the outage to prevent untimely or damaging interruptions. 3.7 DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet beyond area of new construction. C. Remove concrete slabs on grade. D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 01600. E. Rough grade and compact areas affected by demolition to maintain site grades and contours. F. Remove demolished materials from site. G. Do not burn or bury materials on site. Leave site in clean condition. H. Remove all temporary work. 3.8 GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Structures. Remove structures entirely, including footings, contents, attachments and improvements. Carefully remove and lower structural steel. 01275607 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3 10/08 PACKAGE C C. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. 1. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. 2. After removing concrete, cut cross bars at center of breakout and bend back. 3. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. 4. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. 5. Replace concrete as specified in Division 3 - Concrete. D. Backfill 1. Backfill holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. 2. Backfilling with rubbish or burying on the site is not permitted. E. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 3.9 MECHANICAL WORK ITEMS A. Remove existing mechanical work items to the extent necessary to accommodate new work. 3.10 ELECTRICAL WORK ITEMS A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for demolition and from site. B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum of 5 feet beyond area indicated for demolition, whichever is greater. C. Remove all wiring from abandoned conduit. D. Sea] abandoned conduits. E. Existing electrical services and controls to items being removed must be disconnected. 3.11 SCHEDULES A. No salvage material or equipment shall be reused on the project unless specifically provided for in the Specifications or so noted on the drawings. END OF SECTION 4 i 01275607 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4 10/08 PACKAGE C SECTION 02151 TRENCH SAFETY SYSTEMS PART1-GENERAL 1.1 SECTION INCLUDES This section of the specifications covers trench safety systems for trench excavations greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Appendix, Excerpts from OSHA Subpart P 1.3 SCOPE OF WORK The scope of work includes but is not limited to trench and excavation safety systems either by cut back method or braced excavation method for all trenches five feet and deeper whether indicated on the drawings or required by actual field conditions. Trenches not exceeding five feet in depth shall be protected as required by OSHA, State and Local standards. Alternative methods of trench safety may be submitted for approval to the Engineer, however alternative methods will not be reviewed or approved prior to bid opening. 1.4 SUBMITTALS Provide detail drawings for proposed trench safety systems. Clearly identify where each system is proposed for use and type of system to be used. Trench excavations cannot be started until trench safety systems have been submitted and approved by the Engineer. A. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed by a registered engineer stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. B. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a registered engineer showing all member properties, design strengths and any stress increases used with justification for their use. ,Y 01275607 TRENCH SAFETY SYSTEMS 02151 - 1 10/08 ' z� PACKAGE C 1.5 QUALITY ASSURANCE Trench safety systems shall be designed based on actual field conditions. The Contractor shall review and determine the field conditions for the project. Work shall be performed by forces having at least two years experience with similar types of trench safety systems. All prefabricated items used in trench safety systems shall be manufactured by a company with at least two years experience in fabricating the items. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trenches and excavations. PART 2 - PRODUCTS Provide suitable materials capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects. A. Steel - Steel shall be of type and thickness as required by design and shall have a minimum yield stress of Fy = 36000 psi. B. Aluminum - Type 6061-T6, thickness as required by design. C. Wood in Contact with Earth - Pressure treated soft woods or untreated hardwoods. D. Wood not in Contact with Earth - Soft or hardwood as required by design. PART 3 - EXECUTION 3.1 JOB CONDITIONS Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. 3.2 EXISTING UTILITIES Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. Repair all sewer line damaged by the Contractor using CT adaptors (eccentric) and schedule 40 PVC sewer pipe. 01275607 TRENCH SAFETY SYSTEMS 02151 - 2 10/08 PACKAGE C 3.3 TRENCHING PROCEDURES Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated on the drawings. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. Excavations which must remain open during periods of rainfall shall be covered with suitable material to prevent accumulations of water in excavation. F. If cut back method is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. G. Do not operate heavy equipment except for trench digging equipment within twenty feet of edge of excavation. END OF SECTION 01275607 TRENCH SAFETY SYSTEMS 02151 - 3 10/08 1, PACKAGE C SECTION 02222 EXCAVATING PART 1- GENERAL 1.1 SECTION INCLUDES A. Excavating for site structures. P 1.2 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01400 - Quality Requirements: Inspection of bearing surfaces. r. C. Section 01500 - Construction Facilities and Temporary Controls: Dewatering of excavations and water control. D. Section 02223 - Backfilling. 1.3 FIELD MEASUREMENTS A. Verify that survey bench mark and intended elevations for the Work are as indicated. - PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION 8 A. Identify required lines, levels, contours, and datum locations. B. Locate, identify, and protect utilities that remain from damage. C. Notify utility company to locate utilities. D. Protect plant life, lawns, and other features remaining as a portion of final landscaping. E. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. i_ 3.2 EXCAVATING A. Underpin adjacent structures which may be damaged by excavating work. B. Excavate subsoil to accommodate construction operations. C. Compact disturbed load bearing soil in direct contact with foundations to original bearing capacity; perform compaction in accordance with Section 02223. D. Slope banks with machine to angle of repose or less until shored. E. Grade top perimeter of excavating to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subsoil, boulders, and rock. 01275607 EXCAVATING 02222 - 1 10/08 PACKAGE C H. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. I. Correct areas over excavated in accordance with Section 02223. J. Stockpile excavated material in area designated. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection and testing. B. Provide for visual inspection of bearing surfaces. 3.4 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. END OF SECTION 01275607 EXCAVATING 02222 - 2 10/08 PACKAGE C SECTION 02223 BACKFILLING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Site filling and backfilling, for utility installation. 1.2 RELATED SECTIONS A. Section 01400 - Quality Requirements: Testing fill compaction. B. Section 02222 - Excavating. C. Section 03300 - Cast -in -Place Concrete: Concrete materials. D. Geotechnical Soils Investigation report. 1.3 REFERENCES A. ANSI/ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ANSI/ASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. D. ANSI/ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb Rammer and 18 inch Drop. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. PART 2 - PRODUCTS 2.1 FILL MATERIALS A. Type A - Structural Fill - Types GW, GM, GC, GP, SW, SP, SM with a PI between 5 and 12 and free of organic materials and rocks, lumps or other items larger than 2 inches. B. Type B - Ordinary Fill - Types GW, GM, GC, SW, SP, SM, SS, CL or CH with a PI between 5 and 18 and free of organic materials and rocks, lumps or other items larger than 2 inches. C. Type C - Sand - Natural river or bank sand; free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSUASTM C136. D. Concrete: Structural concrete conforming to Section 03300 except with a compressive strength of 2500 psi and a minimum cement ratio of 4 sacks/yard. E. Insitu - Material 01275607 BACKFILLING 02223 - 1 10/08 PACKAGE C PART 3 - EXECUTION 3.1 EXAMINATION A. Verify fill materials to be reused are acceptable. 3.2 PREPARATION A. Generally, compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of insitu compaction. Backfill with Type B fill and compact to density equal to or greater than requirements for subsequent backfill material. C. Prior to placement of aggregate base course material at paved areas, compact subsoil to 95 percent of its maximum dry density in accordance with ANSI/ASTM D698. 3.3 BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Type A and B Fill: Place and compact materials in continuous layers not exceeding 8 inches compacted depth. D. Type C Fill: Place and compact material in continuous layers not exceeding 4 inches compacted depth. E. Employ a placement method that does not disturb or damage utilities in trenches. F. Maintain optimum moisture content of backfill materials to attain required compaction density. G. Backfill against supported foundation walls. Do not backfill against unsupported foundation walls except for cantilevered retaining walls. H. Backfill simultaneously on each side of unsupported foundation walls. I. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. J. Make grade changes gradual. Blend slope into level areas. K. Spread surplus backfill materials in designated areas. L. Leave fill material stockpile areas completely free of excess fill materials. 3.4 TOLERANCES A. Top Surface of Backfilling: Plus or minus one inch from required elevations. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM D698 or D1557 and with Section 01400. C. Compaction testing will be performed in accordance with ANSI/ASTM D698 and with Section 01400. D. Frequency of Tests: 1 test for every 8" lift every 500' of trench as specified on the project plans. E. Proof roll compacted fill surfaces under slabs -on -grade and paving. 01275607 BACKFILLING 02223 - 2 10/08 PACKAGE C 3.6 PROTECTION OrFINISHED WORK A Protect finlme Work under prSOso Section 01500. B. keompc fills subjected my +c!£ traffic, 3.7 TESTING ^` A IS6n Agency: Contractor shalperform Construction Materials testing mconformance with Section 01400 - Quality Requirements. Ownerma conduct indep nett «!n, 17 G. Allow testing agency to inspect and test bcfi]meach layer mrequired b the plans and specifications. Proceed with subsequent work only after Engineer has verified that iselresults flpeiouslycmpded wok�mpywleleq¥lametS . [. END OF SECTION E© [\ � t; � \\ � � f [� C, /\ � \� L< (} L: 01275607 BACKFILtINO 0 2 3.3 10/0 � PACKAGE C SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1- GENERAL 1.1 WORK INCLUDED This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 01040, Coordination and Meetings D. Section 01300, Submittals 1.3 MATERIAL SCHEDULE All water supply lines shall be C905 DR18 PVC pipe except as noted below. All water supply line contained in a slick bore shall be C-905 DR18 pipe, Certainteed DR18 Certa-Lok pipe, except as noted below. Miscellaneous piping shall be furnished and installed as indicated on the drawings. 1.4 SUBMITTALS Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class calculations. PART 2 - PRODUCTS 2.1 PVC PIPE PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-905, Class 150 (DR 18). All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1 10/08 PACKAGE C o 2.2 DUCTILE IRON PIPE (DIP) Ductile iron pipe shall be manufactured in accordance with AWWA C151. In general, ductile iron pipe shall have flanged fittings when installed above and below ground. Pipe thickness shall be as required for the scheduled internal working pressure with minimum Thickness Class 50. Thickness for buried pipe shall be computed in accordance with AWWA C150 for appropriate depths of cover. All ductile iron pipe shall have an exterior bituminous coating and shall be cement lined in conformance with AWWA C104. Flanged joints shall meet the requirements of AWWA C115. Bolts and nuts shall be of the best quality mild steel and shall have hexagonal heads. Suitable rubber ring gaskets shall be provided in all flanged joints. Flanges shall be of ductile iron. Mechanical joints and push -on joints shall conform to the requirements of AWWA C111 unless otherwise specified. The pipe shall be new and of best quality in materials and workmanship. All pipe shall be subjected to thorough inspection at the job site before being placed. Any piece found to be defective shall be rejected and removed from the project. 2.3 EXTERIOR DUCTILE IRON PIPE COATING A. Surface Preparation: Clean all surfaces as per SSPC-SP1 Solvent Cleaning using stiff bristle brushes to remove all grease, oil, factory -applied tar or bitumastic coatings and any other contaminants. If surface profile is equal to or greater than 1.5 mils, clean as per SSPC-SP3 Power Tool Cleaning taking care not to burnish the metal. If the surface profile is less than 1.5 mils, abrasive blast as per SSPC-SP7/NACE 4 Brush -Off Blast Cleaning to achieve required profile. B. Coating System: 1. First Coat: Tnemec Series N69 H.B. Epoxoline II applied at 4.0 to 6.0 dry mils. 2. Second Coat: Tnemec Series N69 H.B. Epoxoline II applied at 4.0 to 6.0 dry mils. 3. Third Coat: Tnemec Series N69 H.B. Epoxoline II applied at 4.0 to 6.0 dry mils. Total minimum dry film thickness shall be 12.0 mils. 2.4 PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2 10/08 PACKAGE C B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the AWWA specifications C104 and C106 respectively. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.5 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1 (Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 2.6 VALVES A. General - Valves shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing and shall be Mueller 2360 Series or approved equal. C. Check Valves 1. Check Valves — shall be surgemaster swing check valves series #7200 as manufactured by Val-Matic Valve and Manufacturing Corporation, Elmhurst, IL USA, unless otherwise shown on the plans. 2. The Check Valve shall be of the full body type, with a domed access cover and only two moving parts, the flexible disc and the disc accelerator. 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 10/08 PACKAGE C 3. The valves shall be designed, manufactured and tested in accordance with American Water Works Association Standards ANSI/AWWA C508. 4. Valves shall be provided with flanges in accordance with ANSI B 16.1, Class 125. 5. The valve body shall be full flow equal to nominal pipe diameter at all points through the valve. The valve shall be capable of passing a 3 in. (75mm) sphere. The seating surface shall be on a 45 degree angle to minimize disc travel. A threaded port with pipe plug shall be provided on the bottom of the valve to allow for field installation of a backflow actuator, air cushion or hydraulic cushion without special tools or removing the valve from the line. 6. The top access port shall be full size, allowing removal of the disc without removing the valve from the line. The access cover shall be domed in shape to provide flushing action over the disc for operating in lines containing high solids content. A threaded port with pipe plug shall be provided in the access cover to allow for field installation of a mechanical, disc position indicator. 7. The disc shall be of one-piece construction, precision molded with an integral o-ring type sealing surface, and contain alloy steel and nylon reinforcement in the flexible hing area. The flex portion of the disc shall be warranted for twenty-five years. Non -slam closing characteristics shall be provided through a short 35 degree disc stroke and a disc accelerator. 8. The disc accelerator shall be of one piece construction and provide rapid closure of the valve in high head applications. The disc accelerator shall be enclosed within the valve and shall be field adjustable and replaceable without removal of the valve from the line. The disc accelerator shall be securely held in place by being captured between the cover and disc. It shall be formed with a large radius to allow smooth movement over the disc surface. 9. The valve disc shall be cycle tested 1,000,000 times in accordance with ANSI/AWWA and show no signs of wear, cracking, or distortion to the valve disc or seat and shall remain drop tight at both high and low pressures. The test results shall be independently certified. 10. The valve body and cover shall be constructed of ASTM A536 Grade 65-45-12 ductile iron. 11. The disc shall be precision molded Buna-N (NBR), ASTM D2000-BG. 12. The disc accelerator shall be type 302 stainless steel. 13. The manufacturer shall demonstrate a minimum of five (5) years experience in the manufacture of resilient, flexible disc check valves with air and hydraulic cushions. 14. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage. When requested the manufacturer shall provide test certificates, dimensional drawings, parts list drawings, and operation and maintenance manuals. 15. The exterior and interior of the valve shall be coated with an ANSI/NSF 61 approved fusion bonded epoxy coating. 16. Surgebuster Swing Check Valves shall be Series #7200 as manufactured by Val-Matic® Valve & Manufacturing Corporation, Elmhurst, IL. USA. D. Butterfly Valves —All butterfly valves shall be elastomeric seat with a cast-iron body. All valves shall conform to AWWA C504. The valves shall be of the type of joint used in the piping. The valves shaft shall be corrosion resistant and constructed of type 304, 18-8 stainless steel. The shaft is one piece, through -shaft construction sized to meet or exceed requirements of AWWA C504 for Class 150B service. The valve shall have self-lubricating nylon bearings. The disc shall be secured to the valve shaft by stainless steel pins sized to transmit torques required and stresses imposed under severe operating conditions. The disc shall be cast iron 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 10/08 PACKAGE C ASTM A-126 Class B with 316 stainless steel disc edge. All butterfly valves shall be Mueller Lineseal III Butterfly Valves 4"-20" Design. E. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover. The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. 2.7 TAPPING SLEEVES Tapping sleeves shall be full wrap -around type. The sleeves shall be stainless steel, or cast iron tapping sleeves as manufactured by Mueller, M & H or Clow Corporation and shall be Class 150. 2.8 POLYETHYLENE WRAP All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethelene material meeting the requirements of ASTM D 1248. The wrapping shall extend beyond the valve or fitting a minimum of 6 inches. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct type. 2.9 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. PART 3 - EXECUTION 3.1 GENERAL All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 10/08 f, -- PACKAGE C 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING Before being placed, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or t parts of the pipe used in forming the joint, before the pipe is placed, and it shall be kept clean by approved means during and after laying. At time when pipe placing is not in progress, the open ends of pipe shall be closed by approved means, and no water shall be allowed to enter the pipe. 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 10/08 PACKAGE C 3.8 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. The jointing shall be completed for all pipe laid each day, in order not to leave joints open overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no water shall be permitted to enter the pipe. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. D. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. �1 4.1 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 10/08 PACKAGE C A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. The spigot end of the pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. The jointing shall be completed for all pipe laid each day, in order not to leave open joints overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. 3.10 EXCAVATION AND TRENCHING The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be forty-eight (48) inches unless otherwise specifically shown on the drawings. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches or as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 10/08 I., PACKAGE C Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151 TRENCH SAFETY for guidelines on trench shoring methods for pipelines. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the drawings and specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. Blasting for excavation of solid rock will not be permitted. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From 1 foot above the top of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than 2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 10/08 PACKAGE C material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 8-inches in thickness and compacted by tamping to a density of not less than 95% of maximum density at optimum moisture as determined by AASHTO Method T-180. The Contractor shall use special care in placing this portion of the backfill to insure -- placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled ` by tamping. Where tamping is required, the material shall be placed in 8-inch layers, moistened . if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D 698. E. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and bends. Concrete shall be used for backing the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast - In -Place Concrete, except a minimum compressive strength of 2500 psi will be acceptable. The backing shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as required by the Engineer. The backing shall be so placed (' that the pipe and fitting joints will be accessible for repair. 3.12 MARKING TAPE A. All pipes installed in an open trench will be identified with the appropriate color and description of 3 inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of 12 to 18 inches. Install the tape detectable from the top of finished grade with a metal detector above non-metallic (PVC) pipe material. 3.13 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specifi d herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 10 10/08 PACKAGE C f _ C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): Ductile Iron: PVC: L _ SD.NfP L _ NDfP 133,200 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested S = Length of pipe D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even ' though the particular line has been previously accepted and tested. 3.14 DISINFECTION OF PIPE LINES The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all potable water pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. After disinfection has been completed and the pipe is filled with water, the City will sample the water in the pipe for bacteriological testing. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures are necessary to achieve an acceptable result. 3.15 CLEANUP The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION i .E 01275607 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 11 10/08 �i PACKAGE C SECTION 02666 STEEL CASING IN BORE PART 1- GENERAL 1.1 WORK INCLUDED This section of the specifications covers all steel casing required for the project. The term casing as used herein shall include all steel casing bores as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions 1.3 MATERIAL SCHEDULE All steel casing pipe shall be ASTM A 139 Grade B or A 252 Grade 2. The pipe shall have a minimum yield strength of 35,000 psi, a minimum wall thickness of 0.310", and a bitimous coating in conformance with C203. 1.4 SUBMITTALS Submit all manufactures data for the steel casing including all pipe thickness class calculations. PART2-PRODUCT 2.1 STEEL PIPE A. Steel pipe shall be of the welded joint type. B. ASTM A 139 Grade B or A 252 Grade 2. 2.2 STEEL CASING IN BORE Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A 252 Grade 2. The exterior of the casing pipe shall have bitimous coating in conformance with AWWA C 203. Minimum casing wall thickness for installation shall be in accordance with the following: Location Diameter Minimum Wall Thickness Road Crossings 24" 0.310" Airport Crossings 24" 0.310" Additional wall thickness needed for withstanding jacking forces may be used at the Contractor's option. Y Q 01275607 STEEL CASING IN BORE 02666 - 1 10/08 i PACKAGE C All bores shall follow all rules and regulations of the Texas Department of Transportation (TxDOT). The Contractor will be provided with boring permit for the highway. The boring permit must be kept onsite at all times. All traffic must be controlled by required methods. PART 3 - EXECUTION 3.1 PIPE INSTALLATION General: All pipe and accessories shall be unloaded, handled, laid, jointed, and tested for defects and disinfected in the manner herein specified. 3.2 INSPECTION The pipe shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. 3.6 BORING The bore shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be thirty (30) inches below the F.L. of the bar ditch unless otherwise specifically shown on the drawings. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess bore excavation, not used for backfilling, shall be disposed of by Contractor, and at Contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in the boring operation. �I 01275607 STEEL CASING IN BORE 02666 - 2 10/08 �.... PACKAGE C 3.7 CLEANUP Excess backfill shall be rounded up over the boring pits sufficiently to allow for future settlement and any excess dirt shall be removed from the site. Ditches shall be regraded as required to allow preconstruction drainage. The Contractor shall maintain the boring site in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01275607 STEEL CASING IN BORE 02666 - 3 10108 $ z PACKAGE C SECTION 02742 T DENSE -GRADED HOT -MIX ASPHALT (METHOD) PART 1- GENERAL 1.1 SUMMARY A. This Section includes construction of a pavement layer composed of a compacted, dense - graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. 1.2 DEFINITIONS A. The Department: Texas Department of Transportation. B. Section or Item: Section or Item denoted in the Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. PART 2 - PRODUCTS 2.1 MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify compliance. A. Aggregate: Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. If reclaimed asphalt pavement (RAP) is used, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engineer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. - Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part 11. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. ;1 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested by the Engineer 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - l 10/08 i - PACKAGE C and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for nonlisted sources. Provide aggregate that meets the surface aggregate classification (SAC) requirement of Class A or B. The surface aggregate classifications for sources on the Aggregate Quality Monitoring Program (AQMP — Test Method Tex-499A) are listed in the Material Producer List, Bituminous Rate Source Quality Catalog (BRSQC): http://www.dot.state.tx.us/business/producer list.htm. Sample and test the aggregate prior to use when aggregates are supplied from a source, which is not on the AQMP. Use procedures in accordance with the AQMP. Class B aggregate meeting all other requirements in Table l may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. 'RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. RAP generated during this project is permitted. If RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. If RAP is used, use no more than 30% RAP in Type A or B mixtures. For all other mixtures, use no more than 20% RAP. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 2 10/08 PACKAGE C If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex- 460-A) and flat and elongated particles (Tex-280-F). Table 1 Course Aggregate Test Method SAC AQMP A or B Deleterious material, %, max Tex-217-F, Part I 1.5 Decantation, %, max Tex-217-F, Part 11 1.5 Micro-Deval abrasion, %, max Tex461-A Note l Los Angeles abrasion, %, max Tex410-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex-411-A 30 Coarse aggregate angularity, 2 crushed faces, %, min Tex 460-A, Part I 85 Flat and elongated particles @ 5:1, %, max Tex-280-F 10 Fine I Linear shrinkage. %. max I Tex-107-E 1 3 1 Combined Aggregate' Sand equivalent, %, min I Tex-203-F 45 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 B. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: 1, is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2. does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E 3. meets the gradation requirements in Table 3. 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 3 10/08 PACKAGE C Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 50-100 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish a performance -graded (PG) asphalt binder of 64-28 in accordance with Section 300.2.1, "Performance -Graded Binders." E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-lH, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain at least 1 sample of the tack coat binder per project and test it to verify compliance with Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 2.2 EQUIPMENT A. Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." PART 3 - EXECUTION 3.1 CONSTRUCTION Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Unless otherwise shown on the plans, provide the mix design. The Owner will perform quality assurance (QA) testing. Provide quality control (QC) testing as needed to meet the requirements of this Item. A. Mixture Design. 1. Design Requirements. Use a Level H specialist certified by the hot -mix association approved hot -mix asphalt certification program to develop the mixture design. Have the Level II specialist sign the design documents. Unless otherwise shown on the 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 4 10/08 PACKAGE C i_ i z plans, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables l through 6. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design. Furnish the Engineer with representative samples of all materials used in the mixture design. The Engineer will verify the mixture design. If the design cannot be verified by the Engineer, furnish another mixture design. The Contractor may submit a new mixture design at anytime during the project. The Engineer will approve all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report. Include the following items in the report: a. the combined aggregate gradation, source, specific gravity, and percent of each material used; b. results of all applicable tests; C. the mixing and molding temperatures; d. the signature of the Level II person or persons who performed the design; e. the date the mixture design was performed; f. a unique identification number for the mixture design. Table 4 Master Gradation Bands (% Passing by Weight or Volume) And Volumetric Properties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1/2" 98.0 — 100.0 - - - - 1" 78.0-94.0 98.0-100.0 - - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 - - 1/2" 50.0-70.0 - - 98.0-100.0 - 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA , % Minimum - 12.0 13.0 1 14.0 1 15.0 16.0 Plant -Produced VMA, % Minimum - 11.0 12.0 1 13.0 1 14.0 15.0 1. Voids in Mineral Aggregates t t i 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 5 10/08 4 l� [il PACKAGE C II Table 5 Laboratory Mixture Design Properties Property Test Method Requirement Target laboratory —molded density, % Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93%'+ 1 % density) Tex-226-F 85-200 Boil test Tex-530-C - 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Requirements' High -Temperature Binder Grade Minimum # of Passes @ 0.5" Rut Depth, Tested @ 122°F PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. B. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for mixture production. JMF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF based on plant -produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF. If the JMF is not verified by the Engineer from the trial batch, adjust the JMF or redesign the mix and produce as many trial batches as necessary to verify the JMF. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. The Engineer will use a Texas gyratory compactor calibrated in accordance with Tex-914- ` F in molding production samples. The Engineer will perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved JMF. If, during initial days of production, the Contractor or Engineer determines that adjustments to the JMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory redesign of the mixture. [' 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 6 10/08 PACKAGE C The Engineer will adjust the asphalt content to maintain desirable laboratory density near the optimum value while achieving other mix requirements. Table 7 Operational Tolerances Allowable Description Test Method Difference from JMF Target Individual % retained for #8 sieve and larger Tex-200-F or +5.0 Individual % -retained for sieves smaller than #8 and +3.0' larger than #200 Tex-236 — % passing the #200 sieve +2.0 Asphalt content, % Tex-236-F +0.3 Laboratory -molded density, % Tex-207-F +1.0 VMA, %, min Note 2 1. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements are met. D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 1: Operational Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: a. 3 consecutive tests on any individual sieve, b. 4 consecutive tests on any of the sieves, or C. 2 consecutive tests on asphalt content. Begin production only when test results or other information indicate, to the satisfaction of the Engineer, that the next mixture produced will be within Table 7 tolerances. 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Owner will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 7 10/08 I PACKAGE C E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the Texas Department of Transportation Construction Division. F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments p from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain a properly. Place mixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. Table S Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60°F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatictire roller when directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. G. Lay -Down Operations. 1. Minimum Mixture Placement Temperatures. Use Table 9 for suggested minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 8 10/08 PACKAGE C Table 9 Suggested Minimum Mixture Placement Temperature High -Temperature Binder Grade Minimum Placement Temperature (Before Entering Paver) PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF H. Compaction. Use air void control unless ordinary compaction control is specified on the plans. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense -graded hot -mix asphalt to contain from 5% to 9% in -place air voids. Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in -place air void determination. The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. C. Air Voids Out of Range. If the in -place air void content in the compacted mixture is below 5% or greater than 9%, change the production and placement operations to bring the in -place air void content within requirements. The Engineer may suspend production until the in -place air void content is brought to the required level, and may require a test section as described in Section 340.4.H.l.d, "Test Section." 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 9 10/08 1.1 PACKAGE C d. Test Section. Construct a test section of 1 lane -width and at most 0.2 mi. in length to demonstrate that compaction to between 5% and 9% in -place air (` voids can be obtained. Continue this procedure until a test section with 5% to 9% inplace air voids can be produced. The Engineer will allow only 2 test sections per day. When a test section producing satisfactory in -place air void content is placed, resume full production. 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 124on weight). Use the control strip method given in Tex-207-F, Part N, to establish rolling patterns that achieve maximum compaction. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. When such changes occur, establish a new �- rolling pattern. Compact the pavement to meet the requirements of the plans and specifications. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected. At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. END OF SECTION 02742 01275607 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 10 10/08 PACKAGE C SECTION 03100 CONCRETE FORMWORK PART 1- GENERAL 1.1 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. D. Form stripping. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.3 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 - Construction and Industrial Plywood. 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 01275607 CONCRETE FORMWORK 03100 - 1 10/08 PACKAGE C i 1.9 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate this Section with other Sections of work which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 - PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS A. Substitutions: Under provisions of Section 01600. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. D. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. E. Cold Joint Waterstops: Flexible strip, bentonite waterproofing compound equal to Volcaly Waterstop-RX by American Colloid Company. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 01275607 CONCRETE FORMWORK 03100 - 2 10/08 PACKAGE C 3.3 ERECTION - FORMWORK V. A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork.Shore or strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete f during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on �a Drawings. F. Provide chamfer strips on external corners of beams, joists, columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. i C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces I coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 01275607 CONCRETE FORMWORK 03100 - 3 10/08 l PACKAGE C 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION a 01275607 10/08 CONCRETE FORMWORK 03100 - 4 PACKAGE C -., SECTION 03200 t '' CONCRETE REINFORCEMENT PART 1- GENERAL 1.1 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast-inplace concrete. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSUASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSUASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSIIAWS D1.4 - Structural Welding Code for Reinforcing Steel. G. ANSUAWS D12.1 - Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. f, r; 01275607 CONCRETE REINFORCEMENT 03200 - 1 10/08 i i PACKAGE C 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate with placement of formwork, formed openings and other Work. PART 2 - PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM A185 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers:Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSUAWS D1.4. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION 01275607 CONCRETE REINFORCEMENT 03200 - 2 10/08 } PACKAGE C SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete foundations, building frame members, and foundation walls. B. Floors and slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work. D. Equipment pads. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork: Formwork and accessories. B. Section 03200 - Concrete Reinforcement. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 308 - Standard Practice for Curing Concrete. G. ACI 318 Building Code Requirements for Reinforced Concrete. H. ASTM C33 - Concrete Aggregates. I. ASTM C94 - Ready -Mixed Concrete. J. ASTM C150 - Portland Cement. K. ASTM C260 - Air Entraining Admixtures for Concrete. L. ASTM C494 - Chemicals Admixtures for Concrete. M. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on joint devices, attachment accessories, admixtures and cement types to be used. C. Samples: Submit two, inch long samples of expansion/contraction joint and control joint. D. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. iE 01275607 CAST -IN -PLACE CONCRETE 03300 - 1 10/08 PACKAGE C t` 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. D. Conform to ACI 306R when concreting during cold weather. 1.6 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal, Type 11- Moderate, Portland type. All cement shall be from the same manufacturer unless approved by the Engineer. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type A - Water Reducing; Type B - Retarding; Type C - Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and Accelerating admixture. C. Fly Ash: ASTM C618. 2.3 ACCESSORIES A. Vapor Barrier: 6 mil thick clear polyethylene film, type recommended for below grade application. B. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. C. Epoxy Mortar Liner: 100% solids, three component system, equal to FOSROC Epoxy Liner. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751; Asphalt impregnated fiberboard or felt, 1/2 inch thick. f B. Construction Joint Devices: Integral galvanized steel; formed to tongue and groove profile, knockout holes spaced at 6 inches, ribbed steel spikes with tongue to fit top screed edge. _: 01275607 CAST -IN -PLACE CONCRETE 03300 - 2 10/08 PACKAGE C 11 2.5 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: 1. Compressive Strength (7 days): 2,815 psi. 2. Compressive Strength (28 days): 4,000 psi. 3. Slump: 1 to 4 inches. 4. Maximum Water/Cement Ratio: 0.50. D. Use fly ash only when approved by Engineer. E. Use set retarding admixtures during hot weather only when approved by Engineer. F. Add air entraining agent to normal weight concrete mix for work exposed to exterior. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01039. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non -shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed joint fillers are not disturbed during concrete placement. D. Install vapor barrier under interior slabs on grade. Lap joints minimum 6 inches and seal watertight by taping edges and ends. E. Repair vapor barrier damaged during placement of concrete reinforcing. Repair with vapor barrier material; lap over damaged areas minimum 6 inches and seal watertight. F. Install joint fillers in accordance with manufacturer's instructions. G. Separate slabs on grade from vertical surfaces with inch 1/2 thick joint filler. H. Extend joint filler from bottom of slab to within 1/4 inch of finished slab surface. I. Install joint devices in accordance with manufacturer's instructions. J. Install construction joint device in coordination with slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. K. Place concrete continuously between predetermined expansion, control, and construction joints. L. Do not interrupt successive placement; do not permit cold joints to occur. 01275607 CAST -IN -PLACE CONCRETE 03300 - 3 10/08 PACKAGE C M. Place floor slabs in pattern indicated. N. Screed floors and slabs on grade level, maintaining surface flatness of maximum 1/4 inch in 10 ft. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish as Scheduled in this Section. B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. D. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains at 1/8 inch per foot nominal. E. Where shown on the drawings, trowel epoxy liner on all surfaces indicated to 1/8" minimum and 3/4" maximum thickness, and in accordance with manufacturer's instructions. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. -C. Cure floor surfaces in accordance with ACI 308. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. E. Three concrete test cylinders will be taken for every 100 or less cu yds of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 3.7 PATCHING A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. C. Patch imperfections as directed. 01275607 10/08 CAST -IN -PLACE CONCRETE 03300 - 4 PACKAGE C 3.8 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect/Engineer for each individual area. 3.9 SCHEDULE - CONCRETE TYPES AND FINISHES A. All Structures: 4,000 psi 28 day concrete, Type I cement, rubbed finish. B. Electrical Pads: 3,000 psi 28 day air entrained concrete, Type I cement, light broom finish. END OF SECTION 01275607 CAST -IN -PLACE CONCRETE 03300 - 5 10/08 OSHA 1926 SUBPART P For Information Only § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30-inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, -as amended at 42 FR 37674, July 22,19771 § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations AuTHORrry: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 29 CFR Ch. XVII (7-1-07 Edition) 25059), or 9-83 (48 FR 35736), as applicable, and 29 CPR part 1911. SOURCE: 54 PR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Excar vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 366 C Occupational Safety and Health Admin., Labor Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in § 1926.650 accordance with § 1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rook is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock axe not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 367 § 1926.651 (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. 29 CFR Ch. XVII (7-1-07 Edition) (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress—(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (11) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (111) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe weans of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 368 Occupational Safety and Health Admin., Labor (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres—(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- § 1926.651 mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 369 § 1926.652 expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the We- ty of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout 29 CFR Ch. XVII (7-1-07 Edition) the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with § 1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. [54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug. 9, 19941 § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (1)—Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 370 Occupational Safety and Health Admin., Labor (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(f) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2)—Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3)—Designs using other tab- ulated data. (f) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identiflcation of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (III) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered Professional engineer. (f) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular project; § 1926.652 (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (III) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon re- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (I) —Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2)---Designs Using Manufac- turer's Tabulated Data. (f) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (iif) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 371 § 1926.652 be made available to the Secretary upon request. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of support sys- tems, shield systems, or other protec- tive systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (h) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affect the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data, which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered professional engineer. (i) Support sys- tems, shield systems, and other protec- tive systems not utilizing Option 1, Op- tion 2 or Option 3, above, shall be ap- proved by a registered professional en- gineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types, and configurations of the materials to be used in the protective system; and (B) The identity of the registered professional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite dur- ing construction of the protective sys- tem. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a man- 29 CFR Ch. XVII (7-1-07 Edition) ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the intended loads or is oth- erwise suitable for safe use, then such material or equipment shall be re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port—(1) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing, kickouts, or other predictable fail - are. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support sys- tems from excavations. (2) Additional requirements for support systems for trench excavations. (i) Exca- vation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and 372 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A there are no indications while the to subpart P of part 1926, and when alu- trench is open of a possible loss of soil minum hydraulic shoring is designed in ao- from behind or below the bottom of the cordance with appendix D. This Appendix support system. also applies if other protective systems are (ii) Installation of a support system designed and selected for use from data pre- r shall be closely coordinated with the pared in accordance with the requirements set forth in § 18Z8.662(0), and the use of the excavation of trenches. data is predicated on the use of the soil clas- (f) Sloping and benching systems. Em- sification system set forth in this appendix. ployees shall not be permitted to work (b) Definitions. The definitions and exam - on the faces of sloped or benched exca- Ales given below are based on, in whole or in vations at levels above other employ- part, the following: American Society for ees except when employees at the lower Testing Materials (ASTM) Standards D653-85 levels are adequately protected from and D2488; The Unified soils Classification the hazard of falling, rolling, or sliding System. The U.S. Department of Agriculture (USDA) Textural Classification scheme; and r material or equipment. The National Bureau of Standards Report (g) Shield systems —(I) General. (i) BSs-121. Shield systems shall not be subjected Cemented soil means a soil in which the par - to loads exceeding those which the sys- ticles are held together by a chemical agent, tem was designed to withstand. such as calofum carbonate, such that a hand- ` (ii) Shields shall be installed in a size sample cannot be crushed into powder or manner to restrict lateral or other haz- individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), - ardous movement of the shield in the or soil with a high clay content, which has event of the application of sudden lat- cohesive strength. Cohesive soil does not �•-, eral loads. crumble, can be excavated with vertical (iii) Employees shall be protected sideslopes, and is plastic when moist. Cobs - from the hazard of cave-ins when enter- live soil is hard to break up when dry, and ,... ing or exiting the areas protected by exhibits significant cohesion when sub - shields. merged. Cohesive soils include clayey silt, (iv) Employees shall not be allowed sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit in shields when shields are been in- g visible signs of moisture content. -- stalled, removed, or moved vertically. Fissured means a soil material that has a (2) Additional requirement for shield tendency to break along definite planes of systems used in trench excavations. Exca- fracture with little resistance, or a material vations of earth material to a level not that exhibits open cracks, such as tension greater than 2 feet (.61 m) below the cracks, in an exposed surface. bottom of a shield shall be permitted, Granular soil means gravel, sand, or silt, but only if the shield is designed to re- (coarse grained soil) with little or no clay sist the forces calculated for the full content. Granular soil has no cohesive strength. Some moist granular soils exhibit depth of the trench, and there are no apparent cohesion. Granular soil cannot be indications while the trench is open of molded when moist and crumbles easily apossible loss o sol - from-Seh-in-d or- w e--� rd—y. -- below the bottom of the shield. Layered system means two or more dis- tinctly different soil or rock types arranged { APPENDIx A TO SUBPART P OF PART in layers. Micaceous seams or weakened 1926—SOIL CLASSIFICATION planes in rock or shale are considered lay- ered. (a) Scope and application—(1) Scope. This Moist soil means a condition in which a soil appendix describes a method of classifying looks and feels damp. Moist cohesive soil can soil and rock deposits based on site and envi- easily be shaped into a ball and rolled into ronmental conditions, -and on the structure small diameter threads before crumbling. and composition of the earth deposits. The Moist granular soil that contains some cohe- appendix contains definitions, sets forth re- sive material will exhibit signs of cohesion { quirements, and describes acceptable visual between particles. j and manual tests for use in classifying soils. Plastic means a property of a soil which al- (2) Application. This appendix applies when lows the soil to be deformed or molded with - a sloping or benching system is designed in out cracking, or appreciable volume change. accordance with the requirements set forth Saturated soil means a soil in which the in §1926.652(b)(2) as a method of protection voids are filled with water. Saturation does for employees from cave-ins. This appendix not require flow. Saturation, or near satura- also applies when timber shoring for exca- tion, is necessary for the proper use of in- vations is designed as a method of protection strumenta such as a pocket penetrometer or from cave-ins in accordance with appendix C sheer vane. 373 P1. 1926, Subpt. P, App. A Soil classification system means, for the pur- pose of this subpart, a method of catego- rizing soil and rock deposits in a hierarohy of Stable Rock, Type A, Type B, and Type C, 'in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. however, no soil fa Type A if: (i) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (III) The soil has been previously disturbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the exoa- vation on a slope of four horizontal to one vertical (4H:1V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (i) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (III) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A. but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (f) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils including gravel, sand, and loamy sand; or (III) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or 29 CFR Ch. XVII (7-1-07 Edition) (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (c) Requirements—(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A, Type B. or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural classi- fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests—(1) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (1) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 374 Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P. App. B material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that - remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (III) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as %-inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of Winch thread can be held on one end without tear- ing, the soil is cohesive. (if) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (iii) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488—"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (13) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDDC B TO SUBPART P OF PART 1926—SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in §1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely 375 Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an excar vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements --(I) Soil classification. Soil and rook deposits shall be classified in ac- cordance with appendix A to subpart F of part 1926. 29 CFR Ch. XVII (7-1-07 Edition) (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (i) The actual' slope shall not be steeper than the maximum allowable slope. (h) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the elope shall be cut back to an ac- tual slope which is at least 'fa horizontal to one vertical (]hH:1V) less steep than the maximum allowable slope. (111) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with §1926.651(1). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure 1B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE I MA'i[MUM ALLOWABLE SLOPES(H:V)LIJ FOR EXCAVATIONS LESS THAN 20 FEETI STABLE ROCK 3E4 TIC AL((5 % TYPE A [2] TYPE B 1:1 (45 TYPE C 1k:1 (340) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/2H:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:LV (53"). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P, App. B Figure B-I Slope Configurations (All slopes atiLted below are in the horizontal to vertical ratio) B-I.l Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 3/+:1. 20' Max. A 1 3/4 SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of Wl. 12' Max. A1/2 1 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of I/. to 1 and maximum bench dimensions as follows: 377 Pt. 1926, Subpt. P, App. B SIMPLE BENCH 20' Max. 5' Max. 4' Max 29 CFR Ch. XVII (7-1-07 Edition) i MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically aided lower por- tions shall have a maximum vertical side of 31h feet. I /11 8' Max. 3/4 I3z' Max. UNSUPPORTED VERTICALLY SIDED LOWER. PORTION—MAXMUM 8 FEET IN DDPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 31$ feet. 378 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION—MAxrx=12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically aided lower portions that are supported or shielded shall have a maximum allowable slope of %:l. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. Su port or shields stem 1 zj 20' Max. W 3/4 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1928.652(b). B 1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SmtPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 379 I Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) B OVER A C OVER A / 4 1 C OVER d 382 OCCupational Safety and Health Admin., Labor A OVER B A OVER C Pt. 1926, Subpt. P, App. C _ ^ A C Z 1 1h ZB l J l lk C � 1 1� B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). APPENDIX C TO SUBPART P OF PART 1926—TnMER SHORING FOR TRENCEE6 (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from cave- rns in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with § 1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed in accordance with the requirements set forth in § 1926.652(b) and §1926.652(c). (b) Sail Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas- sification method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1, C-1.2, and C-1.3, and Ta- bles C-2.1, C-2.2 and ".3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of 383 Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from among several acceptable configu- rations of members based on varying the horizontal spacing of the crossbraces. Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix, and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations regarding Ta- bles C-1.1 through C-1.3 and Tables C 2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data—(1) Di- mensions of timber members. (i) The sizes of the timber members listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report, "Rec- ommended Technical Provisions for Con- struction Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend speoific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through ".3, or have this choice under §1926.652(c)(3), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (i) It is not in- tended that the timber shoring specification apply to every situation that may be experi- enced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data in this appendix must be designed as specifled in §1926.652(c). (ii) When any of the following conditions are present, the members specified in the ta- bles Are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed in accordance with §1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. 29 CFR Ch. XVII (7-1-07 EdMon) (B) When vertical loads imposed on cross braces exceed a 240-pound gravity load dis- tribated on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speci- fied for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (f) Examples to Illustrate the Use of Tables C- 1.1 through F1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table F1.1, for acceptable arrange- ments of timber can be used. Arrangement #B1 Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #B2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. 384 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Space 2x6 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 8x10 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement #B4 Space 64 crossbraces at 12 feet hori- zontally and four feet vertically. Space 1Ox10 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #BI Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 1040 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space 1Ox12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3, A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #BI Space 84 crossbraces at six feet hori- zontally and five feet vertically. Space 1Ox12 wales at five feet vertically. Position 24 uprights as closely together as possible_ If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #B2 Space 8x10 crossbraces at eight feet hori- zontally and five feet vertically. Space 1242 wales at five feet vertically. Position 24 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8>d0 crossbraces at six feet hori- zontally and five feet vertically. Space 1242 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables C-2.1 through C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as speoified in §1926.662(c), "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks aide -by -side allowing as little space as pos- sible between them, 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 6. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudslU shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches, Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement of crossbraces, When the vertical spacing of crossbraces Is four feet, place the top crosebrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.6 feet below the top of the trench. 385 W TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) ** DEPTH OF TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 4 6 9 12 is (FEET) (IN) (FEET) UP TO Not 5 6 4 4X4 06 6X6 6X6 4 X6 UP TO Not TO 8 4X4 4X4 4X6 6X6 6X6 4 Req'd 2X8 UP TO 10 UP TO 12 4X6 4Xy 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 4X4 4X4 4X6 6X6 6X6 4 R ' UP TO TO 8 4X6 06 6X6 6X6 6X6 4 8X8 4 UP TO 15 10 6X6 6X5 6X6 6X8 6X8 4 8XIO 4 2X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 IOX 0 4 UP TO 15 6 6X6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO a x X O 4 8X 4 UP TO H2OSEE 12 8X8 8X8 8X8 8X8 X10 4 lOX 0 4 3X6 NOTE i * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. y c0 00 TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P a - 45 X H t 72 psf (2 ft. Surcharge) DEPTH SIZE AND NnMR ** CROSS BRACES WALESWAL?S UPRIGHTS OF TRENCH HORIZ. OF TRENCH PERT. gqggggT MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE JARRING (FEET) ( M) 4 6 9 12 15 (FEET) (ix) (FEET) CLOSE 2 3 5 UP 6 TO 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X8 6X8 5 8X10 5 2X6 UP TO 10 10 6X6 6X6 6X6 6X8 6X8 5 1OX10 5 2X6 See Note I UP 10 6TO 6X6 6X6 6X6 6X8 6X8 5 8X8 5 2X6 UP TO 8 6X8 6X8 6X8 8X8 8X8 5 10X10 5 2X6 TO 15 5 1OX12 5 2X6 FSee UP TO 15 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 3X6 UP TO TO 8 8X8 8X8 8X8 8X8 5 1OX12 5 3X6 UP TO j8XIO 10 8X10 8X1 8X10 8X10 5 12X12 5 3X6 20 See Note 1 OVER SEE NOTE 1 20 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. y i� TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P - 80 X H + 72 psf (2 ft. Surcharge) a DEPTH ** OF CROSS BRACES UPRIGHTS TRENCHVSPACING WIDTH OF TRENCH (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) VERT. SPACING SIZE VERT. SPACING FEET See Note 2 CLOSE 4 6 9 12 IS FEET INI(PEET) 56X8 6X8 6X8 8X8 8X8 5 8X10 5 2X6 TO8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP10TO 10 8X10 8X10 8X10 8X10 10X10 5 12X12 5 2X6 See Note 1 UP TO 10 6 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO TO 8 8XIO 8X10 8X10 8X10 1OX10 5 IZX12 5 2X6 See 15 Note I See Note 1 UP TO 15 6 8XIO 8X10 8X10 8X10 1OX10 5 12X12 5 3X6 See Note I .TO See 20 Note 1 See Note I OVER SEE NOTE 1 20 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. w 00 CD TABLE C-2.1 TIMBER TRENCH SHORING — MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P a - 25 X H t 72 psf (2 ft. Surcharge) DEPTH SI2 ** OF CROSS BRACES UPRIGHTS TRENCH -HORIZ. WIDTH OF VERY VERY MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP -TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 4 PM CLOSE 4 5 6 8 UP TO Not Not 5 6 4X4 4X4 4X4 4X4 4X6 4 Req'd Req'd 4X6 UP TO eq. TO 8 4X4 4X4 4X4 4X6 4X6 4 Req�d R d 4X8 UP TO 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12 TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 10 UP 6 TO 4X4 4X4 4X4 6X6 6X6 4 NOV Req d RNeq�d 4X10 UP TO TO 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 UP TO 15 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 P TO12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4R6 4X10 UP TO 15 6 6X6 6X6 6X6 6X6 6X6 6X6 4 6X8 4 3X6 tip TO TO 8 6X6 6X6 6X6 6X6 4• 8X8 4 3R6 4X12 UP TO 20 10 6X6 6X6 6X6 6X6 6X8 4 8X10 4 3X6 TO 12 6X6 6X6 6X6 6X8 6X8 4 8X12 4 3R6 4R12 OVER SEE NOTE 1 20 * Douglas fir or equivalent with a bending strength not leas than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. �0 a C Cr a rt .a W CD O TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P - 45 X H t 72 psf (2 ft. Surcharge) a DEPTH SI S4S AND SPACING OF ERS ** OF CRQAR ARAMS WALES TRENCH HORIZ. WIDT OF TRENCH (FEET)VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET CLOSE 2 3 4 6 (FEET) 4 6 9 12 15 (FEET) (ZML) UP To 2 6 4X6 4X6 4X6 6X6 6X6 5 6X8 5 4Xg 4X12 5 UP TO TO 8 4X6 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8 UP TO 10 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 10 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 3X6 4X10 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 3X6 4X10 UP TO 15 10 6X8 6X8 8X8 8X8 8X8 5 1OX12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 8X8 5 8X10 5 4X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX12 5 4X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 See Note 1 OVER SEE NOTE 1 20 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. N C Cr V V y N %0 0 T M n 7x' V 1 b V M a rt O 7 v y ro �d ° �`Ym ° p o• 00 b w w O 4 K C ° Pip moo �7 is is H p °r CD0 10 era � � V ° CO K m m o p!C �• t< to� in pd Ct 0 CD m�a p�CD m " a g m Cr,D q1P� N p so 'D OCD o y° �fDmp p W �fDy om_q o`* 0mo ~a m s CDF ° R w TABLE C-2.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C Pa - 80 X H F 72 psf (2 ft. Surcharge) DEPTH SIZ * OF CROSS UPRIGHTS HORIZ. WID 0 VERT. PERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING (FEET)NCH (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING (FEET) CLOSE (FEET) 4 6 12 15 F FEET UP TO 5 6 6X6 6X6 6X6 6X6 8X8 5 8X8 5 3X6 UP TO 6X6 6X6 6X6 8X8 8X8 5 10X10 5 3X6 TO 8 UP TO 10 10 6X6 6X6 8X8 8X8 8X8 5 1OX12 5 3X6 See Note 1 UP TO 10 6 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 4X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 ee Note 1 15 Note 1 UP TO 15 6 8X8 8X8 8X8 BX10 8X10 5 1OX12 5 4X6 TO Note 1 See 20 ote 1 ee ote 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. N O% to C a V r lJ Pt. 1926, Subpt. P, App. D first be determined using the soil classifYca- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and F -1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and D1.4 are for horizontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Modulus re- quirements in the D-1 Tables. Aluminum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (1) 2- inch cylinders shall be a minimum 2-inch in- side diameter with a minimum safe working capacity of no less than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. 01) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe working ca- pacity of not less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly experi- enced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in §1926.652(c). (ii) When any of the following conditions are present, the members specified in the Ta- 29 CFR Ch. XVII (7-1-07 Edition) bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with §1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at au angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-I.1, D-1.2, D-1.3 and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in ac- cordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selec- tion of the size and spacing of the members Is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (1) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 392 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and A feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-1.1, D-I.Z, D-I.3, and D-I.4. (1) For applications other than those listed in the tables, refer to §1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to §1926.652(c)(2) and §1926.662(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.5x&5x0.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (1) 2 inch cylinders shall be a minimum 2-inch in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include Hill range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be LIZ in. thick softwood or 0.75 Inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. 393 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edition) ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FKME NO.2 NVRATKAL U7 wlo" v[eTw ALIA/AY urorRIIAG/g1 HTp1AW0 nGn+G / OemrLrwoaol ✓/ NORIZOYTAL / HORIZONTAL RPACING E►ACIND e/ VERTICAL RAIL RAIL rl VERTICAL N YORAUIlC CYLINDER 16• MAX. veltneAL n EPACIYB VQRT[CAl r SPACING i- MAX. � ix A- MAX. 2- MA%. A,... z� MAx. FIGURE NO. 4 FIGURE NO. 3 VEAt6Al ALIYAAI HYGAMAC P90ONG AUA*M HYGINIAJG MIOATIO MA m mYwYRY ,t4 LETACKW nYncA1J 4a� ?t ,LO HORIZONTAL SPACING VERTICAL VERTICAL RAIL 2- MAX. / S PACIHa HYDRAULIC CT LI RD ER VERTICAL S PACINO A' MAX. t, 2- MAX. 4 394 HYDRAULIC CYLINDER PLYWOOD U ►RIGHT EYEET INa YYDRAUL:C CYLINDER W Cn TABLED - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER s UP TO s 10 OVER 10 8 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) TABLE D -1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) n M n ;X 3 t V Q a O a w v TABLE D -1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS DEPTH WIDTH OF TRENCH (FEET) MAXACIRM.SPACtNG (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP T015 SOLM 2 Fr. 3 Fr. OF TRENCH VEKTICAL SPACING SECTION MODULUS HOR1ZIMINDER SPACING IDLkMM HOR1Z SPACING CYLINDER DIAWM HORM SPACING CYLINDER TAMETER (FEET) (FEET) (IN 3) OVER 5 UP TO 4 3.5 8.0 2IN 8.0 NO2 E y 8.0 3 IN 3x12 7.0 9.0 2IN 9.0 NOTE(2) 9.0 3IN 14.0 12.0 3IN 12.0 3IN 12.0 3IN 10 OVER 3.5 6.0 2IN 6.0 2IN NOTE 2 6.0 3IN 7.0 8.0 J 3IN 8.0 3IN 8.0 3IN 10 UP TO 4 3x12 14.0 10.0 3IN 10.0 3IN 10.0 3IN 15 OVER 3.5 5.5 2IN 5.5 NOTINE 2 5.5 3IN 7.0 6.0 3IN 6.0 3IN 6.0 3IN 15 UP TO 4 3x12 -- -- 14.0 9.0 3IN 9.0 3IN 9.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. V w to 00 TABLE D -1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS DEPTH WIDTH OF TRENCH (FEET) MAXI SPACING ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 SOLID 2 Fr, 3 pT, OF TRENCH M71CAL SPACING SECTION MODULUS HORIZ. CYLINDER HORM CYLINDER HORTZ YLINDER (FEET) (FEET) (INS) SPACING DIAMETER SPACING DIAMEM SPACING DIAMETER OVER 5 UP TO 4 3.5 6.0 2 IN 6.0 IV 21N 6.0 3IN 3x12 7.0 6.5 2IN 6.5 NOTE(2) 6.5 3IN --- - 14.0 10.0 3IN 10.0 3IN 10.0 3IN 10 OVER 3.5 4.0 2IN 4.0 2 IN NOTE(2) 4.0 3IN 7.0 5.5 3IN 5.5 3IN 5.5 3IN 10 UP TO 4 3x12 14.0 8.0 3IN 8.0 3IN 8.0 3IN 15 OVER 3.5 3.5 2IN 3.5 NOTE(2)3.5 3 IN 7.0 5.0 3IN 5.0 3IN 5.0 3IN 15 UP TO 4 3x12 - - 14.0 6.0 3IN 6.0 31N 6.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes an hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) • Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P, App. E APPENDI% E TO SUBPART P OF PART 1926-ALTERNATIVES TO TDMER SHORING} Figure 1. Aluminum Hydraulic Shoring 18" M VER1 SPAC 4' MA ERTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 0 0 0 O 0 399 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 WNW) Figure 3. Trench Jacks (Screw Jacks) - Figure 4. Trench Shields APPENDI% F TO SUBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with § 1926.652 (b) and (c). mary of the requirements contained in sub- 400 Occupational Safety and Health Admin., Labor Is there potential for cave—in? Is the excavation more than 5 feet in depth? Excavation maybe made with vertical sides. Excavation must be sloped, shored, or shielded. Pt. 1926, Subpt. P, App. F Is the excavation entirely in stable rock? stopiLng Shorin or shielding selected. selected. Go to Figure 2 Go to Figure 3 FIGURE 1 — PRELIMINARY DECISIONS 401 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) Sloping selected as the method of protection Will soil classification be made in accordance with §1926.652 (b)? Excavation must comply with Excavations must comply one of the following three withj1926.652 (b)(1) which options: requires a slope of 1$H:1V (340). Option 1: ,81926.652 (b)(2) which requires Appendices A and B to be followed Option 2: �1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: .§1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. 402 FIGURE 2 — SLOPING OPTIONS Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 §1926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 .S1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 ,§1926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 403 Palze Intentionally Left Blank